Loading...
HomeMy WebLinkAboutC-4698 - Traffic Signal Modernization Project ( Phase 5 Newport Center)April 11, 2017 Select Electric Attn: Jim Juengst 1425 Presicoa Street Spring Valley, CA 91977 Subject: Traffic Signal Modernization — C-4698 Dear Mr. Juengst: CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 Fax newportbeachca.gov On June 12, 2012, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on June 22, 2012 Reference No. 2012000353511. The Surety for the contract is Safeco Insurance Company of America and the bond number is 7623948. Enclosed is the Faithful Performance Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 5 Contract No. 4698 *** BOND NO. 7623948 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 6,338-00 being at the rate of $ see to the upper left * ** thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Select Electric, Inc., hereinafter designated as the "Principal", a contract for construction of TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 5, Contract No. 4698 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 4698 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Fidelity and Deposit Company of Maryland , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety), are held and firmly bound unto the City of Newport Beach, in the sum of Five Hundred Eight Thousand, Three Hundred Seventy -Two and 50/100 Dollars ($508,372.50) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 29 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 23rd day of June 2011- Y --% "y Select Electric, Inc. (cipal) Fidelity and Deposit Company of Maryland Name of Surety 801 N. Brand Blvd., PH Glendale, CA 91203 Address of Surety 818-409-2800 Telephone Cristin Nolette, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 30 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of &0'" D i 't 'll a �' l before me, Date personally appeared I I m STEPHANIE ex Commit;sion tf 1910191 NINotary Pubitc - Ca9lortya Sao Ofago County Ceram, - e< 2 4 I 0l9c(It-C' h C, who proved to me on the basis of satisfactory evidence to be the persorto whose nameKRi 'lre subscribed to the within instrument and acknowledged to me that he gheAhsy executed the same in hi h6ir a horized capacity�ies), and that by hl her1tWtr signature on the instrument the personK,, or the entity upon behalf of which the persorl(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. t WITNESS my hand gnd off/*I seal, Signature: ` Place Notary Seal and/or Stamp Above ig ure of Notary Pub c OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner— ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Ccnservat ❑ Other: Signer Number of Pages: _ ❑ orateOfficer—Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General Top of thumb here ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ®2008 National NotaryAssociadon • 9350 De Soto Ave., P.O. Box 2402 • Chatswo—&-,—C A 913132402• www.NatioMIN0ary.0rg Item a69f17 Reorder.. Call Toll -Free 1400-8766827 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attomeys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, -..and to affix the seal of the Company thereto" CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 23rd day of June 2011 ,4.ii -� /t Assist=l Secretary Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and GREGORY E. MURRAY, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said y, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the ereby nominate, constitute and appoint Cristin NOLETTE, of Irvine, California, its 1 ey-in-Fact to make, execute; seal and deliver, for, and on its behalf as surety, and 2Jw1e;dgcdb5ythe d undertakings, and the execution of such bonds or undertakings in pur en pon said Company, as fully and amply, to all intents and purposes, y� e regularly elected officers of the Company at its office in ns. This power of attorney revokes that issued on behalf of Cristin N 9 to o 1 The said Assistant t the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By- 9 y, and is now in force. IN WITNESS OF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 24th day of June, A.D. 2009. ATTEST: 'gyp DEPOd`+ + we o � ayD i State of Maryland1 City of Baltimore f ss. FIDELITY AND DEPOSIT COMPANY OF MARYLAND Gregory E. Murray Assistant Secretary By: William J Mills Vice President On this 24th day of June, A.D. 2009, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and GREGORY E. MURRAY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year fust above written. Maria D- Adamski Notary Public My Commission Expires: July 8, 2011 POA -F 012-0093D r •f. P �, 'd`rhl iC �. CEO+ Maria D- Adamski Notary Public My Commission Expires: July 8, 2011 POA -F 012-0093D ACKNOWLEDGMENT State of California County of Orange ) ss. On June 23, 2011 before me, Suzan M. Martinez Notary Public, personally appeared Cristin Nolette proved to me on the basis of satisfactory evidence to be the person(0) whose name( tfe subscribed to the within instrument and acknowledged to me that is/she/may executed the same in ]t/herAhsk authorized Capacity"), and that by /hedtftw signatures(i) on the instrument the person(t or the entity upon behalf of which the person(®) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Sig t re ----V. OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible W itness(es) Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO President/ Vice -Pr Other: Other Information:' / Secretary / Treasurer 32 SUZAN M. MARTINEZ CanxMnba N 1794545 NO"ftft - California 0VWW County INat29.2012 (seal) Thumbprint of ❑ Check here if m thumbprint w fingerprint is available. ff July 31, 2012 Mr. Jim Juengst Select Electric 1425 Presicoa Street Spring Valley, CA 91977 0 OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC Subject: Traffic Signal Modernization- C-4698 Dear Mr. Juengst: On June 12, 2012, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on June 22, 2012, Reference No. 2012000353511. The Surety for the bond is Safeco Insurance Company of America and the bond number is 7623948. Enclosed is the Labor & Materials Payment Bond. Sincer��]elly'�, M Leilani I. Brown, MMC City Clerk Enclosure 3300 Newport Boulevard • Post Office Box 1768 - Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.city.newport-beach.ca.us • 0 City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 5 Contract No. 4698 BOND NO. 7623948 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Select Electric, Inc., hereinafter designated as the "Principal," a contract for construction of TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 5, Contract No. 4698 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS. Principal has executed or is about to execute Contract No. 4698 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, Fidelity and Deposit Company of Maryland duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of Five Hundred Eight Thousand, Three Hundred Seventy -Two and 501100 Dollars ($508,372.50) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that 9 the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 33 • 0 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 23rd day of?une'1 2011. _, Select Electric, Inc. (Pri ipal) Fidelity and Deposit Company of Maryland Name of Surety 801 N. Brand Blvd., PH Authorized Agent Signature Glendale, CA 91203 Address of Surety Print Name and Title Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 34 0 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of &1y) Ill eq 0 On ��-t'1(} 1j before me, k,pkolll r, R(drt " � cifary It C Date Here Ina n Name and Tire of the Officer ' personally appeared I_ PA jqc% St who proved to me on the basis of satisfactory evidence to 6e the person whose nameW (Watt subscribed to twithin instrument and acknowledged to me that V/she/ttfey executed the same in 9hi /their authorized capacity(os), and that by I her/their signatureon the instrument the person,W, or the entity upon behalf of which the person(s) acted, executed the instrument. 7 STEPNANI BIILCE I certify under PENALTY OF PERJURY under the commission k 1910191 laws of the State of California that the foregoing Notary Pubbo - California paragraph is true and correct. San Dile" County wall Comm, Ea ea0e121 2011 WITNESS my han nd off' al seal. Signature: Place Notary Seal and/or Smorp Abwe eture of Notary Ptfum OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer— Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator El Other. Signer Is Officer — Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General Top of thumb here ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ®2008 National Notary Association- 9350 De Soto Ave.. P.O. So. 2402-Cheta anrm CA 91313-2402• vxxu.NalionalNalarv.om ='ice lmm115907 Reorder Call Toll -Free 14100.876-FR27 E 0 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directe-, or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attonneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages .... and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the data of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attomey-in-Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 23rd day of June 2011 Assistant Secretary 9 0 ACKNOWLEDGMENT ............................................................. a..,. a N.......... State of California County of ss. On before me, Public, personally appeared Notary proved to me on the basis of satisfactory evidence to be the pers (s) whose name(s) is/are subscribed to the within instrument and acknowledged tome "t he/she/they executed the same in his/her/their authorized capacity(ies), and that by hi er/their signatures(s) on the instrument the person(s), or the entity upon behalf of which t person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the Ivs of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ....................... ........ f ..................................... ......Y..r INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Langua Type of Satisfactory Evidenc . Personally Known wi Paper Identification Paper Identification Credible W itness(es) Thumbprint of Signer 35 Check here if Capacity of Signer: no thumbprint Trustee or fingerprint Power of Attorney is available. CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: 35 ACKNOWLEDGMENT •.....e........................................................ a.. Y............ State of California County of Orange ) ss. On June 23, 2011 before me, Suzan M. Martinez Notary Public, personally appeared Cristin Nolette ,who proved to me on the basis of satisfactory evidence to be the person(th whose name((40lase subscribed to the within instrument and acknowledged to me that 4se sh executed the same in 1110authorized capacity(), and that by t signatures(q) on the instrument the person(do, or the entity upon behalf of which the personA acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Sig; at re SUZAN M. MARTINEZ ComntWton 4f 1794543 Noklry Ful - Callfornla Oran" County Comm MCr29,2012 (seal) ................................................ ..................... n.......i OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO / CFO/ CDO President,/ Vice -President / Secretary I Treasurer Other: Other Information: 36 ❑ Check here if no thumbprint or fingerprint is available. RECFNIED RECORDING REQUESTED BY AND WHEN RMO 126 F&MR4TO: City Clerk ' City of N=90 icliF� -,DTH 3300 NeftBoulevard '_J Newport Beach, CA 92663 Recorded in Official Records, Orange County rom Daly, Clerk -Recorder NO FEE *$ R 0 0 0 4 9 1 6 1 3 3$ 20120003535118:00 am 06122112 94 403 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Select Electric of Spring Valley, CA, as Contractor, entered into a Contract on June 14, 2011. Said Contract set forth certain improvements, as follows: Traffic Signal Modernization Phase 5 - C-4698 Work on said Contract was completed, and was found to be acceptable on June 12, 2012, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Fidelity and Deposit Company of Maryland. (CWorks Director of Newport Beach VE I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. T Executed on JOIN-, IN-, BY City Clerk at Newport Beach, California. IV 0 June 13, 2012 Orange County Recorder P.O. Box 238 Santa Ana, CA 92702 Pi CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC RE: Notice of Completion for the following project: • Traffic Signal Modernization Project - C-4698 Please record the enclosed document and return it to the City Clerk's Office. Thank you. Sincerely Lei nil. Brown, M City Clerk Enclosures 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www. city. newport-beach.ca.us 0 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Select Electric of Spring Valley, CA, as Contractor, entered into a Contract on June 14, 2011. Said Contract set forth certain improvements, as follows: Traffic Signal Modernization Phase 5 - C-4698 Work on said Contract was completed, and was found to be acceptable on June 12. 2012, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Fidelity and Deposit Company of Maryland. Works Director of Newport Beach VE I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. rn Executed on / C)O/ at Newport Beach, California. BY /' f "� City Clerk 0 CITY OF NEWPORT BEACH City Council Staff Report • C!''Y 9Y I7 P, 2f�42 Agenda Item No. Zu June 12, 2012 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Stephen G. Badum, Public Works Director 949-644-3311, sbadum@newportbeachca.gov PREPARED BY: Brad Sommers, Senior Civil Engineer APPROVED:NJ ,���..�,1 TITLE: Traffic Signal Modernization Project — Phase 5 — Completion and Acceptance of Contract 4698 ABSTRACT: On June 14, 2011, City Council awarded Contract No. 4698 (Phase 5 of the Traffic Signal Modernization Project) to Select Electric, Inc., for a total contract cost of $508,372.50 plus a 10% allowance for contingencies. The required work is now complete and staff requests City Council acceptance and close out of the contract. RECOMMENDATIONS: 1. Accept the completed work and authorize the City Clerk to file a Notice of Completion for the project. 2. Authorize the City Clerk to release the Labor and Materials Bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 3. Release the Faithful Performance Bond one year after this Council acceptance. FUNDING REQUIREMENTS: Funds for the construction contract were expended from the following accounts: Account Description Account Number Amount Transportation and Circulation Fund 7261-C3002009 $ 457,721.67 Gas Tax 7181-C3001007 43,040.00 Total: $ 500,761.67 Traffic Signal Modernization Project — Phase 5 — Completion and Acceptance of Contract 4698 June 12, 2012 Page 2 DISCUSSION: Overall Contract Cost/Time Summary Awarded Final Cost at Contingency Actual Contract Time Contract Amount Completion Target Contract Time Under (-) Change (days) or Over (+) $508,372.50 $500,761.67 10% or less -1.5% 120 (210) days Construction of Phase 5 of the Traffic Signal Modernization Project included installation of fiber optic communications, 3 Closed Circuit Television Cameras (CCTV) cameras, and new traffic signal control equipment at 10 existing signalized intersections within the Newport Center area. With the completion of the fifth phase, a total of 91 of the City - operated 119 traffic signals and 27 CCN cameras are now online and can be managed from the Traffic Management Center at City Hall. In addition to modernization of existing traffic signal locations, new traffic signals at Newport Center Drive/Anacapa Drive and Newport Center Drive/Center Drive were planned for installation as part of the project. The Newport Center Drive/Anacapa Drive traffic signal was completed, while the Newport Center Drive/Center Drive intersection was put on hold for completion of an Irvine Company project to add a fourth leg to the "T" intersection. Completion of this intersection is planned for Fall 2012 and will be constructed by the Irvine Company through an encroachment permit issued by the City. Due to aging traffic signal equipment within the Newport Center project area, the 2010/2011 Traffic Signal Rehabilitation CIP project was combined with the annual modernization project. Through this program, the Newport Center Drive/San Miguel Drive and Jamboree Road/San Joaquin Hills Road intersections were rehabilitated with new equipment and wiring. The Newport Center Drive/San Miguel Drive intersection was improved with the addition of left -turn signal phasing on the San Miguel Drive approaches. This modification has proven to enhance traffic flow to and from Fashion Island. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $ 508,372.50 Actual cost of bid items constructed: 456,932.50 Total change orders: Final contract cost: 43,829.17 $ 500,761.67 • • Traffic Signal Modernization Project — Phase 5 — Completion and Acceptance of Contract 4698 June 12, 2012 Page 3 There were three change orders totaling $43,829.17. These change orders were the result of changed conditions that were not apparent during design. The change orders were for the following: Item No. Description Amount 1 Relocate traffic signal equipment at Newport Center Dr/Anaca a Dr Intersection $ 24,000.00 2 Relocate traffic signal interconnect conduit including exploration work to locate undocumented waterline. 17,432.17 3 Relocate traffic signal interconnect conduit at Newport Center Dr/Anaca a Dr. 2,397.00 Total Project Change Orders $ 43,829.17 Although the above change orders increased the cost approximately 8.6% over the original bid amount, the total final project cost was $500,761.67, our approximately 1.5% below the original bid cost. This reduction of the final cost is primarily a result of a credit received for the deletion of planned work at the Newport Center Drive/Center Drive traffic signal installation. Details regarding this change are below.. Completion of the project was delayed by 90 days do to three unforeseen significant changes. Newport Center Drive/Center Drive Traffic Signal Installation — during installation of the traffic signal, the Irvine Company requested a project to install a fourth leg to the "T" intersection. Prior to notification of proposed Irvine Company project, Select Electric had already completed approximately sixty-five percent of the traffic signal installation. As approximately thirty-five percent of the intersection construction was not completed, a credit was given to the City. San Joaquin Hills Road Traffic Signal Interconnect Relocation — During review of preliminary plans for a future widening project of the MacArthur Blvd/San Joaquin Hills Road intersection by The Irvine Company, staff realized the existing traffic signal interconnect conduit/line was located within the future widening. To facilitate the future project, the conduit was relocated after additional design work and explorative work. Newport Center Drive/Anacapa Drive — Unforeseen issues with newly installed traffic signal equipment were rectified by extensive coordination with Southern California Edison and the adjacent business owners. This work led to a redesign of the traffic signal and relocation of the traffic signal controller cabinet. A summary of the project schedule is as follows: Estimated Completion Date per July 2011 Schedule Project Award for Construction Contract Completion Date per NTP Substantial Completion Date January 13, 2012 June 15, 2011 January 5, 2012 May 7, 2012 M 0 0 Traffic Signal Modernization Project — Phase 5 — Completion and Acceptance of Contract 4698 June 12, 2012 Page 4 ENVIRONMENTAL REVIEW: City Council found this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15301 (for repair, maintenance and minor alteration of existing public facilities with negligible expansion) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. NOTICING: This agenda item has been noticed according to the Brown Act. In addition, the City Clerk will be filing a Notice of Completion for the project as a result of this action. Attachment: A. Traffic Signal Modernization Phasing Map a u p � a z J Q E y r w w 's a p u m a Z � Y C RC°sem bP y o c � N y z - u r� o c r `dam a o bP v N✓x. N �° bP i i ss i eta- Py b� bPb i x U e H � �Ewenx(s(.9 w W z U N RECEIVED JUN 2 4 2011 CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 10:00 AM on the 25th day of May, 2011, at which time such bids shall be opened and read for TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 5 Title of Project Contract No. 4698 $ 500,000.00 Engineer's Estimate .E /Stoohen G. Badum Public Works Director Prospective bidders may obtain Bid Documents, Project Specifications and Drawings by contacting Santa Ana Blue Print at (949)756-1001 Located at 2372 Morse Avenue, Irvine, CA 92614 Contractor License Classification(s) required for this project: 11C-10" For further information, call Brad Sommers, P.E., Proiect Manager at (949) 644-3326 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://www.NewportBeachCA.gov CLICK: Online Services / Bidding & Bid Results City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 5 Contract No. 4698 TABLE OF CONTENTS NOTICE INVITING BIDS......................................................................................... Cover INSTRUCTIONS TO BIDDERS.......................................................................................3 BIDDER'S BOND............................................................................................................5 DESIGNATION OF SUBCONTRACTOR(S)....................................................................8 TECHNICAL ABILITY AND EXPERIENCE REFERENCES............................................9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD.....................................................15 ACKNOWLEDGEMENT OF ADDENDA........................................................................17 INFORMATION REQUIRED OF BIDDER.....................................................................18 NOTICE TO SUCCESSFUL BIDDER............................................................................21 CONTRACT...................................................................................................................22 FAITHFUL PERFORMANCE BOND.............................................................................30 LABOR AND MATERIALS PAYMENT BOND...............................................................33 PROPOSAL............................................................................................................... PR -1 SPECIAL PROVISIONS............................................................................................ SP -1 2 City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 5 Contract No. 4698 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act'. 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. 029 703 L4 C-10 Contractor's License No. & Classification Sp(���� Sic Bidder �� t J1--- "i(C514QJ1� �'tt--� AutFjorized SignaturetTitle ,512A- ► Dat n City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 5 Contract No. 4698 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly boun� to the City of Newport Beach, a charter city, in the principal sum of ten percent off t e total bid amount Dollars ($ 10 ° ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 5, Contract No. 4698 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of 'Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 20th day of May 2011. Select Electric, Inc. Name of Contractor (Principal) authorized-Signature/Titie Fidelity and Deposit Company of Maryland Name of Surety Authorized Agent Signature 801 N. Brand Blvd., PH Glendale, CA 91203 Address of Surety 949-417-9175 Agent, 818-409-2800 Surety Telephone Cristin Nolette, Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) ACKNOWLEDGMENT ............................................................................... State of Cal' pnia County of ss. On 'z;20b fore mg, a �/�. 7 Notary Public, p rsc ally appeared (�(.r.,17ton /lJ s J wh proved to me on the basis of satisfactory evidence to be the person(45 whose name(tg) aTe subscribed to -the within instrument and acknowledged to me ttat tii she executed the same in f�her/their authorized capacity(ias.), and that by koerfteirr signatures(6) on the instrument the person(Q, or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the foregoing paragraph is true and correct. WITNESS my hand and official seal. u Sig/net re /\ laws of the State of California that the SUZAN M. MARTINEZ 7CommWbn 11794545 Nolary Mbit -California Orate County 0 6tr29 2012 (seat) .......................u............................................. t.l....., OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with I ~_ Paper Identification _ Credible Witness(es)/ Capacity of Signer: / _ Trustee Power of Attorney CEO CFO/COO _ President I Vice -President I Secretary / Treasurer Other. Other Information: 0 of Signer Check here If no thumbprint or Mgerprint Is available. ACKNOWLEDGMENT ......• e......• ............... a .......... a ........... e.............•....•.. or Slate of California County of ) ss. On before me, Notary Public, personally appeared / who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/thelr authorized capacity(ies), and that by his/herltheir signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the Sof California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature .o........................................................v.................... OPTIONAL Dale of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: _ Personally Known with Paper Paper Identification Credible W itness(es) Capacity of Signer: _ Trustee _ Power of Attorney _ CEOICFO/COO _ President I Vice -President / Secretary/ Treasurer Other: Other Information: rl Thumbprint of Signer Check here it no thumbprint or fingerprint m available. i CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of `U 11 b I D }} p On p '� • �O 11 before me, 'ofPan )e R(I Ce - N oklry f U 1 I1 G Data 1 Hare Irisert Name and TWO of the officer personally appeared JUX11nK, who proved to me on the basis of satisfactory evidence to be the person 'whose name(s�is pm_ Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Number of Pages: Signer's Name: Signer's Name: ❑ Corporate Officer— Title(s): ❑ Corporate Officer— Title(s): ❑ Individual ❑ Partner —❑ Limited ❑ General Top of Numb here ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 82006 National Notary Aseoelallon • 9350 Do Sch, Ave. ❑ Individual O Partner -13 Limited ❑ General Top of thumb we ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Heme59D7 Reorder:CeATo&1ceet-B00-976-6827 subscribed to the within instrument and acknowli;dged to, -me that he/ jae9they executed the same in hi , er/their trforized capacity i�� and that by Ismer/their signaturt(s) on the instrument the ersonjs), or the ehtity upon behalf of which the • STEPHANIE BALCE person(s)-acted, executed the instrument. Commission a} 1910191 I i •'� Notary Public - California I certify under PENALTY OF PERJURY under the Sao Diago county M Comm. Fa Oct laws of the State of California that the foregoing rea 24 20/4 paragraph is true and correct. Afffic, WITNESS my hand and ial seal. (v Signature:. Signature: Place Notary Seal enNor Slemp Above tSl9nwuM of Namry Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Number of Pages: Signer's Name: Signer's Name: ❑ Corporate Officer— Title(s): ❑ Corporate Officer— Title(s): ❑ Individual ❑ Partner —❑ Limited ❑ General Top of Numb here ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 82006 National Notary Aseoelallon • 9350 Do Sch, Ave. ❑ Individual O Partner -13 Limited ❑ General Top of thumb we ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Heme59D7 Reorder:CeATo&1ceet-B00-976-6827 EXTRACT FROM BY -LAVAS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attomeys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attomey-in-Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the I Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 23rd day of May , 2011 /46 1 61 Assistant Secretary City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 5 Contract No, 4698 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work %of Number Total Bid \/ra C/� Name: Vap/1-ill-rac-4-orS (DI 1-71 'AA � 5 s Address: ?.o• (_1-)i313 j�a Onal iICI+g1951 i els �i /o Phone: Wii- SBct-.198 3 �pSe Slate License Number. b S ( 9 Name:OCo.fl9� C,�u1Lk+a.SMp• � Sue�e,ic I Fl R rJf � r S;gflinQ�� Address: 183 N. �X Jef "I Ch ZD J J I �/ g28(PS p Phone: /(t ­f -(D3 1 -4!SS- Slate License Number: 34 (O 09 S Name: Address: Phone: State License Number: Sszll elec+c --DA BidderAiiO—Signaturerritle J 8 City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 5 Contract No. 4698 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name/Number L r* CS aP \S Tnap rtrn?11.5 idjc eLA- t�vcFle>^� Project Description -'Rr�-6r.S� Lev, y rg ,&PA� Approximate Construction Dates: From S_�L'YlZ To: Cio r o�m1o2I Zf��/ J Agency Name-f-�fDY\ ContactPersonnTelephone 1W A LD-giCn Original Contract Amount $4HGJXFinal Contract Amount $ 2?:J I �scSLo . Mt If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 2 Project Name/Number I inwe, \Syt , sqr\ 1r-0,VI A-u-� !1<4 _ Project Descriptiontr Starels l_T [TV �( Mv�(y�na Approximate Construction Dates: From Teh. —o -To: To: 1V(i) p'Q ot �T J Agency Name r1j}»[pa U kL+l «f Contact Person�()MMrhlillnAn, Telephone quo) 911n-9\fr_ Original Contract Amount $3 yZFinal Contract Amount $ j , 14-7. M If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. %r o No. 3 Project Name/NumberSrr)Ae\A Pcvr(-rbC+ P.lerArrtcaj 1Ip1JryA S, AW 7—W -d3 Project Description 21�n Xx2tH.FIer r2I I-Lryi Ila Approximate Construction Dates: From Marrh-7QQq To: UN. 201 C7 Agency Name Contact PersonNjihr4►'yvjm jlFi Telephone kS$)u1a::�—L-n09 Original Contract Amount $;D94BLIFinal Contract Amount $ amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 10 No. 4 Project Name/Numbe Project Description Approximate Construction Dates: From To:—.Cla—so nt-' Agency Name G PcN�Pr L� Contact Person l LEE— Telephone Claq-GSaq Original Contract Amount $%!Jq ] inal Contract Amount $�tDJCA, M If final amount is different from original, please explain (change orders, extra work, etc.) r L... r.,.,, fl !'nl ,., . �if 1"l� I,-1)'Yv r,..i- - Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name/Number Project Description Approximate Construction Dates: From To: Q Q by (-NA - Agency Namur fk4-v(01-1 Contact Person C �jyi� Aly SS Telephone (7LO L1= \S19\�1q Original Contract Amount $3 SlQinal Contract Amount $ 3 MMD 1-11LO amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 11 No. 6 Project Name/Num Project Description 1z&%\fo6d Slg►�\ IaYY�iYci ,� lA 1\S Approximate Construction Dates: From Maajn ?I -An Torn,. 2c� ' )kc) Agency Name MT P\ Contact Person -Niokr r.c'btnu r.n Telephone (qyt GlC) - S\q 1p Original Contract Amount $N9940QC-Final Contract Amount $ Linc), LSO. t7C7) If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an conditions. ,ler- eIcctr,c C Bidder appraisal f the Contractor's current financial �_ASfthoPized Signature(Title 12 �D Select elect ectl7k inc. RESUME Mark Oveross — Underground Superintendent Mark has over 20 years of experience in the transportation electrical field, and extensive knowledge of Traffic Signal, Light Rail, and Airport Systems. At Select Electric, Inc. Mark has worked on literally hundreds of traffic signal intersections and is expert in the underground field. He also has extensive knowledge of light rail electrical systems. Mark has advanced to Underground Superintendent of Select Electric, Inc. where he has successfully completed millions of dollars of traffic signal, light rail, airport, freeway, and fiber projects. My experience can be verified by Chuck Wehsener— Caltrans Construciton Manager, 1868 Willow Street, San Diego, CA 92106 — 619-929-9529 P.O. Box 1457, Spring Valley, CA 919790619-460-6060 ph0619-460-6069 fax c tric inc. RESUME Kirk Le Sage — Electrical Superintendent Kirk has over 30 years of experience in the transportation electrical and communication field, and extensive knowledge of Traffic Signal, Light Rail, and Airport Systems. At Select Electric, Inc. Kirk has worked on literally hundreds of traffic signal intersections and is considered to be the most knowledgeable traffic signal electrician in our region. He also has extensive knowledge of light rail electrical. Kirk has been involved in construction of nearly every trolley station in the City of San Diego. Kirk has advanced to Electrical Superintendent of Select Electric, Inc. where he has successfully completed millions of dollars of.traffic signal, light rail, airport, freeway, and fiber projects. My experience can be verified by Chuck Wehsener — Caltrans Construciton Manager, 1868 Willow Street, San Diego, CA 92106 — 619-929-9529 P.O. Box 1457, Spring Valley, CA 919790619-460-6060 pho619-460-6069 fax City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 5 Contract No. 4698 NON -COLLUSION AFFIDAVIT State of California (G+ ) ss. County �off Skobw K ✓ A° ^ ` �JS� bein first dulg y mo�r�eposes and says that he or she is of --w\ . , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership. company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the S�e o Ca"rf rnla that the fore oing is true and correct. It! C* - til a.C- rS� �t� �i�"- Bidder 4uthorized SignaturelfiUe Subscribed and sworn to (or affirmed) before me on this day of �, 2011 by , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. [SEAL] 13 Notary Public My Commission Expires: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California `\ 1 County of S ov\ U l s l Jli On SGV ��G1 before me, S1�PhG1i1�� �C�ICC 'Ncciry ���Ia Deto Here Insert Name aM -Me of the Oelcar personally appeared I I , who proved to me on the basis of satis aetory evidence to be the persoriKwhose name(s is/are subscribed to the within instrument and acknowl dged tome that t�e/s}1e/they executed the same in is 'e //thdir authorized capacity� ies); ;and that by f>lls/heflth'eir signatures) on the instrument the p soo , or the entity upon behalf of which the person) -acted, executed the instrument STEPHANIE BALCE I certify under PENALTY OF PERJURY under the Commission 4m 1910191 laws of the State of California that the foregoing Notary Public - California paragraph is true and correct. San Diego County M Comm, Ex fires Oct 24 20141 WITNESS my hand a official seal. Signature: Place Notary Seal anNor Stomp Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: "ON "c-OtrLA 370 tJ Document Date: S -Z3' 1 Signer(s) Other Than Named Above: Capacity(fes) Claimed by Signer(s) Signers Name: ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General Top of thumb here ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signers Name: ❑ Corporate Officer—Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General Top of thumb here ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other. Signer Is Representing: 02008 NO" NotaryAssmation • 9350 De Solo Ave., P.O. Box 2402 •chebwoM, CA 91313,2402-w .Nafiona!Nolary.org Hem 95907 ReoWw Ce8 ToltFme 1-900.876-6827 Bidders City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 5 Contract No. 4698 DESIGNATION OF SURETIES I� Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): aP_ „3ood-1, r,ecS _ lgoao lilac Pr-rthu4 aid iszrK � c 2J lz Y� 14 City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 5 Contract No. 4698 CONTRACTOR'S INDUSTRIAL SAFETY RECORD I TO ACCOMPANY PROPOSAL Bidders Name �el Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Current Record Record Record Record Record Year of for for for for for Record 2010 2009 2008 2007 2006 Total 2011 No. of contracts _ .� 134 ll I Total dollar Amount of Contracts (in %Svo Thousands of $ No. of fatalities ZML No. of lost Workday Cases O} O � �-�- No. of lost workday cases involving permanent transfer toanoth of O /� Q CC) y^� termination of termination v V employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Legal Business Name of Bidder �j EIPLf ML �T1C _ Business Address: 1 25 �cX S c+oci.-.-!5iprvuVYfAC►- 9 11 -7 7 Business Tel. No.: lnlg _ ,.{4p– tnoco o __ _ State Contractor's License No. and �91 O3 Classification: TitleT.r��t– _ The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of D bidder Date Title - — Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 16 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San bIr/-(A On �jn i cars v before me, Sf personally appeared T f M STEPHANIE BALCE Commission # 1910191 Notary Public - California San Diego County M COMM. EK iree Oct 24 014 Place Notary Beal and/or Stamp Above If' INof Nbl1c, who proved to me on the basis of satisfactory evidence to be the perso5K whose names'' i/s%are subscribed to the within instrument and acknow edged to me that Ce/sffe/th€y executed the same in 'their authorized capacity i� ; and that by is/heftheir signature(s)- on the instrument the personK, or the entity upon behalf of which the person) -acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and ��cial seal. Signature: / / SignaNre at Notary PoQllc OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: _ Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑Limited ❑General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER 02008 National Notary Associathn•9350 De Soto Ava., P.O. Ba 2402-Chalaworlh, CA 91313-2402-ww,v.NetlonalNotary.org Bem#5907 Reorder Call Toll-Freel-BOO-8786827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California 1 County ofP 4 n Ji / �/// On o?o// before me, �it eq. J ��� (All, Nt�l C,� Dora ,. Here Insert Name wd T81e of the Officer J personally appeared who proved to me on the basis of satisfactory evidence to be the person(s)-Whose name(s) Were - subscribed to the within instrument and acknowledged to me that .Lie/she/they executed the same in his/her/yaeir authorized capacity(ies), and that by his/her/their signature(s)- on the instrument the 9:2E KOVITS person(s), or the entity upon behalf of which the 01025 person(s)-acted, executed the instrument. CALIFORNIA pCOUNTY Juna 25, 2012 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: _,a vL_ Place Notary Seal ardor Slemp Above OPTIONAL Signature/ Notary Pubje Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer—Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General Top of thumb here ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General Top of thumb here ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signerls Representing: u 02008 Natbnal Notary AssoGetlon• 9350 Do 5010 Ave., P.0.6ox 2902 • Chatwmrth, GA 9131&2902• w .NaWnaiN ry.org Item X5907 Reorder. Call Toll -Free 1.806876-6827 City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 5 Contract No. 4698 ACKNOWLEDGEMENT OF ADDENDA Bidders name &kc:�- The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: 17 --4.ex e City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 5 Contract No. 4698 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation:k af!3-C�1C . Business Address. -6ny,, tVa.l�t9•c,l L1�'-'t (9-7 Telephone and Fax Number: California State Contractor's License No. and Class:a9-7O3 L{ C A d (REQUIRED AT TIME OF AWARD) , Original Date Issued: I p Expiration Date: Ifs' ,3/ /Zo/Z List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: l KA T a s�— The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone Corporation organized under the laws of the State of �JArrt 1H The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest jn this proposal are as follows: For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: the names, addresses and telephone numbers of the parties; Briefls#m rize the parties' claims and defenses; /t—///4— Have youlet/er had a contract terminated by the owner/agency? If so, explain. Have yopAver failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / No 19 Are any claims or actions unresolved or outstanding? Yes (N�) If yes to any of the above. explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. S+ (Print tame of wner or President of Corp, ation/Co pany) Bidder � Adthorized Sigr a ure%Title Title 15)0_02_011 Da e On before me, Notary Public, personally appearedwho proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (SEAL) Notary Public in and for said State My Commission Expires: 20 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California Cou�(ntyof Sat\ hint On4r(QVTbefore me,Mokinje �G�Ge 'IY �II�JT�Ik'I�C� S Here Ireert Name and Me of #W'01f1mr personally appeared STEPHANIE BALCE commission # 1910191 as"Ce z .� , Notary public - California San Diego county M Comm.. Ex I(Is Oct 24 2014 + Place Notary Seal a .r Stamp Above OPTIONAL Though the infomratton below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. who proved to me on the basis of satisfactory evidence to be the person hose name(1;f(s/�re subscribed to the within instrument and acknowledged o—me thatheshrg/they executed the same in r1srsher/t4eir ef%their orized capacity�!'be�, and that by signatures)' on t a instrument the o5(s); or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and offi I seal. Signature: Signature of Notary Public Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer— Title(s): ❑ Individual ❑ Partner — ❑Limited El General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUh1BPAINT OF SIGNER Number of Pages: Signer's Name: ❑ Corporate Officer — ❑ Individual ❑ Partner — ❑ Limited ❑ General Top of thumb here ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: I� 0200e National Notary Aaeociatim-9350 De Soto Am.. P.O. Box 2402- Chalawoah, CA 913132402-w .Nafo %tary.org gem#6607 Rmrder.0el1To1Wme1-80M761E27 City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 5 Contract No. 4698 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS LABOR AND MATERIALS PAYMENT BOND G FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal. Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Propertv-Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 21 City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 5 Contract No. 4698 CONTRACT THIS CONTRACT FOR PUBLIC WORKS entered into this _ day of , 2011, by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter City("City") and Select Electric, Inc., a California corporation ("Contractor"), is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of traffic signal modifications, installation of CCTV equipment, installation/modification of traffic signal communication interconnect and equipment, and other items shown on, but not limited to plan T -5998-S and as listed in the Summary of Work (Section 1) of the attached Traffic Signal Special Provisions Supplemental. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidders, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 4698, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents'). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 22 C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Five Hundred Eight Thousand, Three Hundred Seventy -Two and 50/100 Dollars ($508,372.50). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and the City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, the Contractor shall be required to file any claim the Contractor may have against the City in strict conformance with the Tort Claims Act (Government Code 900 et seq.). E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard PO Box 1768 Newport Beach, CA 92658 Attention: Brad Sommers, P.E. (949)644-3326 CONTRACTOR Select Electric, Inc. 1425 Presicoa Street Spring Valley, CA 91977 619-460-6060 619-460-6069 Fax INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. Coverage and Limit Requirements. a. Workers' Compensation. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and employer's liability insurance with limits of at least one million dollars ($1,000,000) each type for Contractor's employees in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' 23 Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California, Section 3700 for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers. Contractor shall submit to City, along with the required certificate of insurance, a copy of such waiver of subrogation endorsement. b. General Liability. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) General Aggregate and two million dollars ($2,000,000) Products and Completed Operations Aggregate for bodily injury, personal injury, and property damage, including without limitation, blanket contractual liability. Coverage shall be at least as broad as that provided by Insurance Services Office form CG 00 01. None of the policies required herein shall be in compliance with these requirements if they include any limiting endorsement that has not been first submitted to City and approved in writing. C. Automobile Liability. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. d. Builders Risk. For Contracts with Construction/Builders Risk property exposures, Contractor shall maintain Builders Risk insurance or an installation floater as directed by City, covering damages to the Work for "all risk" or special form causes of loss with limits equal to one hundred percent (100%) of the completed value of contract, with coverage to continue until final acceptance of the Work by City. At the discretion of City, the requirement for such coverage may include additional protection for Earthquake and/or Flood. City shall be included as an insured on such policy, and Contractor shall provide the City with a copy of the policy. 2. Other Insurance Provisions. a. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and an additional insured endorsement for general liability. Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current evidence of insurance shall be kept on file with City at all times during the term of this contract. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bond documentation. City reserves the right to require complete, certified copies of all required insurance policies, at any time. 0 b. General liability insurance provisions. Primary and excess or umbrella liability policies are to contain, or be endorsed to contain, the following provisions: i. City, its elected or appointed officers, agents, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its elected or appointed officers, officials, employees, agents or volunteers. Contractor shall submit to City a copy of the additional insured endorsement along with the required certificates of insurance. ii. Contractor's insurance coverage shall be primary insurance and/or primary source of recovery as respects City, its elected or appointed officers, agents, officials, employees and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Contractor's operations or services provided to the City. Any insurance or self-insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. d. Notice of Cancellation. Contractor agrees to oblige its insurance broker and insurers to provide to City with thirty (30) days notice of cancellation (except for nonpayment for which ten (10) days notice is required) or nonrenewal of coverage for each required coverage except for builder's risk insurance. The builder's risk policy will contain or be endorsed to contain a provision providing for 30 days written notice to City of cancellation or nonrenewal, except for nonpayment for which ten (10) days notice is required. e. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may review options with the contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. 25 f. Timely Notice of Claims. Contractor shall give City prompt and timely notice of any claim made or suit instituted arising out of or resulting from Contractor's performance under this Contract. g. Waiver. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers, or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. h. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. i. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. j. City's Remedies. City shall have the right to order the Contractor to stop Work under this Contract and/or withhold any payment(s) that become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. In the alternative, City may purchase the required coverage and charge Contractor the cost of the premiums or deduct the cost from Contractor's payments. k. Coverage not Limited. All insurance coverage and limits provided by contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other Contract relating to the city or its operations limits the application of such insurance coverage. I. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any services under this or any other contract or Contract with the City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. 26 G. RESPONSIBILITY FOR DAMAGES OR INJURY 1. City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on -the Project, or the Work of any subcontractor or supplier selected by the Contractor. 3. To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any work performed or services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. The rights and obligations set forth in this Article shall survive the termination of this Contract. H. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to 27 be performed, and has correlated all relevant observations with the requirements of the Contract Documents. I. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. J. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the dates written below. APPROVED AS TO FORM OFFlUIOF THE CITY ATTORNEY Leonie Mulvihill Assistant City Attorney ATTEST: Date: Leilani I. Brown City Clerk W CITY OF NEWPORT BEACH A California/Municipal Corporation and City and ChartgS City ^ Date: By: I /([l U Mich9I F. Henn Mayor SELECT ELECTRIC A Californ a`C porat y: (Corporate Title: President Print Name: TimjJuengst Date: By:, -l/G� 11 (Financial Officer) Title: Assistant Secretary Print Namee:�Ljesa Bixel Date: tpl;9�l ( City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 5 Contract No. 4698 *** BOND NO. 7623948 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 6,338.00 being at the rate of $ see to the upper left ***thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Select Electric, Inc., hereinafter designated as the "Principal", a contract for construction of TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 5, Contract No, 4698 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 4698 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Fidelity and Deposit Company of Maryland , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Five Hundred Eight Thousand, Three Hundred Seventy -Two and 501100 Dollars ($508,372.50) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 0 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City, In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 23rd day of June , 2011. 1 �yy-N A`Aq%' CZJ� Select Electric, Inc. ( cipal) Fidelity and Deposit Company of Maryland Name of Surety 801 N. Brand Blvd., PH Glendale, CA 91203 Address of Surety 818-409-2800 Telephone Cristin Nolette, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 30 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California Countyof `ppSa�`DI'PiJD I 1 On U G II before me, b I GU Data Here Insert N personally appeared 11N) J uenosf who proved to me on the basis of satisfactory evidence to be the personJ,a'j whose name(syicy,are subscribed to the within instrument and acknowledged to me thathe/s)aelthey executed the same in hi .er/their a thorized capacitoes), and that by his,her?$eir signatune(.$)—on the instrument the person(sf, or the entity upon behalf of which the persorl(s) acted, executed the instrument. 7 STEPHANIE SAL I certify under PENALTY OF PERJURY under the 7 Commission x 191ot91 laws of the State of California that the foregoing Notary Public • ca0torms paragraph is true and correZ��l Sea Diago County 41 Y Camm,E7 kas0, 24 t1` WITNESS my hand and off,seal. Signature: fL. lill/I /I Place Notary Seal w&or Stump Above SIg Nre of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signers Name: Signer's Name: ❑ Corporate Officer —Tltle(s): ❑ Corporate Officer —Title(s): ❑ Individual Olndividual e ❑ Partner — ❑ Limited ❑ General Top of th b here ❑ Partner — ❑ Limited ❑ General Top of thumb here ❑ Attorney in Fact ❑ Attorney in Fact ❑ Trustee ❑ Trustee ❑ Guardian or Cons erva ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer I .Representing: I Signer Is Representing 02DD8 National Notary Association -9350 De Soto Ave, P.O. Sox 2402, Chatsworth, CA 91313.2402• vmw.NatlmlalNdery.orp @em.6907 Reorder. Cell Toll -Free 1 -BOO -8788827 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specialty authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attomeys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages .... and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the I Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 23rd day of June 2011 Assistant Secretary ACKNOWLEDGMENT ............................................................................... State of California County of Orange ) ss. On June 23, 2011 before me, Suzan M. Martinez Notary Public, personally appeared Cristin Nolette who proved to me on the basis of satisfactory evidence to be the person(d) whose name( is/afe subscribed to the within instrument and acknowledged to me that to/she/they executed the same in ft/her/All authorized capacity(M), and that by bir/her/thior signatures(®) on the instrument the person(t; or the entity upon behalf of which the person( acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. 'Sig a re SUZAN M. MARTINEZ CorrrMInion # 1794545 llolory Public - California Oral County Cann Mtr29 21112 (seal) ............................................................................... OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: _ Trustee _ Power of Attorney CEO/CFO/COO President Vice -Pr Other: / Other Information: / Secretary / Treasurer 32 Thumbprint of Sign Check here if no thumbprint or fingerprint is available. City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 5 Contract No. 4698 BOND NO. 7623948 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Select Electric, Inc., hereinafter designated as the "Principal," a contract for construction of TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 5, Contract No. 4698 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 4698 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, Fidelity and Deposit Company of Maryland duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of Five Hundred Eight Thousand, Three Hundred Seventy -Two and 50/100 Dollars ($508,372.50) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 33 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the Cafrfomia Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 at. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, It is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duty executed by the above named Principal and Surety, on the 23rd day of June 2011. Select Electric, Inc. (Pri pal) Fidelity and Deposit Company of Maryland Name of Surety 801 N. Brand Blvd., PH Glendale, CA 91203 Address of Surety 818-409-92800 Telephone Authorized Agent Signature Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 34 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California 1 County of &in'1I t Q O Ji On 611', ��.rl� �� before me,Sir,P�(INC, ac)��>°" �ofar�/ Puell G Date ?? II Here ]morl Name and Title of ere Officer personally appeared 1)dT Neme(e) of Signega) who proved to me on the basis of satisfactory evidence to be the persons) whose nams(s)Ls'/are subscribed to the within instrument and acknowledged to me that (ie/she/thev executed the same in hisVher/their authorized capacity(es), and that by I signature(s) on the instrument the personjs), or the entity upon behalf of which the person(s) acted, executed the instrument. STEPHANIE BALCE I certify under PENALTY OF PERJURY under the Commission r 1910191 laws of the State of California that the foregoing Notary Public - Califorma paragraph is true and correct. 10 San Diego County M Comm, Ea tree Oct 24 2014 WITNESS V1—/7 al. Signature: Place Notary Seal andlor Stamp Above OPTIONAL �Zature of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number Pge as: Signer(s) Other Than Named Above: Capaclty(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer —Title(s): ❑ Individual ❑ Partner-01imited ❑General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is 0200B National Wary Aa afion• 9350 De Salo Corporate Officer — Title(s): ❑ Individual ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 91313-2492 • www. Ne8onalNolerv.av RIGHT THUP45PRINT OF SIGNER Ilem#5907 Reorder.. Call ToB-Free 1.800d768B27 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,... and to affix the seal of the Company thereto." [$]:1011111 ;1 W-1 9:4 I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 23rd day of June 1 2011 Assislanl Secretary ACKNOWLEDGMENT u u c o v c u v n c u u n e u n e v n c n n v e e v n e u o o o e v u a u u c u v u c v e o u a n n n e n c s n u u v u m v u e u u n u u u v u u v o u c u. State of California County of On personally appeared ss. before me, Notary proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/6/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the foregoing paragraph is true and correct. 11 WITNESS my hand and official seal. Signature of the State of California that the (seal) e 9 B O O C O Y 000 v v O O C 009 C O 00 CO Y Y Y O e g a C➢➢ O O C C Y O Y O O Y O O E C C O C O 000 a O.... O Y C Y Y E O L 0 0 0 E 0000, INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Type of Satisfactory Evidence. Personally Known vv fh Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO _ President I Vice -President / Secretary / Treasurer Other: Other 35 Thumbprint of Signer Check here if no thumbprint or fingerprint is available. ACKNOWLEDGMENT ............................................................................... State of California County of Orange )ss. On June 23, 2011 before me, Suzan M. Martinez Notary Public, personally appeared Cristin Nolette ,who proved to me on the basis of satisfactory evidence to be the person(o) whose Hame($ is/are subscribed to the within instrument and acknowledged to me that fes she tliay executed the same in/her{their authorized capacily(;Wp), and that by /hR/their signatures(o) on the instrument the person(&), or the entity upon behalf of which the person(Cd) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signet re SUZAN M. MARTINEZ Commission M 1794545 Notary Public - California Orange County MvCamra Mar29,2012 (seal) ......................................................... I . . . . . n...... . . . . . . . I OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: _ Trustee _ Power of Attorney _ CEO/CFO/COO _ President / Vice -President / Secretary / Treasurer Other: Other 36 ❑ Check here if no thumbprint or fingerprint is available. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 TRAFFIC SIGNAL MODERNIZATION PROJECT CONTRACT NO. liik i DATE: May, 16 2011 BY: Public TO: ALL PLANHOLDERS Page: 1 of 1 5 r/City Engineer The following changes, additions, deletions, or clarifications shall be made to the contract documents — all other conditions shall remains the same. Delete Construction Note No. 25 on sheets 4 and 15 of 24 of the project planset: 25. Furnish and install Iteris Video detection system per special provisions. Contractor shall coordinate with Manufacturer to be onsite for installation and initial setup. Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. Bidder's Name (Please Print) _Authorized Signature &Title \\cnb-2005\users\pbw\shared\contracts\fy 10-111traffic signal phase 5 c-4698\addendum #1.doc CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL TRAFFIC SIGNAL MODERNIZATION WEST NEWPORT — PHASE 5 CONTRACT NO. 4698 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 4698 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization @ Dollars and Cents $ DOO, Per Lump Sum 2. 7,840 LF Install 48 SMFO Cable @ Dollars and Cents $ 2. DO $� S !(� 80 o co Per Linear Foot 3. 450 LF Install 6 SMFO Cable @ Dollars and oo Cents $ 5." $ Per Linear Foot PR2of5 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 7150 LF Install #10 Green Trace Wire @ Dollars and 7�i )0 Cents $ . $ ( 5 06 5 7 Lf 7,170 LF 2,070 LF 2 EA 2 EA 9. 3 EA Per Linear Foot Install 12/10 Microduct @ Dollars and Cents Per Linear Foot Install Twisted Pair Copper SIC @ Dollars and Cents Per Linear Foot Install #6 Pull Box @ Dollars and Cents Each Install Splice Vault @ Dollars and Cents Each Install Fiber Patch Panel @ Dollars and Cents Each $ 1.00 $ I �O Ob —r— $ 1.2S $ 2.587 .S° $ I00 $ 15co, $ 1606 oG $ OC; o0 of $ 11000 $ Oc o u PR3of5 TOTAL ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 3 EA Install Fiber Optic Splice Closure @ Dollars and Cents $ oT oo $ 3,000'0 Each 11. 2 EA Fusion Splice FO in Existing Closure @ Dollars and Cents $ LO -00" $ Each 12. 8 EA Install Power Strip @ Dollars and Cents $ 300 co $ 2_40C' O0 Each 13. 12 EA Install Ethernet Switch @ Dollars and Cents $ lSaa $ t 00p o0 Each 14. 3 EA Install CCN Equipment @ Dollars and Cents $ 9+300 $ Each 15. 500 LF Install 2.5 inch PVC Conduit @ Dollars and Cents $ 5 $ oD ?ySW Per Linear Foot 16. Lump Sum Newport Center Dr/Center Dr Traffic Signal Installation @ Dollars and Cents $D 000 00 PR4of5 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum 17. Lump Sum Newport Center Dr/Anacapa Dr Traffic Signal Installation @ Dollars and Cents $ 142i 500 00 Lump Sum �- 18. Lump Sum Newport Center Dr/San Miguel Dr TS Modification @ Dollars and Cents $38 `°ISS • "" Lump Sum 19. Lump Sum Newport Center DriSan Miguel Dr Temporary TS Wiring @ Dollars and oO Cents $ 000 Lump Sum 20. Lump Sum Jamboree Rd/San Joaquin Hills Rd TS Modification @ Dollars and -0Q Cents $ 39,00 Lump Sum 21. Lump Sum San Miguel Dr/Avocado Ave Traffic Signal Modification @ Dollars and 0 Cents $ 1'.�lSoo Lump Sum 22. Lump Sum Provide As -Built Plans @ Dollars and 00 Cents $ I on Lump Sum FIR 5of5 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE TOTAL PRICE IN WRITTEN WORDS and �t` ��Cents (� Nr O —�rle ht LAree nnllarc $ 50R 3r7Q. 50 Total Price (Figures) rj ,—Sc Dat Bidder (��4—�aD t ¢Clio a Lo C4-y[eo -tae &,,' r � z� Bidder's Telephone and Fax Numbers Bidder's Authorized Signature and Titie Zg7o3c( C-10 Bidder's License No(s). and Classification(s) 142-G , asi C.04 S+> S Vr ll l Bidder's Address �t Bidder's email address: jj til & 1 ry—, • co t--4 Last saved by srooks0510212011 2:18 PM f:fusers\pbw\sharedloon1ractsVy10-11Vraffic signal phase 5 c<6981proposal o-4698.doc 1 1 2 2 2 2 2 2 2 3 3 3 3 3 3 3 3 2 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS TRAFFIC SIGNAL MODERNIZATION PROJECT — Phase 5 CONTRACT NO. 4698 INTRODUCTION PART 1 ---GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2-6 WORK TO BE DONE 2-9 SURVEYING 2-9.3 Survey Service 2-9.6 Survey Monuments SECTION 3 CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing SECTION 5 UTILITIES 5-1 LOCATION 5-2 PROTECTION 5-7 ADJUSTMENTS TO GRADE 5-8 SALVAGED MATERIALS SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 1 1 2 2 2 2 2 2 2 3 3 3 3 3 3 3 3 2 6-7 TIME OF COMPLETION 5 6-7.1 General 5 6-7.2 Working Days 5 6-7.4 Working Hours 5 6-9 LIQUIDATED DAMAGES 5 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 2 7-7 COOPERATION AND COLLATERAL WORK 6 7-8 PROJECT SITE MAINTENANCE 6 7-8.5 Temporary Light, Power and Water 6 7-8.5.1 Steel Plates 6 7-8.6 Water Pollution Control 6 7-8.6.1 Best Management Practices and Monitoring Program 7 7-10 PUBLIC CONVENIENCE AND SAFETY 7 7-10.1 Traffic and Access 7 7-10.2 Storage of Equipment and Materials in Public Streets 7 7-10.3 Street Closures, Detours, Barricades 8 7-10.4 Public Safety 8 7-10.4.1 Safety Orders 8 7-10.5 "No Parking" Signs 9 7-15 CONTRACTOR LICENSES 9 7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS 9 SECTION 9 MEASUREMENT AND PAYMENT 10 9-3 PAYMENT 10 9-3.1 General 10 9-3.2 Partial and Final Payment 12 PART 2 ---CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 13 201-1 PORTLAND CEMENT CONCRETE 13 201-1.1.2 Concrete Specified by Class 13 201-2 REINFORCEMENT FOR CONCRETE 13 201-2.2.1 Reinforcing Steel 13 PART 3 ---CONSTRUCTION METHODS SECTION 300 EARTHWORK 13 300-1 CLEARING AND GRUBBING 13 300-1.3 Removal and Disposal of Materials 13 300-1.3.1 General 13 300-1.3.2 Requirements 14 300-1.5 Solid Waste Diversion 14 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 14 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS 14 GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 14 303-5.1 Requirements 14 303-5.1.1 General 14 303-5.4 Joints 14 303-5.4.1 General 14 303-5.5 Finishing 14 303-5.5.1 General 14 303-5.5.2 Curb 15 303-5.5.4 Gutter 15 SECTION 307 STREET LIGHTING AND TRAFFIC SIGNALS 15 307-4 TRAFFIC SIGNAL CONSTRUCTION 15 SECTION 310 PAINTING 15 310-5 PAINTING VARIOUS SURFACES 15 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 15 310-5.6.6 Preparation of Existing Surfaces 15 310-5.6.7 Layout, Alignment and Spotting 15 310-5.6.8 Application of Paint 15 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 16 312-1 PLACEMENT 16 TRAFFIC SIGNAL SPECIAL PROVISIONS TECHNICAL SPECIFICATIONS SUPPLEMENTAL SP 1 OF 16 CITY OF NEWPORT BEACH JBLIC WORKS DEPARTMENT SPECIAL PROVISIONS TRAFFIC SIGNAL MODERNIZATION PROJECT— PHASE 5 CONTRACT NO. 4698 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions and Traffic Signal Supplement; (2) the Plans (Drawing No. T -6001-S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2003 Edition), including supplements; (5) Standard Transportation (2006 Edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517-0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: NOTE TO CONTRACTORS: This project includes installation of Fiber Optic Interconnect Cable. The contractor and proposed sub contractors shall be qualified as detailed in the Contractor's Qualification (Section 2) of the attached Traffic Signal Special Provisions Supplemental. PART 1 GENERAL PROVISIONS SECTION 2 ---SCOPE AND CONTROL OF THE WORK 2-6 WORK TO BE DONE. Add to this section, "The work necessary for the completion of this contract consists of traffic signal modifications, installation of CCTV equipment, installation/modification of traffic signal communication interconnect and equipment, and other items shown on, but not limited to plan T -5998-S and as listed in the Summary of Work (Section 1) of the attached Traffic Signal Special Provisions Supplemental." SP2OF16 2-9 SURVEYING 2-9.3 Survey Service. Add to this section: "The City will provide one set of construction staking as required to construct the improvements. Additional stakes or re - staking, and costs thereof, shall be the responsibility of the Contractor. The Contractor shall notify the City in writing two working days in advance of the time that the stakes are needed. All existing street and property corner monuments are to be preserved. The Contractor will be back -charged for the cost of restoring any survey ties and/or monuments damaged by the Contractor, including the cost of filing the required corner records or record of surveys with the County of Orange." 2-9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. SECTION 3 ---CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup. Replace this section with, "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............................................ 20 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. SP3OF16 SECTION 4 ---CONTROL OF MATERIALS 4-1 MATERIALS ARID WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 5 ---UTILITIES 5-1 LOCATION. Add the following after the 3rd paragraph: "upon completion of the work or phase of work, the Contractor shall remove all USA utility markings." 5-2 PROTECTION. Add the following: "In the event that an existing pull or meter box or cover is damaged by the Work and is not re -useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City." 5-7 ADJUSTMENTS TO GRADE. The Contractor shall adjust or replace to finish grade City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor will be required to contact Southern California Edison, The Gas Company, SBC Telephone, cable television, and other utility facilities to have existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities. 5-8 SALVAGED MATERIALS. All abandoned/salvaged material and equipment shall become property of the Contractor, except as detailed in these special provisions, the plans, or as requested by the City. Salvaged materials/equipment shall be delivered to Traffic Engineering (George Bernard, Telephone 949.644.3348). Traffic Engineering shall be notified a minimum of two working days prior to delivery of salvaged equipment. SP 4 OF 16 At the City's request, existing equipment to be removed and not reused including, but not limited to items listed below, shall be salvaged to the City. • Opticom detectors and phase selectors; • Traffic signal controllers; • Conflict monitors and other plugables; • Programmable Visibilty Signal Heads; o Battery Backup Systems; and • Traffic Signal Cabinets (as requested by City Staff). Items not requested by the City to be salvaged to the City shall become the property of the Contractor and shall be removed from the site by the Contractor. The Contractor shall provide all labor, equipment, and materials necessary to remove, salvage, transport, and dispose of equipment not reused. SECTION 6 ---PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The time of completion as specified in Section 6-7, shall commence on the date of the 'Notice to Proceed.' No work shall begin until a "Notice to Proceed" has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." SP 5 OF 16 6-7 TIME OF COMPLETION 6-7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 120 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6-7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1st (New Year's Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4`n the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24tH (Christmas Eve), December 25th (Christmas), and December 31St (New Year's Eve). If January 1st, July 4th, November 11th, December 24th, December 25th or December 31st falls on a Sunday, the following Moncig is a holiday. If January 1st, July 41n November 11th December 24th December 25t or December 31st falls on a Saturday, the Friday before is a holiday." 6-7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 5:00 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 5:00 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6 p.m. on Saturday only. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $60.00 per hour when such time periods are approved. 6-9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6-7-1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of 500.00 Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that 500.00 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. SP 6 OF 16 The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." SECTION 7 ---RESPONSIBILITIES OF THE CONTRACTOR 7-7 COOPERATION AND COLLATERAL WORK. Add to this section: 'The Contractor shall coordinate with Econolite, Inc. for concurrent traffic signal cabinet modification work. The contractor is responsible to coordinate an Econolite technician to be present during a traffic signal turn -on at locations which receive new traffic signal cabinets. Additionally, the Contractor shall coordinate a manufacturer's representative to be present during the turn -on for Emergency Vehicle Detection systems and Battery Backup systems." 7-8 PROJECT SITE MAINTENANCE 7-8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use City water, he shall arrange for a meter and tender an $813 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc." The Contractor shall install temporary overhead wiring and equipment to maintain full signal operation (except for vehicle detection) and safety lighting at locations designated as bid items. This wiring shall include operation of pedestrian push buttons. Exceptions shall approved by the Engineer. 7-8.5.1 Steel Plates. Add this section: "Steel plates utilized for utility trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on arterial highways shall be pinned and recessed flush with existing pavement surface." 7-8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the SP 7 OF 16 Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at www.newportbeacca.gov/publicworks and clicking on permits, then selecting the link Construction Runoff Guidance Manual. 7-8.6.1 Best Management Practices and Monitoring Program. The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7-10.3)." 7-10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may only be SP8OF16 stored in streets, roads, or sidewalk areas if approved by the Engineer. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7-10.3 Street Closures, Detours and Barricades. Add to this section: "At the request of the Engineer, the Contractor shall submit to the Engineer a traffic control plan and detour plans(s) for each street. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. At the discretion of the Engineer, Traffic Control Plans may be required to be signed and sealed by a California licensed traffic engineer. Traffic control and detour plans shall meet the following requirements: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3468 and all affected property owners. 5. During a traffic signal outage ("dark" or prolonged "red -flash") "STOP" signs shall be furnished by the contractor. A minimum of two "STOP" signs and two shall be placed per approach. Signs will not be necessary during momentary "red -flash" while turning the traffic signal on." 7-10.4 Safety 7-10.4-1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. SP 9 OF 16 The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7-10.5 "No Parking" Signs. The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty-eight hours in advance of the need for enforcement. The signs will be provided at no cost to the Contractor. However, the City reserves the right to charge $1.50 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 -inches wide and 18 -inches high; and (3) be City of Newport Beach "Temporary Tow -Away, No Parking" signs available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7-15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a C-10 License. At the start of work and until completion of work, the Contractor and all Sub -contractors shall possess a Business License issued by the City of Newport Beach. 7-16 CONTRACTOR'S RECORDSMS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As -Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress bill is submitted. Any changes to the approved plans that have been made with approval from the Engineer of Record or City Inspector shall be documented on the "As -Built" drawings. The "As -Built" shall be submitted and approved by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9 ---MEASUREMENT AND PAYMENT SP 10 OF 16 9-3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: This item is defined by and payments shall be made per Section 11 of the Standard Specifications of the State of California, Department of Transportation (2006 Edition). Item No. 2 Install Fiber Optic Cable — 48 SMFO: Work under this item shall include the cost of all labor, equipment and materials, and testing required to furnish and install 48 Strand Single Mode Fiber Optic cable per the Plans, Special Provision, and Supplemental. Item No. 3 Install Fiber Optic Cable — 6 SMFO: Work under this item shall include the cost of all labor, equipment and materials, and testing required to furnish and install 6 Strand Single Mode Fiber Optic cable per the Plans, Special Provision, and Supplemental. Item No. 4 Install #10 Green Wire: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install #10 green trace wire per the Plans, Special Provision, and Supplemental. This item excludes #10 green trace wire installation as part of traffic signal installation or modification. Item No. 5 Install 12/10 Microduct: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install 12/10 Microduct per the Plans, Special Provision, and Supplemental. Item No. 6 Install Twisted Pair Copper SIC: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install twisted pair copper SIC per the Plans, Special Provision, and Supplemental. This item includes testing of new and existing copper SIC. Item No. 7 Install #6 Pull Box: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install #6 Pull Boxes per the Plans, the Special Provisions and Supplemental. This item includes conduit work, if necessary. This item excludes pull box installation as part of traffic signal installation or modification. SP 11 OF 16 Item No. 8 Install Splice Vault: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install Splice Vaults per the Plans, the Special Provisions and Supplemental. This item includes conduit work, if necessary. This item excludes splice vault installation as part of the San Miguel Dr/Newport Center Dr traffic signal modification. Item No. 9 Install Fiber Patch Panel: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install Fiber Patch Panels in traffic signal cabinets per the Plans, the Special Provisions and Supplemental. Item No. 10 Install Fiber Optic Splice Closure: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install Fiber Splice Closures per the Plans, the Special Provisions and Supplemental. Item No. 11 Fusion Splice FO Cable in Existing Closure: Work under this item shall include the cost of all labor, equipment and materials required to fusion splice fiber optic cables in existing splice enclosures per the Plans, Special Provisions, and Supplemental. Item No. 12 Install Power Strip: Work under this item shall include the cost of all labor, equipment and materials required to install City -furnished power strips in traffic signal cabinets per the Plans, the Special Provisions and Supplemental. Item No. 13 Install Ethernet Switch: Work under this item shall include the cost of all labor, equipment and materials required to install City -furnished Ethernet switches in traffic signal cabinets, including all connections required to operate as intended, per the Plans, the Special Provisions and Supplemental. Item No. 14 Install CCTV Equipment: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install CCTV equipment per the Plans, the Special Provisions and Supplemental. Item No. 15 Install 2.5 inch PVC Conduit: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install 2.5 inch conduit per the Plans, Special Provisions and Supplemental. This item may be removed or reduced in the contract at the City's discretion. No additional compensation shall be made for removed or reduced bid quantities. Item No. 16 Newport Center Drive/Center Drive Traffic Signal Installation: Work under this item shall include the cost of all labor, equipment and materials required to install a traffic signal at the Newport Center Drive/Center Drive intersection per the Plans, the Special Provisions and Supplemental. This item excludes installation of Ethernet communication equipment per above bid items. Item No. 17 Newport Center Drive/Anacapa Drive Traffic Signal Installation: Work under this item shall include the cost of all labor, equipment and materials SP 12 OF 16 required to install a traffic signal at the Newport Center Drive/Anacapa Drive intersection per the Plans, the Special Provisions and Supplemental. This item excludes installation of Ethernet communication equipment per above bid items. Item No. 18 Newport Center Drive/San Miguel Drive Traffic Signal Modification: Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal at the Newport Center Drive/San Miguel Drive intersection per the Plans, the Special Provisions and Supplemental. This item excludes installation of Ethernet communication equipment and CCTV system per above bid items. Item No. 19 Newport Center Drive/San Miguel Drive Temporary Traffic Signal Wiring: Work under this item shall include, but not be limited to, providing and installing temporary traffic signal wiring to maintain traffic signal operation at the Newport Center Drive/San Miguel Drive intersection, including pedestrian push buttons. Item No. 20 Jamboree Road/San Joaquin Hills Road Traffic Signal Modification: Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal at the Jamboree Road/San Joaquin Hills Road intersection per the Plans, the Special Provisions and Supplemental. Item No. 21 Remove and Replace Traffic Signal Heads and Framework at San Miguel Drive/Avocado Avenue: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install traffic signal heads and framework, including LED indications and white coating per Exhibit C (Appendix), Special Provisions, and Supplemental. Item No. 22 Provide As -Built Drawings: Work under this item shall include all actions necessary to provide as -built drawings per the Special Provisions. 9-3.2 Partial and Final Payment. Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." SP 13 OF 16 PART 2 CONSTRUCTION MATERIALS SECTION 201 --- CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement concrete for construction shall be Class 560-C-3250." 201-2 REINFORCEMENT FOR CONCRETE 201-2.2.1 Reinforcing Steel. Add to this section: "Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." PART 3 CONSTRUCTION METHODS 1Ire] .. KIT11MAA;49:VIVO] :121 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: www/newportbeachca.gov/generalservices and clicking on refuse, then selecting the link Franchised Haulers List." 300-1.3.1 General. Add to this section: "The work shall be done in accordance with Section 300-1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each workday. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement." SP 14 OF 16 300-1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." Replace the words "1-'/z inch" of the last sentence with the words "two (2) inches". 300-1.5 Solid Waste Diversion. Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. SECTION 303 ---CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 3,000 psi." 303-5.4 Joints 303-5.4.1 General. Add to this section: "The Contractor shall make a sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire length of the alley. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches." 303-5.5 Finishing 303-5.5.1 General. Add to this section: `The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." SP 15 OF 16 303-5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" or "W" for sewer or water lateral and a chiseled W -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (714) 718- 3402." 303-5.5.4 Gutter. Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." SECTION 307 --- STREET LIGHTING AND TRAFFIC SIGNALS 307-4 TRAFFIC SIGNAL CONSTRUCTION Refer to Section 86 of the State of California Department of Transportation Standard Specifications, May 2006 unless otherwise detailed in the Traffic Signal Specifications Supplemental. SECTION 310 --- PAINTING 310-5 PAINTING VARIOUS SURFACES 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310-5.6.6 Preparation of Existing Surfaces. Modify and amend this section to read: "The Contractor shall remove all existing thermoplastic traffic striping and pavement markings prior to application of slurry seal by a method approved by the Engineer." 310-5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to read: "The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310-5.6.8 Application of Paint. Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. SP 16 OF 16 The final striping for all painted areas shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.45 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and re -notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the work area, he shall re-stripe/replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." SECTION 312 --- PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT. Amend this section with: "1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD -902-L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." Traffic Signal Modernization Project West Newport and Peninsula — Phase 5 April 26, 2011 • 1.0 Summary of Work........................................................................................................1 1.1 CONTRACT LIMITS.................................................................................................................. 1 1.2 DESCRIPTION OF WORK.......................................................................................................... 1 1.3 SCHEDULING OF TRAFFIC SIGNAL WORK.................................................................................... 2 1.4 PHYSICAL AND MECHANICAL REQUIREMENTS.............................................................................. 2 1.5 ELECTRICAL AND ENVIRONMENTAL REQUIREMENTS...................................................................... 3 1.6 CABLING REQUIREMENTS........................................................................................................ 3 1.7 RESPONSIBILITIES OF THE CONTRACTOR..................................................................................... 4 2.0 Contractor's Qualifications...........................................................................................6 2.1 GENERAL.............................................................................................................................6 2.2 REQUIREMENTS.....................................................................................................................6 3.0 Fiber Optic Cable.........................................................................................................7 3.1 REQUIREMENTS.....................................................................................................................7 3.2 PAYMENT.............................................................................................................................8 3.3 QUALITY CONTROL................................................................................................................ 8 3.4 GENERAL CONSIDERATIONS.....................................................................................................8 3.5 FIBER CHARACTERISTICS.......................................................................................................... 9 3.6 COLOR CODING................................................................................................................... 10 3.7 GENERAL CABLE PERFORMANCE............................................................................................. 10 3.8 DROP CABLE....................................................................................................................... 11 3.9 FIBER PATCH CORDS............................................................................................................ 12 3.10 FIBER OPTIC FAN -OUT KITS................................................................................................... 12 3.11 FIBER OPTIC CONNECTORS.................................................................................................... 12 3.12 FIBER OPTIC INSTALLATION.................................................................................................... 13 3.13 SPLICING............................................................................................................................15 3.14 FIBER OPTIC CABLE ASSEMBLIES............................................................................................. 16 3.15 FIBER ASSIGNMENTS............................................................................................................17 3.16 FIBER OPTIC CABLE LINK TESTING........................................................................................... 18 3.17 INSERTION LOSS TEST EQUIPMENT (FIBER OPTIC CABLE)............................................................. 20 3.18 INSERTION LOSS TEST PROCEDURES AND EXECUTION.................................................................. 21 3.19 FIBER OPTIC CABLE ROUTE RECORDS...................................................................................... 21 3.20 #10 GREEN TRACER WIRE.................................................................................................... 21 4.0 Microduct..................................................................................................................22 4.1 GENERAL........................................................................................................................... 22 4.2 REQUIREMENTS................................................................................................................... 22 4.3 QUALITY CONTROL.............................................................................................................. 22 4.4 MATERIAL.......................................................................................................................... 22 4.5 INSTALLATION..................................................................................................................... 22 F:\Users\PBW\Shared\Contracts\FY30-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc ii 5.0 Fiber Patch Panel/Wall Interconnect Unit..................................................................23 5.1 GENERAL............................................................................................................................23 5.2 DESCRIPTION...................................................................................................................... 23 6.0 Fiber Distribution Unit (FDU) and Rack.......................................................................24 6.1 GENERAL........................................................................................................................... 24 6.2 DESCRIPTION OF FDU.......................................................................................................... 24 6.3 DESCRIPTION OF RACK........................................................................................................... 24 6.4 INSTALLATION..................................................................................................................... 25 7.0 Splice Closures...........................................................................................................26 7.1 GENERAL............................................................................................................................ 26 7.2 INSTALLATION..................................................................................................................... 26 8.0 Ethernet System........................................................................................................28 8.1 GENERAL........................................................................................................................... 28 8.2 CAT6-A CABLE................................................................................................................... 28 8.3 INSTALLATION..................................................................................................................... 28 8.4 TESTING.............................................................................................................................28 8.5 WARRANTY........................................................................................................................ 28 9.0 Power Strip................................................................................................................29 9.1 GENERAL........................................................................................................................... 29 9.2 WALL -MOUNTED POWER STRIP............................................................................................. 29 9.3 19 -INCH RACK -MOUNTED POWER STRIP................................................................................... 29 10.0 Ethernet Radio System...............................................................................................31 10.1 GENERAL...........................................................................................................................31 10.2 REQUIREMENTS....................................................................................................................31 10.3 TESTING.............................................................................................................................31 10.4 WARRANTY........................................................................................................................31 11.0 CCTV System..............................................................................................................32 11.1 GENERAL...........................................................................................................................32 11.2 CCTV DOME CAMERA......................................................................................................... 32 11.3 CCTV VIDEO ENCODER........................................................................................................ 32 11.4 CCN INTEGRATED CAMERA CABLE........................................................................................ 34 12.0 Conduit......................................................................................................................35 12.1 GENERAL...........................................................................................................................35 12.2 REQUIREMENTS..................................................................................................................... 35 12.3 QUALITY CONTROL.............................................................................................................. 35 12.4 HDPE SCHEDULE 80 CONTINUOUS CONDUIT........................................................................... 35 12.5 PVC SCHEDULE 80 CONDUIT.................................................................................................. 36 12.6 INSTALLATION...................................................................................................................... 36 F:\Users\PBW\Shared\Contracts\FY30-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc I I I 13.0 Pull Boxes..................................................................................................................39 13.1 GENERAL............................................................................................................................ 39 13.2 PULL BOX AND PULL BOX COVER............................................................................................ 39 13.3 INSTALLATION REQUIREMENTS............................................................................................... 39 13.4 INSTALLATION DETAIL........................................................................................................... 40 14.0 Twisted Pair Cable.....................................................................................................41 14.1 GENERAL............................................................................................................................. 41 14.2 REQUIREMENTS....................................................................................................................41 14.3 CABLE MARKING................................................................................................................. 41 14.4 QUALITY CONTROL.............................................................................................................. 41 14.5 GENERAL CONSIDERATIONS ...................................................................................................41 14.6 INSTALLATION..................................................................................................................... 42 14.7 COMMUNICATION LINK TESTING............................................................................................. 42 15.0 Controller Cabinet Assemblies...................................................................................43 15.1 GENERAL........................................................................................................................... 43 15.2 DOCUMENTATION............................................................................................................... 43 15.3 WARRANTY........................................................................................................................ 43 15.4 CABINET STANDARDS........................................................................................................... 43 15.5 CABINET WIRING................................................................................................................. 44 15.6 CABINET EQUIPMENT............................................................................................................ 46 16.0 Standards, Steel Pedestals, and Posts.........................................................................49 16.1 GENERAL........................................................................................................................... 49 16.2 FOUNDATIONS....................................................................................................................49 16.3 PAINT AND POWDER COATING............................................................................................... 49 ServiceEnclosures................................................................................................................50 16.4 GENERAL........................................................................................................................... 50 17.0 signal FACES..............................................................................................................51 17.1 VEHICLE SIGNAL FACES......................................................................................................... 51 17.2 PEDESTRIAN SIGNAL FACES.................................................................................................... 51 17.3 LIGHT EMITTING DIODE (LED) MODULES................................................................................ 51 17.4 PAINT AND POWDER COATING............................................................................................... 51 18.0 Vehicle Detectors.......................................................................................................52 18.1 INDUCTIVE LOOP DETECTORS................................................................................................. 52 19.0 Push Button Assemblies.............................................................................................53 19.1 PEDESTRIAN PUSH BUTTON ASSEMBLIES................................................................................... 53 19.2 BICYCLE PUSH BUTTON ASSEMBLIES........................................................................................ 53 19.3 PAINT AND POWDER COATING............................................................................................... 53 20.0 Lighting......................................................................................................................54 F:\Users\PBW\Shared\Contracts\FYIO-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc iv 20.1 HIGH PRESSURE SODIUM LUMINAIRES..................................................................................... 54 20.2 HIGH PRESSURE SODIUM LAMP BALLASTS................................................................................ 54 20.3 LAG-TYPE REGULATOR BALLASTS............................................................................................ 54 20.4 LEAD TYPE REGULATOR BALLASTS........................................................................................... 54 20.5 PHOTOELECTRIC CONTROLS...................................................................................................55 20.6 INTERNALLY ILLUMINATED STREET NAME SIGNS........................................................................ SS 20.7 PAINT AND POWDER COATING................................................................................................ 55 21.0 Opticom Priority Control System................................................................................56 22.0 Battery Backup System..............................................................................................57 22.1 BATTERY BACKUP CABINET.................................................................................................... 57 23.0 Paint and Powder Coating..........................................................................................58 24.0 Signs..........................................................................................................................59 24.1 GENERAL...........................................................................................................................59 F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase S C-4698\SPECS SUPPLEMENTAL C-4698.doc V 1.0 SUMMARY OF WORK 1.1 CONTRACT LIMITS Below are the contract limits for work to be done on City right-of-way. Street Name Limits Approximate Length San Joaquin Hills Rd Jamboree Road to MacArthur Blvd 5,500' San Miguel Dr Newport Center Dr to Avocado Ave —1,000' Newport Center Or (East) Newport Center Dr to San Miguel Or — 1,600' Newport Center Dr (West) Santa Barbara Dr to Santa Rosa Dr — 2,600' Newport Center Or Corporate Plaza Or to Newport Center Or (East/West) — 1,500' Santa Cruz Dr I San Joaquin Hills Rd to Newport Center Or 1 —1,40 1.2 DESCRIPTION OF WORK The work to be performed under this Contract shall consist of, but not be limited to, the following, which will be referred to as Field Work: • Furnish and install new 48 -strand SMFO cable in new microduct along the project corridors as shown on the plans. o The existing twisted pair cable shall be removed at locations as shown on the plans and used as pull wire for installation of microduct. The existing twisted pair cable shall remain in place during the installation of the microduct between signalized intersections at the locations as shown on the plans. At signalized intersections, it may be necessary to remove existing twisted pair cable and reinstall cable with microduct. All microduct shall be colored red. o Furnish and install one new 6 -strand SMFO drop cable in new microduct at all signalized intersections as shown on the plans. o Furnish and install new conduit, at locations shown on the plans • Furnish and install pull boxes, splice vaults, and fiber optic splice closures, at locations shown on the plans. o Furnish and Install CCTV Camera System at locations shown on the plans. o Furnish and install new #10 green trace wire at locations shown on the plans o Installation and acceptance testing of City -Furnished Ethernet switches. o Furnish and install fiber optic communication equipment and accessories and fiber optic patch panel at locations shown on the Plans. o Testing of all equipment and system furnished and installed under this Contract, including items furnished by others, including but not limited to the fiber optic communication system, CCN camera system, associated fiber optic communication equipment, and copper SIC. o Furnish accurate project documentation, as specified in these Special Provisions. a Install City -Furnished Type "P" Cabinets at locations shown on the plans. • Contractor shall be responsible for the traffic signal modification and installation at the locations shown on the plans per City Standards. a Contractor shall perform communication link testing for the locations that will utilize the existing twisted pair cables for Ethernet communication as shown on the plans. The communications equipment and fiber optic cable installed as part of this contract are to support the elements installed as part of this project, as shown on the plans, which include all project CCN cameras, as shown on the plans. F:\Users\PBw\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\5PECS SUPPLEMENTAL C-4698.doc 1 1.3 SCHEDULING OF TRAFFIC SIGNAL WORK Traffic Signal shutdown shall be limited to four hour periods between the hours of 9:00 a.m. and 3:00 p.m. on weekdays (Monday through Thursday), except as authorized by the Engineer. Turn -on of new or rewired traffic signals, or those with a new controller cabinet shall only be scheduled for hours between 9 a.m. and 12 p.m. and shall not begin the functional test on a Friday, weekend, or any day preceding a holiday, except as authorized by the Engineer. The Contractor may perform sub -surface work consisting of the installation of conduit, foundations, and detectors, prior to receipt of all electrical materials and equipment. Above -ground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, and said work shall start within 15 days after said date. Above -ground signal work shall be scheduled such that the signal turn -on shall occur within 10 days of the pole installation. All vehicle and pedestrian indications that are to be installed prior to signal turn -on shall be covered until the signal is turned on. Existing street lighting shall remain in operation until new lighting is operational. All striping, pavement markings, and signing shall be in place prior to signal turn -on and/or opening of street to public travel. Prior to installation of signal detector loops, the location of proposed striping and crosswalks shall be marked in the field and approved by the Engineer. 1.4 PHYSICAL AND MECHANICAL REQUIREMENTS All materials, equipment and components furnished shall be new, be of the latest design and manufacture, and be in an operable condition. All parts shall be of high quality workmanship, and no part or attachment shall be substituted or applied contrary to the manufacturer's recommendations and standard practices. Like components shall be of the same manufacturer. Equipment shall be furnished in matching, or closely coordinating, colors and materials. The equipment shall be readily accessible for service or replacement. Equipment shall be neatly located within cabinets such that there are no obstructions to air flow. There shall be proper cooling of all equipment. No equipment shall be considered which requires direct/dedicated ventilation systems. All equipment shall have conveniently located, protected on-off switches. It shall be the responsibility of the Contractor to supply and install all necessary power distribution devices including power switches, circuit breakers, grounding straps, etc., for equipment within each cabinet. F:\Users\P6W\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 2 All free standing equipment, including but not limited to equipment racks, video wall and monitors, console, etc., shall be secured to the floor, walls, or ceiling to prevent damage during seismic activity. Floor space in front and behind equipment racks and cabinets should provide sufficient clearance for service and maintenance and the Americans with Disabilities Act (ADA) requirements. The method used to attach the freestanding equipment shall be submitted to the Engineer and approved prior to the installation of all freestanding equipment. All equipment shall be tagged clearly indicating the type of equipment. Where specified in the plans or these specifications, the Contractor shall provide all material and equipment per the manufacturer's name and model or catalog number. Products of other manufacturers will not be considered. 1.5 ELECTRICAL AND ENVIRONMENTAL REQUIREMENTS The equipment shall meet all the specified performance requirements under the following ranges of electrical and environmental conditions (unless otherwise noted). o Primary Power - 120 volts single phase, voltage variation ± 10%; frequency range, 60 Hz ± 1. o High Frequency Interference - Spikes of 50 volts. o Low Voltage Transients - +20% of the nominal line voltage for maximum duration of one power cycle. o Temperature Range -+50 to +85 degrees F. o Temperature Gradient - 10 degrees F per hour. o Humidity - 50 to 60 percent, non -condensing. All electronic equipment shall be of solid-state design (unless otherwise noted) and modular construction. Individual electrical components in any module shall be removable and replaceable without resulting damages to the module or equipment. The design shall be such as to prevent reversed assembly or installation of connectors, fasteners, etc., where possible malfunction or personnel hazards might occur. Each item of equipment shall be designed to protect personnel from exposure to high voltage and temperature during equipment operation, adjustments, and maintenance. All video display system and computer equipment shall be suitably protected against Electro -Magnetic Interference (EMI) and shall be sufficiently shielded so as not to produce any EMI, which would interfere with any other equipment in the City TMC. Any equipment failing to meet this requirement shall not be used. All video power circuits shall be on the same phase and dedicated for video use only. The equipment shall be protected from surges and transients in the electrical service and dedicated interconnect cable system. The equipment shall be provided with manually re-settable or replaceable circuit protection devices to protect the equipment and power sources. All such devices shall be readily accessible. 1.6 CABLING REQUIREMENTS All cable plugs and connectors shall be labeled and keyed to preclude improper connection. The use of ribbon type cables to connect between equipment is not acceptable unless the cables are shielded and have an extra layer of heavy-duty protection from the environment, as well as connectors on each end with some form of locking mechanism. F:\Users\PBW\Shared\Contracts\FYIO-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 3 1.7 RESPONSIBILITIES OF THE CONTRACTOR It shall be the Contractor's responsibility to perform site inspection of the work area prior to beginning Field Work and to identify any factors that will affect the unit cost and the total cost to implement the System per the Plans and these Special Provisions. The Contractor shall be responsible for all work necessary for delivery, installation, testing, configuration, calibration and maintenance of all Field Work equipment installed as part of this contract, such that they operate as an integrated functional system until final acceptance. The Contractor shall also be responsible for all incidental accessories necessary to make the installed system, including the fiber optic communication system and CCTV system, complete and ready for operation, even if not particularly specified. Such incidentals shall be furnished, delivered and installed by the Contractor without additional expense to the Engineer or the City. Minor details not usually shown or specified but necessary for the proper installation and operation, shall be included in the work and in the Contractor's cost proposal, the same as if herein specified. The Contractor shall note that approval by the Engineer is required before ordering or installing any material and equipment that is to be used for the Contract. All communication equipment should be operationally tested before they are shipped to the project site. The Contractor shall fully inform himself/herself regarding any and all peculiarities and limitations of spaces available for installation of all Field Work and materials furnished and installed under this Contract. The Contractor shall exercise due and particular caution to determine that all parts of the Field Work are made quickly and easily accessible after installation. Although the location of equipment may be shown on the Plans in certain positions, the Contractor shall be guided by details and conditions at job; the Plans are essentially diagrammatic, intended to indicate the scope of work to be done, and are not to be used for fabrication. It shall be the responsibility of the Contractor to make sure that the equipment he/she proposes to use will fit into the available space with proper clearances. The Contractor shall verify all controlling field dimensions before ordering or fabricating any material. No equipment or materials to be installed as part of this contract shall be ordered prior to receiving written approval from the Engineer. The Contractor shall maintain the project site in a neat condition. No debris shall be left under any circumstances. The Contractor shall keep material and equipment at his facility and shall deliver only material needed at a given time to the project site. The material shall be delivered in a coordinated manner, and as approved by the Engineer. When the installation of all equipment is completed, the Contractor shall dispose all unused materials. Prior to disposal, the Contractor shall identify all unused materials with the Engineer and obtain the approval from the Engineer. The Contractor is required to observe all regulations and ordinances of the City as they apply to work in City buildings, streets, and other rights-of-way or City property. The Contractor shall procure encroachment permits for all work done outside City right -or -way, including work completed on Caltrans right -or -way, at the Contractor's expense. The Contractor shall coordinate the Field Work with all required agencies and utility companies. The Contractor shall coordinate with Irvine Company contractors to minimize conflicting construction. F:\Users\PBW\Shared\Contracts\FV10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 4 The Contractor shall coordinate with Econolite, as directed by Engineer, for Field Work and TMC Work being completed by others. If other equipment not mentioned in this Special Provisions is deemed necessary by the Contractor for a complete and successful installation of the Field Work described in Section 1.2, the Contractor shall do so in concert with the equipment list submittal. This section of the submittal shall be entitled "OTHER PERTINENT EQUIPMENT" and the Contractor shall include a brief justification statement relative to the inclusion of this equipment. The purchase of additional equipment is subject to approval by the Engineer. It is the Contractor's responsibility to ensure that a complete and working system installation is achieved. The Contractor shall assign project management staff to coordinate all project activities with the City, the Engineer and other vendors. F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 5 2.0 CONTRACTOR'S QUALIFICATIONS 2.1 GENERAL This section describes mandatory experience requirements for General Contractors bidding on this project. General Contractors not meeting the requirements of this section will have their bid deemed non-responsive. 2.2 REQUIREMENTS The Contractor shall have sufficient experience in the installation and integration of fiber optic cable, CCTV cameras, and electronic communication equipment. The minimum requirements for sufficient experience are as follows: 1. The Contractor (or its subcontractor(s)) shall have three (3) years experience in the installation of fiber optic cables, including fusion splicing, terminating and testing of single - mode fiber optic cable. 2. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where fiber optic cables were installed in outdoor conduits and the systems have been in continuous satisfactory operation for at least one year. 3. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where communications equipment was installed in and the systems have been in continuous satisfactory operation for at least one year. 4. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where CCTV cameras and associated equipment were installed in and the systems have been in continuous satisfactory operation for at least one year. 5. The Contractor (or its subcontractor(s)) shall have completed at least one (1) system where a minimum of 1000 feet of microduct and fiber optic cable were installed in conduit. Each qualifying project must have included at least two (2) miles of underground conduit with fiber optic cabling. In addition, each qualifying project must have been constructed within a public street or within a public easement. F:\Users\PBW\Shared\Contracts\FYSO-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 6 3.0 FIBER OPTIC CABLE 3.1 REQUIREMENTS Fiber optic cables shall be supplied in the configurations shown on the plans and specified in these Special Provisions. There shall be two (2) principal cable types as well as incidental cabling procured under this specification. They are identified using a naming convention as follows: 1. Mainline cable which shall contain forty-eight (48), strand single -mode optical fibers, and the cable shall be installed in microduct. 2. Drop cable which shall contain six (6) single -mode optical fibers, and the cable shall be installed in microduct. Each fiber optic cable shall be suitable for underground duct placement. The length of fiber optic cable to be installed within City Buildings does not require the fiber optic cable to be plenum and fire rated. Additionally, there will be ancillary connecting (patching) optical fiber cables furnished and installed by Contractor under this Contract and this Supplemental, which are more precisely described elsewhere in this document. All materials furnished, assembled, fabricated or installed under this item shall be new, corrosion resistant and in strict accordance with the details shown on the plans and in these Special Provisions. All fibers in the cables shall be usable fibers and free of surface imperfections and occlusions, in order to meet or exceed all of the optical, mechanical, and environmental requirements contained in this Supplemental. All cables shall be free of material or manufacturing defects and dimensional non-uniformity that would: o Interfere with the cable installation employing accepted cable installation practices. • Degrade the transmission performance and environmental resistance after installation. o Inhibit proper connection to interfacing elements. o Otherwise yield an inferior product. o Each fiber optic outside plant cable for this project shall be all -dielectric, dry water -blocking material, duct type, with loose buffer tubes, and shall conform to these Special Provisions. The Contractor shall furnish, install, splice and test all the required fiber optic cable. All splicing kits, fiber optic cable caps, moisture/water sealants, terminators, splice trays, patch cords, connectors, pig tails and accessories to complete the fiber optic network shall be provided as incidentals. All equipment for installation, splicing and testing shall be provided by the Contractor per manufacturers specifications and as detailed in these specifications. All fiber optic glass/cable on this project shall be from the same manufacturer and who is regularly engaged in the production of optical fiber material. The cable shall be qualified as compliant with Chapter XVII, of Title 7, Part 1755.900 of the Code of Federal Regulations, and "REA Specification for Filled Fiber Optic Cables." F:\Users\PBW\Shared\Contracts\FYSO-11\Traffic Signal Phase 5 C-4698\5PECS SUPPLEMENTAL C-4698.doc 7 3.1.1 PACKAGING 1. The completed cable shall be packaged for shipment on non -returnable wooden reels. Required cable lengths shall be stated in the purchase order. 2. Top and bottom ends of the cable on spools shall be available for testing. 3. Both ends of the cable shall be sealed to prevent the ingress of moisture. 4. Each reel shall have a weather resistant reel tag attached identifying the reel and cable. 3.1.2 CABLE MARKING 1. The optical fiber cable outer jacket shall be marked with manufacturer's name, the month and year of manufacture, the words "Optical Cable," telecommunications handset symbol as required by Section 3506 of the National Electrical Safety Code® (NESC`), fiber count, fiber type, and sequential feet marks. 2. The markings shall be repeated every two (2) feet. 3. The actual length of the cable shall be within ±1% of the length marking. 4. The marking shall be in a contrasting color to the cable jacket. 5. The marking shall be approximately 2mm in height regardless of the cable diameter. 3.2 PAYMENT The payment for the installation of the fiber optic cable will be allocated per the following: 0 50% of bid price - After fiber optic cable installation 0 30% of bid price - After fiber optic cable testing received by City 0 Remainder - After City acceptance and approval Upon acceptance and approval of the fiber optic cable, the City will pay the remaining amount as calculated by the actual measured quantity of installed fiber optic cable at the unit bid price minus the previously paid amount (80% of bid price). Acceptance and approval is achieved as determined by the City and includes: o Approved fiber optic test results 0 Completed cable/splice repairs or replacement as determined by the test results 0 Measured and approved quantities of installed cable 0 Uninterrupted operation of fiber optic communication network, including fiber optic cable and communication devices for one week. This item may include items installed by others. 3.3 QUALITY CONTROL The manufacture(s) of supplied optical cable, optical cable assemblies, and hardware shall be TL 9000 and/or ISO 9001 registered. All cabled optical fibers shall be 100% attenuation tested. The attenuation of each fiber shall be provided with each cable reel. 3.4 GENERAL CONSIDERATIONS Fiber optic cable installed in microduct shall be single mode fiber of the size as specified on the plans and shall be OFS MiDia FX Plus fiber optic cable, or approved equal. F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 8 3.5 FIBER CHARACTERISTICS One hundred percent (100%) of the optical fibers shall meet or exceed the requirements contained in this specification. The cable shall be tested in accordance with TIA/EIA-455-3A (FOTP-3), "Procedure to Measure Temperature Cycling Effects on Optical Fiber, Optical Cable, and Other Passive Fiber Optic Components." The average change in attenuation at extreme operational temperatures (-40 °C to +70 °C) will not exceed 0.05 dB/km at 1550 nm. The magnitude of the maximum attenuation change of each individual fiber will not be greater than 0.15 dB/km at 1550 nm. This figure includes an allowance of up to 0.05 dB/km for measurement repeatability. The cable shall meet the requirements of ITU -T G.652.D and shall be a low water peak fiber. All fibers within the finished cable shall be composed primarily of silica and shall have a matched clad index of refraction profile as well as the physical and performance characteristics that shall meet the requirements in the following table: Parameters Value Mode Single Type OFS Media FX Plus or approved equivalent Core diameter 8.3 µm (nominal) Cladding diameter 125 µm ± 1.0 µm Core to Cladding Offset <_ 0.7 µm Coating Diameter 240 pm ±0.5 µm Cladding Non -circularity defined as: [1- (min. cladding dia _ max. cladding dia.)]x100 <_ 1.0% Proof/Tensile Test 100 kpsi, min. Attenuation: @ 1310 nm @ 1385 nm @ 1550 nm <0.35 dB/km 50.31 dB/km <0.25 dB/km Attenuation Uniformity No point discontinuity greater than 0.1 dB at either 1300 nm or 1550 nm Attenuation at the Water Peak <2.1 dB/km @ 1383 ±3nm Attenuation At Extreme Operational Temperatures <+0.05 dB @ 1310 nm or 1550 nm Chromatic Dispersion: Zero Dispersion Wavelength (N.) Zero Dispersion Slope 1302 <Ao < 1322 nm < x _0.092 ps/(nm ,km) Maximum Dispersion: 5 3.5 ps/(nm.km) for 1285 - 1330 nm < 18 ps/(nm.km) for 1550 nm Cut -Off Wavelength <1260 nm F:\Users\PBW\Shared\Contracts\FY30-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 9 Parameters Value Mode Field Diameter (Petermann II) 9.2 ± 0.4 am at 1310 nm 10.5 ± 0.5 pm at 1550 nm Cable Outer Diameter 0.30" (7.6 mm) Buffer Tube Size 0.08" (2.0 mm) 3.6 COLOR CODING Optical fibers shall be distinguishable from others in the same buffer tube by means of color -coding according to the following: 1. Blue (BL) 7. Red (RD) 2. Orange (OR) 8. Black (BK) 3. Green (GR) 9. Yellow (YL) 4. Brown (BR) 10. Violet (VL) S. Slate (SL) 11. Rose (RS) 6. White (WT) 12. Aqua (AQ) The colors shall be targeted in accordance with the Munsell color shades and shall meet TIA/EIA-5986 "Color Coding of Fiber Optic Cables" and RUS 7 CFR 1755.900. The color formulation shall be compatible with the fiber coating and the buffer tube filling compound, and be heat stable. It shall not fade or smear or be susceptible to migration, it shall not affect the transmission characteristics of the optical fibers and shall not cause fibers to stick together. 3.7 GENERAL CABLE PERFORMANCE The fiber optic cable shall withstand water penetration when tested with a one meter static head or equivalent continuous pressure applied at one end of a one meter length of filled cable for one hour, no water shall leak through the open cable end. Testing shall be done in accordance with TIA/EIA-455-82 (FOTP-82), "Fluid Penetration Test For Fluid -Blocked Fiber Optic Cable." The cable shall exhibit no flow (drip or leak) for 24 hours at 80° C. The weight of any compound that drips from the sample shall be less than 0.05 grams (0.002 ounce). A representative sample of cable shall be tested in accordance with TIA/EIA-455-81B (FOTP-81), "Compound Flow [Drip] Test for Filled Fiber Optic Cable". The test sample shall be prepared in accordance with method A. Crush resistance of the finished fiber optic cables shall be 220 N/cm applied uniformly over the length of the cable without showing evidence of cracking or splitting when tested in accordance with TIA/EIA-455- 41 (FOTP-41), "Compressive Loading Resistance of Fiber Optic Cables." The 220 N/cm (125 Ibf/in) load shall be applied at a rate of 2.5 mm (0.1 in) per minute. The load shall be maintained for a period of 1 minute. The load shall then be decreased to 110 N/cm (63 Ibf/in). Alternatively, it is acceptable to remove the 220 N/cm (125 Ibf/in) load entirely and apply the 110 N/cm (63 Ibf/in) load within five minutes at a rate of 2.5 mm (0.1 in) per minute. The 110 N/cm (63 Ibf/in) load shall be maintained for a period of 10 minutes. Attenuation measurements shall be performed before release of the 110 N/cm (63 Ibf/in) load. The change in attenuation shall not exceed 0.4 dB during loading at 1550 nm for single - mode fibers and 1.0 dB during loading at 1300 nm for multimode fiber. The repeatability of the F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 10 measurement system is typically 0.05 dB or less. No fibers shall exhibit a measurable change in attenuation after load removal. The cable shall withstand 25 cycles of mechanical flexing at a rate of 30±1 cycles/minute with a sheave diameter not greater than 20 times the cable diameter. The cable shall be tested in accordance with Test Conditions I and III of TIA/EIA-455-104A (FOTP-104), "Fiber Optic Cable Cyclic Flexing Test." The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% of the fibers will not experience an attenuation change greater than 0.1 dB at 1550 nm. The repeatability of the measurement system is typically ± 0.05 dB or less. The cable jacket will exhibit no cracking or splitting when observed under 5X magnification. Impact testing shall be conducted in accordance with TIA/EIA-455-25B (FOTP-25) "Repeated Impact Testing of Fiber Optic Cables and Cable Assemblies." The cable shall withstand 20 impact cycles. The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% of the fibers will not experience an attenuation change greater than 0.1 dB at 1550 nm. The repeatability of the measurement system is typically ± 0.05 dB or less. The cable jacket will not exhibit evidence of cracking or splitting at the completion of the test. Using a maximum mandrel and sheave diameter of 560 mm, the finished cable shall withstand a longitudinal tensile load of 1330 N (300 lbs.) applied for one hour (using "Test Condition II" of the test plan). The test shall be conducted in accordance with TIA/EIA-455-33 (FOTP-33), "Fiber Optic Cable Tensile Loading and Bending Test." The measured fiber tensile strain shall be < 60% of the fiber proof strain. The cable will not experience a measurable increase in attenuation when subjected to the rated residual tensile load, 400 N (90 Ibf). The repeatability of the measurement system is typically ± 0.05 dB or less. The cable shall be capable of withstanding a bending radius of fifteen (15) times the cable diameter under tensile loading and ten (10) times the cable diameter under a no-load condition. 3.8 DROP CABLE As may be required, the Contractor shall provide a single -mode optical fiber cable, installed in microduct, between each mid -span splice location and each traffic control equipment cabinet, which shall contain six (6) optical fibers. The drop cable shall have one (1) or two (2) fiber strand(s) spliced into the appropriate fiber strand in the mainline cable as prescribed elsewhere in the Plans and/or these Special Provisions. The drop cable shall have the six optic fibers terminated at its other end with connector as described elsewhere in this specification. Optical fiber cable used for a drop cable shall comply with all other aspects of the specifications as set forth in the Special Provisions for optical fiber cable. The drop cable shall have sufficient length to extend from the fiber splice location to the optical interface of the associated communications equipment, allowing for routing and securing with nylon ties plus fifty (50) feet of slack at all splice points and fifteen (15) of slack inside the cabinet, unless otherwise specified in the Plans or these Special Provisions or directed by the Engineer. The drop cable shall be sufficiently de -sheathed within the traffic control cabinet to allow adequate slack fiber to afford ease of routing of the active fiber to the communications equipment. The Contractor shall provide a thermal shrink sleeve dam or other appropriate wrapping at the beginning of F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 11 the de -sheathed cable area so as to prevent loss of any aqueous gel filling from the remainder of the service drop cable. 3.9 FIBER PATCH CORDS The fiber optic cable patch cords, assemblies and components shall be compatible components, designed for the purpose intended, and manufactured by a company regularly engaged in the production of material for the fiber optic industry. All components or assemblies shall be best quality, non -corroding, with a design life of at least twenty (20) years. All patch cords, components or assemblies of the same type shall be from the same manufacturer. The Contractor shall furnish and install Patch cords, which are fiber optic cables with connectors on both ends. Patch cords are used to connect fiber optic transmission equipment to connector panel modules. The patch panel shall interface to patch cords with approved connectors. Patch cords shall have 900JAm single fiber single mode cable with approved connectors. The patch cords shall be at least six (6) feet in length and shall be pre -sized in the factory to the required lengths. The attenuation of the cable shall be between 1.0 and .75 dB. All patch cords shall be installed without exceeding the manufacturer specified bending radius. Acceptable equipment shall be from OFS, Corning Cable System or approved equal. 3.10 FIBER OPTIC FAN -OUT KITS If required, fan -out kit connects the fiber optic jumper cable to the fiber optic transmission equipment located in the cabinet. The fan -out shall be equipped to terminate 250µm fiber (loose tube cable) and shall provide protection for the bare fibers. The fan -out kit shall have two (2) 6- or one (1) 12 -fiber fan - out insert and 2 -meter lengths of fan -out tubing with twelve (12) single mode fibers that are ready for field installable connectors. The fan -out cable kit shall also meet the following specifications. Housing Length 132 mm (5.2 in) Diameter 31 mm (1.22 in) Fan Out Tubing Length 2 m (78.8 in) Diameter 2.9 mm (0.11 in) Environmental -40°C to 70°C The fan -out kit, when installed in the existing traffic cabinets or proposed fiber optic terminal cabinet attached to the existing traffic cabinet, shall be securely anchored to the side wall of the cabinet by suitable ties. Acceptable Fan -Out Kit shall be from OFS, Corning Cable System or approved equal. 3.11 FIBER OPTIC CONNECTORS The Contractor shall furnish and install fiber optic pre -manufactured connectors that are single mode SC or LC type connectors that meet the requirements for outdoor installation with Gigabit Ethernet F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 12 communications. SC type connectors will be used for field (outdoor) installations and LC type connectors will be used for indoor installations. Both types of connectors shall meet the following specifications. Interconnection Compatibility The Connectors shall be compliant with EIA/TIA and AS specifications for SC compatible connectors. Insertion Loss 0.4 dB (typical) Reflectance < -40 dB between a temperature range of -40° C to 75° C Durability <0.3 dB change, 200 rematings. Tensile Strength < 0.2 dB change, 10 Ib. Temperature Cycling —<0.3 dB change, -40° C to 75° C Nominal Fiber OD 125µm Materials Ferrule: Ceramic Housing: Composite Accepted equipment shall be SC and LC Compatible Single Mode, as required, from OFS, Corning Cable System or approved equal. 3.12 FIBER OPTIC INSTALLATION Fiber optic cables shall be installed in continuous lengths without intermediate splices throughout the project, except at the location(s) specified in the Plans. When ordering fiber optic cable the Contractor shall exercise extreme caution so as to ensure that no additional splicing, beyond that indicated in the Plans, shall be required. Should the Contractor believe additional splices are required; this matter shall be immediately brought to the attention of the City's Engineer for resolution. The Contractor shall install the fiber optic cable in strict adherence to the manufacturer's recommended procedures. Care shall be taken to avoid cable damage during handling and placing. Fiber optic cable is sensitive to excessive pulling, bending and crush forces. The minimum bending and maximum tension requirements for installing the fiber optic cables shall be according to the manufacturer's specifications. Cable installation personnel shall be familiar with the cable manufacturer's recommended procedures including, but not limited to the following: o Proper attachment to the cable strength elements for pulling during installation. • Cable tensile limitations and tension monitoring procedures. o Cable bending radius limitations. To accommodate long continuous installation lengths, bi-directional pushing of the optical fiber cable in microduct is permissible and shall generally be implemented as follows: F:\Users\PBW\Shared\Contracts\FY30-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 13 1. From the midpoint of a pull station, push or blow the optical fiber cable into the microduct from the shipping reel in accordance with the manufacturer's specifications. 2. When this portion of the push/blow is complete, the remainder of the cable should be removed from the reel to make the inside end available for pulling in the opposite direction. 3. This is accomplished by hand pulling the cable from the reel and laying it into large "figure eight" loops on the ground. The purpose of the figure eight pattern is to avoid cable tangling and kinking. 4. The figure eight loops shall be laid carefully one upon the other (to prevent subsequent tangling) and shall be in a protected area. 5. The inside reel end of the cable should be available for testing. 6. Should it be necessary to set up a air compressor to blow the fiber at an intermediate pull box, the required length of cable shall be pushed to that point and brought out of the pull box and coiled into a figure eight. 7. The figure eight is then turned over to gain access to the free cable end. This can then be reinserted into the conduit system for installation into the next section. The installation of loose tube fiber on Caltrans right-of-way shall be installed per Caltrans standards. Contractor shall be responsible for making himself/herself fully aware of the Caltrans standards. Mechanical aids may be used to assist cable installation. The pulling eye/sheath termination or cable grip hardware on the optical fiber cables shall not be pulled over any sheave blocks. Field installed pulling grips with a rotating type swivel shall be used to pull the fiber optic cable. A OFS or Corning Cable System GRP series or equivalent woven wire type of grip is recommended. When power equipment is used to install optical fiber cabling, the pulling speed shall not exceed 30 meters per minute. The pulling tension and bending radii limitation for optical fiber cables shall not be exceeded under any circumstances. A tension measuring device or break -away swivel shall be placed between the pull line and the end of the cable to ensure that the tension does not exceed 80 percent of recommended tension or 2225 N, whichever is less. A ball bearing swivel shall be utilized between the pull line and the end of the cable to prevent the cable from twisting during installation. Large diameter wheels, pulling sheaves, and cable guides shall be used to maintain the appropriate bending radius. During cable installation, the bend radius shall be maintained at a minimum of twenty times the outside diameter of the cable. The cable shall not be stressed beyond the minimum bend radius at any time during installation. Tension monitoring shall be provided at all times during the pulling operation and shall be accomplished using commercial dynamometers or load -cell instruments. When microduct is not used, the fiber optic cable shall be installed using a cable pulling lubricant recommended by both the fiber optic cable and the conduit manufacturer, and a non-abrasive pull rope/tape conforming to the provisions described under "Conduit" elsewhere in these Special Provisions. Cable lubricant shall be compatible with the fiber optic cable outer sheath and existing cable where fiber cable is installed in a conduit with other existing cable. Lubricant shall be applied according to the manufacturer's recommendations. Contractor's personnel shall be stationed at each vault and pull box through which the cable is to be pulled to lubricate and prevent kinking or other damage to the cable. F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 14 The Contractor shall submit the manufacturer's recommended procedures for pulling the fiber optic cable to the Engineer for review and approval at least twenty (20) working days prior to installing cables. The pull plan shall state the exact operational procedures to be utilized and identifies the physical locations for equipment placement, proposed equipment setup at each location, location of the manpower, the pulling methodology and the estimated pulling tensions for each pull section. The Contractor shall provide the pulling tension calculations and any backup information with the pull plan. Where the fiber optic cable is installed in existing conduit or utility ducts that contain existing cables, the Contractor shall install the microduct and fiber in conduit without removal of the existing cables, unless otherwise specified on the plans. The Contractor shall be responsible for replacing any cables damaged during removal and reinstallation at the cost of the Contractor and not the Engineer or the City. Cable slack shall be provided for each cable at each fiber optic splice location, as shown on the plans and as specified in these Special Provisions. Cable slack shall be divided equally on each side of a splice closure or pull box. Sufficient slack shall also be provided at all pull boxes to facilitate placing the optical fiber cable against the side of the pull box. At all pull boxes and cable vaults, cable slack, as shown on the plans, shall be left by the Contractor for all unspliced cable. Cable slack shall be coiled and secured to the racking hardware with tie wraps. The Contractor shall ensure that the minimum bending radius of the optical fiber cable is not compromised when preparing this stored cable slack. Following installation of the cable in duct, all duct entrances in cabinets, pull boxes and vaults shall be sealed with mechanical plugs; or at the discretion of the Engineer, duct sealing compound, to prevent the ingress of moisture, foreign materials and rodents. 3.13 SPLICING Fiber optic cable shall be installed without splices except where specifically allowed on the Plans or described in these Special Provisions. The single -mode fiber optic cables designated as mainline cable shall be spliced only at pull box locations as shown on the plans. When splicing into a mainline cable, only those fibers associated with a specific traffic control device shall be severed. All other fibers shall remain intact. The Engineer may allow additional splices between these specified locations. 5 ficin - Optical fibers shall be spliced using the fusion splice method and the insertion loss shall not exceed 0.07 dB of loss per splice. Field splicing is permitted for the following: o Connection of cable reel sections. • Connection of a mainline cable to a drop cable. o Connection of service drop cable or breakout cable to an optical fiber pigtail at traffic equipment cabinets or the patch panels in a hub equipment cabinet or at the TMC.. • Connection of the mainline cable to an optical fiber pigtail at the FDU in the T`MC or at the field location as shown on the plans. o Connection of two or more mainline fiber optic cables as shown on the plans. F:\USers\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\5PECS SUPPLEMENTAL C-4698.doc 15 The Contractor shall not exceed the maximum number of field splices permitted as shown on the plans. Completed splices shall be placed in a splice tray. The splice tray shall then be placed in a watertight splice enclosure. Field splices shall be conducted only at locations as shown on the plans as an approved splice location. All splicing equipment shall be in good working order, properly calibrated, and meeting all industry standards and safety regulations. Cable preparation, closure installation, and splicing shall be accomplished in accordance with accepted and approved industry standards. Using a mid -span splicing method, a drop cable shall be joined to the fibers in the fiber optic cable span. The termination splices shall be placed in a splice tray and the splice tray(s) shall then be placed in a watertight splice closure. Equipment cabinets shall be equipped with splice trays suitable for storage and protection of each single -mode optical fiber pigtail and the splice connection to cable fibers. Equipment cabinets shall be equipped with a suitable means for routing and securing of cables, fibers, and pigtails to prevent damage to fibers during all regular operation and maintenance functions All splices shall be protected with a thermal shrink sleeve. All fibers shall be labeled in the splice tray with permanent vinyl markers. Pigtail ends shall also be labeled to identify the destination of the fiber. Pigtail ends shall also be labeled to identify the destination of the fiber. Upon completion of the splicing operation, all waste material shall be deposited in suitable containers, removed from the job site, and disposed of in an environmentally acceptable manner. 3.14 FIBER OPTIC CABLE ASSEMBLIES Cable assemblies (connectors, pigtails and jumpers) shall be products of the same manufacturer. The cable used for cable assemblies shall be made of fiber meeting the performance requirements of these Special Provisions for the fiber optic cable being connected, except that the operating temperature shall be modified to -20° C. to +70° C. Manufacturer's attenuation test results shall be provided for all cable assemblies. The outer jacket of jumpers shall be yellow. Optical Fiber Connectors - All optical fiber termination components shall meet or exceed the applicable provisions of TIA/EIA-455-B, Standard Test Procedure for Fiber Optic Fibers, Cables, Transducers, Sensors, Connecting and Terminating Devices, and Other Fiber Optic Components. All optical fiber connectors shall be of industry standard approved connector for single -mode optical fiber and shall meet or exceed the applicable provisions of TIA/EIA-455-2C (FOTP-2), Impact Test Measurements for Fiber Optic Devices, TIA/EIA-455-5B (FOTP-5), Humidity Test Procedure for Fiber Optic Components, and TIA/EIA-455-34A (FOTP-34), Interconnection Device Insertion Loss Test. When tested in accordance with FOTP —2, the connector assembly will be subjected to ten impact cycles by being dropped from a height of 1.5 m. The maximum insertion loss measured before and after the impacts should be < 0.50 dB. The mean insertion loss of the before and after impacts should be < 0.30 F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 16 dB. The insertion loss increase measured before and after the impacts should be < 0.30 dB. The maximum reflectance measured before and after the impacts should be < 40 dB. When tested in accordance with FOTP — 5, the connector assembly will be subjected to test conditions of 75 °C and 95% relative humidity for 7 days. Measurements of loss and reflectance will be made at the beginning of the test, at a minimum of six hour intervals during the test, and at the end of the test. The maximum insertion loss measured before, during, or after the test should be < 0.50 dB. The mean insertion loss of the before, during, or after the test should be < 0.30 dB. The insertion loss increase measured before, during, or after the test should be < 0.30 dB. The maximum reflectance measured before, during, or after the test should be < 40 dB. Optical fiber connectors shall satisfy all of the interface parameters of equipment components as may be defined by the transmission equipment specifications. All optical fiber connector assemblies shall be machine polished for low back -reflection and low insertion losses at both 1310 nm and 1550 nm operating wavelengths. Single -mode pigtails shall be provided with factory pre-connectorized single -mode connectors. Connectors shall have maximum insertion loss of 0.27 dB or better. Connectors shall have a stainless- steel barrel (coupling nut) with a bayonet connection design, ceramic (zirconia) ferrule. Each connector shall be capable of 200 repeated matings with a total maximum additional increase in insertion loss after 200 matings limited to 0.30 dB. Each connector shall have a return loss (back reflection) equal to or better than 55 dB. All connectors shall be factory -assembled and tested. There shall be no fabrication of connectors in the field. All unmated connectors shall have protective caps installed. Couplers - Couplers shall be made of nickel plated zinc or a glass reinforced polymer that is consistent with the material forming the associated approved connector. The design mechanism for mounting the coupler to the connector panel may be flanged or threaded but shall coincide with the connector panel punch -outs. All coupler sleeves shall be ceramic of the split clamshell or cloverleaf design. The temperature operating range for couplers shall be the same as that specified for the connectors. Pigtails - Pigtails shall be of simplex (one fiber) construction, in 900 q)m tight -buffer form, surrounded by aramid for strength, with a connector on one end. The outer jacket shall be yellow PVC with a nominal diameter of 3 mm, marked with the manufacturer's identification information. All pigtails shall be of adequate length for the intended connection purpose, but not less than one meter in length. Pigtails installed in conduit shall follow the installation procedures outlined for fiber optic cables, except that the pulling tension shall not exceed 500 N (110 IV.). Jumpers - Jumpers shall be duplex. All jumpers shall be at least two (2) meters in length, sufficient to avoid stress, and allow orderly routing. Jumpers shall have appropriate connectors on both ends. 3.15 FIBER ASSIGNMENTS The fiber assignments tables and schematics will be provided as part of the plans F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 17 3.16 FIBER OPTIC CABLE LINK TESTING The installed optical fiber cable shall be tested for compliance with the transmission requirements of this specification, the cable and hardware manufacturer's specifications, and prescribed industry standards and practices. The Contractor shall provide all personnel, equipment, instrumentation, and materials necessary to perform all testing herein. Multiple tests shall be required prior to shipment as well as before and after installation of the cable. The results of these tests shall be logged and posted in the cabinet and in a conspicuous location for future comparisons. Documentation of all test results shall be provided to the Engineer within two working days after the field tests are performed. The documentation shall also be made part of and submitted as part of the Operations & Maintenance Manual. The types of acceptance tests required by the City of fiber optic cable system certification are: o Documentation of compliance with the fiber specifications, as specified in these Technical Provisions, shall be supplied by the fiber manufacturer. Before shipment, but while on the shipping reel, 100% of all fibers shall be tested for attenuation. Copies of the results shall be: Maintained on file by the fiber manufacturer, with a file ID number for a period of five (5) years. Attached to each fiber cable shipping reel in a waterproof pouch. Results of test to be submitted to the city in a CD. Submitted to both Contractor and Engineer and shall be made part of the Operations and Maintenance Manual. Continuity Testing (Before Installation) The fiber cable shall be physically inspected on delivery and the attenuation shall be measured for 100% of the fibers. In addition, the continuity test procedure shall be used on short links (less than 300 feet) of the cable system during construction to validate continuity of fiber elements. Failure of any single fiber within the cable to comply with these Technical Provisions shall be cause for rejection of the entire reel. Test results shall be recorded, dated, compared and filed with the copy accompanying the shipping reel in a waterproof pouch. Attenuation deviations of greater than 5% from the shipping records shall be brought to the attention of the Engineer. The cable shall not be installed until completion of this test sequence and the Engineer provides written approval. Copies of traces and test results shall be submitted to the Engineer in a CD. If test results are unsatisfactory, the reel(s) of fiber optic cable shall be rejected. The rejected reel(s) of cable shall be replaced with new reel(s) of cable at the Contractor's expense. The new reel(s) of cable shall be tested upon delivery as described herein. Cable continuity shall be verified using a visual light source, typically a 635 -nm laser diode. For cables with insertion loss of less than 3 dB, the light source shall be the Corning Cable System OS -1 ODD test set, a RIFOCS 263A visual fault finder, OFS, or equivalent. The continuity test procedure shall also be used to verify continuity on all fibers prior to measuring pre -installation attenuation using an Optical Time Domain Reflectometer (OTDR). This insures that the F:\Users\PBw\Shared\Contracts\FYIO-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 18 fibers are completely continuous from end to end, since single -ended OTDR tests cannot reveal fiber discontinuities close to the cable endpoints. Continuity Testing (After Installation) These tests shall occur after the termination process has been completed. Each point-to-point link shall be tested for optical power loss with an OTDR in both directions. The connectors shall be identified by numbered colored tape, where each tape color shall be consistent throughout the project. The Contractor shall use OTDR testing to insure that each fiber is one continuous length (contains no splices within the cable structure) and meets the attenuation specifications of the manufacturer and cognizant industry standards. OTDR measurements made before the cable installation provide baseline data for comparison to post -installation OTDR tests. The OTDR test also provides useful measurements and documentation for the installed system. Therefore, OTDR traces shall be generated into a hard copy and software file on a CD for the purpose of developing historical as -built, documentation regarding the cable's condition before and after it was installed. The hard -copy and CD documentation shall be provided to the City. The recordings shall also be made part of and submitted as part of the Operations & Maintenance Manual. If specialized software (i.e. other than Microsoft Office Products) is needed to access and read OTDR electronic test results, the Contractor shall provide licensed software to the City at no cost. Prior to conducting OTDR tests, the Contractor shall provide the City with information regarding the test equipment to be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor. Quality tests shall consider both attenuation and localized loss discontinuities. The OTDR shall be equipped with a switchable, dual wavelength module with 1300 nm and 1550 nm light sources, and be compatible with single mode test fibers. The OTDR shall either be capable of writing to a floppy disk or configured with a plotter to provide a hard copy record of each test measurement. The OTDR shall be equipped with sufficient internal masking to allow the entire cable section to be tested. This may be achieved by using an optical fiber pigtail of sufficient length to display the required cable section, or by using an OTDR with sufficient normalization to display the required cable section. A hard copy XY plot shall be provided to the City for all fiber optic tests. All traces shall display the entire length of cable under test, highlighting any localized loss discontinuities. The trace shall display fiber length (in meter/feet), fiber loss (dB), and average fiber attenuation (in dB/mile) as measured between two markers placed as near to the opposite ends of the fiber under test as is possible while still allowing an accurate reading. Time averaging shall be used to improve the display signal-to-noise ratio. If connectors exist in the cable under test, then two traces shall be recorded. One trace shall record the fiber loss (dB) and average attenuation (dB/mile) of the entire cable link, including connectors. The second trace shall display a magnified view of the connector regions, revealing the connector losses (dB). All connector losses shall be measured using the Least Squares Approximation (LSA) or 5 -point splice loss measurement technique. The OTDR trace shall also include the following information: F:\Users\PEW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 19 o The date and time of the test o The Cable ID number o The fiber color or ID number • The optical wavelength used for the test o The refractive index setting of the OTDR o The pulse width setting of the OTDR *The averaging interval of the test Each connector shall be tested for optical loss using an OTDR. Measure each connector in both directions, at 1550 nm, for single mode connectors. An XY plot, from the OTDR, shall be provided for each connector measurement. Connector loss shall meet or exceed the requirements of the connector specifications. The OTDR shall be calibrated for correct index of refraction to provide proper length measurement for the known length of reference fiber. Insertion Loss Testing (After Installation) Insertion loss testing is performed after the cable has been installed, terminated with connectors, and connected to the patch panels. It is used to closely emulate the losses incurred in a fully assembled optical data link. It measures actual losses through connector panels and fiber cable. A light source from an insertion loss test set directly replaces the data transmitter at the output launch point and an optical power meter replaces the data receiver at the data receiver input port. The Contractor shall conduct insertion loss testing on all installed and terminated optical fiber elements. Insertion loss test measurements for each fiber on each cable shall be documented by the Contractor and the results provided to the City. Testing shall be conducted at 1550 nm for all single mode cables. Total end-to-end loss for each fiber in each cable shall be within the fiber optic modem manufacturer's allowable loss budget specifications. If it is not, the Contractor shall take corrective measures to bring the cable link's insertion loss into compliance with the manufacturer's specifications, including remating and re -termination of the connectors, and/or replacement of the cable. The Contractor shall provide the City with information regarding what type of test equipment will be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor prior -to conducting this test routine. The test recordings for all fiber cables shall be provided on documentation sheets in a form to be determined by the City and submitted to the City within two (2) weeks after termination of the fiber elements. The recordings shall also be made part of and submitted as part of the Operations & Maintenance Manual, discussed elsewhere in these Special Provisions. 3.17 INSERTION LOSS TEST EQUIPMENT (FIBER OPTIC CABLE) 1. Testing Light Source: An LED laser light source with a wavelength equal to the operational system wavelength shall be used. The LED shall be stable within 0.1 dB in output power over a time period sufficiently long to perform the measurement. 2. Launch Reference Cable: It shall provide for attachment to the light source. The launch reference cable shall be of the same fiber size and type as the fiber under test. To eliminate cladding modes, a self -mode -stripping cable or a low loss (-0.5 dB) mandrel wrap mode filter shall be used. 3. Power Meter: The detector in the power meter shall have an effective numerical aperture (NA) and active area that is larger than the fiber under test. The power meter shall have a F:\Users\PBW\Shared\Contracts\FY30-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 20 sufficient measurement range to measure the insertion loss of the cable and connectors in the link. The power meter must be linear over the range of losses to be measured in the system and have sufficient resolution for the proposed measurements (0.05 dB). The power meter must be able to measure both absolute power in units of dBm and relative loss in units of dB. The power meter must also be able to change its calibration wavelength to match the system (1310 nm, or 1550 nm) operation wavelength. The meter shall be capable of measuring to -70 dBm. 3.18 INSERTION LOSS TEST PROCEDURES AND EXECUTION The Contractor shall provide all personnel, equipment, instrumentation and supplies as necessary to perform all testing. o Zero Reference Cable: Connect the launch reference cable between the test light source and the power meter detector. Illuminate the reference cable and record the optical power as Ref. Power 1 in dBm. o System Insertion Loss: The system to be tested shall be inserted between the launch reference cable and the power meter, completing the optical path from the LED to the power meter. Record the optical power shown on power meter as Test Power 1 in dBm. System Insertion Loss 1 is then calculated by the following equation: NOTE: Record insertion loss as a positive value. System Insertion Loss 1 (dB) = Ref. Power 1 (dBm) — Test Power 1 (dBm) The system under test shall then be tested from the other end in a similar fashion as above. Here, record the output of the launch reference cable as Ref. Power 2 and the output of the system link as Test Power 2. System Insertion Loss 2 is calculated identically: System Insertion Loss 1 (dB) = Ref. Power I (dBm) —Test Power 1 (dBm) The results of the insertion loss testing shall be recorded along with the test date, name of person performing the test, and the brand name, model number and serial number of the equipment used during the test. All results shall be made part of and submitted as part of the Operations & Maintenance Manual, discussed elsewhere in these Special Provisions. 3.19 FIBER OPTIC CABLE ROUTE RECORDS The Contractor shall provide the City with a cable route diagram indicating the actual cable route and foot marks, for all intersections, directional change points in the cable routing, and all termination points. The Contractor shall record these points during cable installation. Cable system As -Built drawings showing the exact cable route shall be provided by the Contractor to the City. Information such as the location of slack cable and its quantity shall also be recorded in the cable route diagram. This information shall be included as part of the Operations & Maintenance Manual. Each fiber connectors and patch panel connectors shall be tagged with its fiber number and associated field element location. Each tag shall be permanently attached by a nylon tie -lock to the cable or connectors. 3.20 #10 GREEN TRACER WIRE The Contractor shall furnish and install #10 green wire in all conduit segments where fiber optic cable is installed, as shown in the plans, including all new and existing conduit segments where work is completed. All #10 wires entering a pull box shall be joined by a split -bolt connector. F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 21 4.0 MICR®DUCT 4.1 GENERAL This section shall govern to furnish and install microduct in conduit of the type and sizes specified herein and as directed by the Engineer. 4.2 REQUIREMENTS 1. Microduct shall be high density polyethylene (HDPE) ducts designed for installation within conduit. 2. Microduct shall be red in color. 3. Microduct shall be smooth wall with microribs inside. 4. Microduct shall have outside/inside diameter of 12/10 mm for installation of single mode MiDia FX Plus Cable, by OFS, or approved equal. 5. Microduct shall have sequential markings in feet. 6. Microduct shall be continuous between pull boxes and/or splice vaults. 7. Microduct shall extend and be cut 6 to 8 inches past the end of the conduit in pull boxes and splice vaults to allow for the slack fiber optic cables and to prevent damage. 4.3 QUALITY CONTROL All microduct furnished and installed as part of the Contract shall be new, UL -listed, and meet NEMA and NEC requirements pertaining to electrical conduits and components. 4.4 MATERIAL Microduct shall be Dura -Line or approved equivalent. 4.5 INSTALLATION 1. All microduct shall be installed at locations as shown on the plans, or as directed by the Engineer. Microduct is to be installed in a combination of existing and new conduit. Locations where microduct is to be installed in conduit are approximate and may be changed to suit field conditions as directed or approved by the Engineer. 2. Microduct shall be installed using installation equipment that meets Caltrans standards. 3. Microduct shall be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two inches. 4. Microduct shall be placed in a manner to allow the installation of the fiber optic cable by blown method or hand push method. 5. Where the microduct is installed in existing conduit, the Contractor shall not remove any existing cable(s) without prior approval by the Engineer. Only those cables specified for removal shall be removed. Existing cable(s) shall only be removed if the microduct cannot be installed with the existing cable(s) remaining in place. If removed, the cable(s) shall be installed with the microduct in same pull to minimize risk of damage to the cable(s). The Contractor shall be responsible for replacing any cables damaged during removal and reinstallation at the cost of the Contractor and not the City. 6. Microduct and fittings shall be supplied with an ultraviolet inhibitor. 7. After cables have been installed, the exposed end of microduct remaining in pull boxes and controller cabinets shall be sealed with a sealing compound as approved by the microduct vendor. F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 22 5.0 FIBER PATCH PANEL/WALL INTERCONNECT UNIT 5.1 GENERAL Fiber Patch Panel (also called Wall Interconnect Center (WIC)) shall be furnished and installed at the locations shown on the Plans. The section includes material and installation for fiber patch panel. 5.2 DESCRIPTION The fiber patch panel shall act as the demarcation point between the fiber optic cable via the fiber pigtail from the splice closure and the terminal equipment via the fiber optic patch cords. The Contractor shall furnish and install matching connectors. The approved type optical connectors on the end of each pigtail shall screw into a sleeve securely mounted to a patch panel within the fiber patch panel enclosure. The maximum optical loss across the connection shall not exceed 0.4 dB. The fiber patch panel housings installed in 332 cabinets shall be rack -mounted in the outdoor traffic signal controller cabinets, as shown on the plans. Contractor to verify rack space for fiber patch panel prior to procurement. If space limitations exist, Contractor shall notify Engineer. The fiber patch panel housings installed in NEMA cabinets shall be wall or shelf mounted in the outdoor traffic signal controller cabinets, as shown on the plans. Preference is for fiber patch panel to be wall mounted on side of cabinet. Contractor shall verify space in cabinet and provide recommendation to Engineer for mounting. The fiber patch panel shall accept a minimum of twelve (12) fiber terminations (in and out). The cabinet Shall have fiber optic cable entrances with cable sheath strain relief, leading to the fiber patch panel. All fiber terminations on the patch panel, located in the traffic signal controller cabinet, shall be SC type connectors. The Fiber Patch Panel shall be OFS, Corning Cable System or approved equal. Rock mounted fiber patch panel shall be Corning CCS -01U, shelf/wall mounted fiber patch panel shall be Corning SPH -01P, or approved equals. F:\Users\PBW\Shared\Contracts\FY10-.11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 23 6.0 FIBER DISTRIBUTION UNIT (FDU) AND RACK 6.1 GENERAL The Contractor shall furnish and install fiber distribution unit (FDU) sized to be rack -mounted in the new or existing equipment rack in the City Building equipment room as shown on the Plans. The FDU shall have the capacity to terminate and connect all fiber optic cable strands installed by Contractor as part of this Project, as shown on the Plans. Contractor shall coordinate installation of rack and FDU with Engineer. The section includes material and installation for fiber distribution unit. The FDUs at the City Buildings shown in the plans shall serve as the demarcation point for work to be completed by Contractor and work to be performed by others. The Contractor shall be fully responsible for furnishing, installing and testing of the FDU at each City Building and all Field Work elements. From, but excluding the FDU, others will be responsible for elements inside the City Buildings. 6.2 DESCRIPTION OF FDU FDU shall consist of two parts: a splice shelf and a fiber patch panel. The splice shelf shall house and protect fusion splices of fibers to optical fiber pigtails with six (6) feet of pigtail slack on each fiber. The FDU shall house and protect the required quantity of connectors and splices on each pigtail and slack for fiber optic patch cords. The fiber pigtail slack shall be neatly coiled and secured in a manner that does not allow the minimum operational bending radius of the pigtail to be exceeded. The approved type optical connectors on the end of each pigtail shall screw into a sleeve securely mounted to a patch panel within the FDU enclosure. The maximum optical loss across the connection shall not exceed 0.4 dB. The patch panel shall be capable of single mode terminations grouped by six (6) to eight (8) connector sub -panels. The housing shall have fiber optic cable entrances with cable sheath strain relief. All fiber terminations on the FDU, located at communication hubs, shall be LC type connectors. The Contractor shall provide pre -wired connectors panels, fiber pigtails, interconnection sleeves, and connector panels as required to make the indicated connections. The FDU shall have the spare capacity to hold the required number of connector panel modules and fiber capacity splice trays. The Contractor shall provide trays to house the entire number of fibers within the cable for future use. Prior to ordering the FDU and associated equipment, the Contractor shall provide submittals of the exact equipment proposed to the Engineer. The Engineer must approve the equipment submittals prior to ordering. The FDU shall be OFS, Corning Cable System or approved equal. 6.3 DESCRIPTION OF RACK One (1) open -framed cable management rack shall be installed in the communication room at the General Services. The rack shall be affixed to the floor. Rack shall include a cable management ladder that extends beyond the top of the rack and is affixed to a cable tray. Contractor shall receive direction from Engineer on location of rack within room. F:\Users\PBW\Shared\Contracts\FY30-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 24 Specific requirements of the communication rack include: o Adjusts to a 23" racking width without extra hardware. o Adjustable depth from 10" to 18". o Ideal for high-density racking. o Extra -large 9.5" interior cabling channel between posts. o Corner posts allow for a 2.5" vertical cable channel and include pass-through holes for inner ganging. o Multiple mounting points for cable ties and cable management spools. o Side cutouts provide cable access between racks. 0 12-24 tapped mounting holes. o Rack Units — 45 o Uninterrupted Power Supply (UPS) with at least 15 minutes capacity shall be installed in rack • Black in color o Warranty — Lifetime The Rack shall be Chatsworth Model #46353-701 with Cable Management Model #30530-719 and 11730-701 or approved equal. 6.4 INSTALLATION The Contractor shall furnish and install the communication rack at the designated City Buildings based on direction from Engineer and Newport Beach IT Department. The FDU(s) shall be installed in new or existing 19" EIA rack, as shown on the plans or specified in these Special Provisions, unless otherwise directed by the Engineer. F:\Users\PSW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLE MENTALC-4698.doc 25 7.0 SPLICE CLOSURES 7.1 GENERAL Any below ground fiber optic splices or fiber optic splices exposed to the elements shall be contained in a waterproof, rodent proof, re -enterable fiber optic splice closure designed for use on optical fiber cables in a cable vault environment where total and continuous submersion in water may be expected. Splice closures shall be complete with outer and inner closures, splice organizer trays, brackets, plugs, clips, cable ties, seals and sealant, and a dry encapsulate and shall conform to the following Special Provisions. 1. The fiber optic splice closure shall conform to the requirements of Bellcore GR 771 and shall be designed for a temperature range of -40° C. to +70° C. 2. The splice closure shall be suitable for either a direct burial or pull box/vault application. 3. The size of the closure shall allow all the fibers of the largest fiber optic cable to be spliced to a second cable of the same size. The closure shall be not more than 18 inches in length and not more than 4 inches in diameter. The closures shall be designed for both horizontal and butt splicing. 4. All materials in the closures shall be non-reactive and shall not support galvanic cell action. The outer -closure shall be compatible with the other closure components, the inner closure, splice trays, and cables. 5. The outer -closure shall protect the splices from mechanical damage; shall provide strain relief for the cable, and shall be resistant to salt corrosion. The outer -closure shall be waterproof, and re -enterable. The outer -closure shall be flash -tested at 100 kPa. 6. The inner -closure shall be of metallic construction. The inner -closure shall be compatible with the outer closure and the splice trays and shall allow access to and removal of individual splice trays. 7. The splice trays shall be compatible with the inner -closure and shall be constructed of rigid plastic or metal. 7.2 INSTALLATION 1. Adequate splice trays shall be provided to splice all fibers of the communication cable with the greatest fiber count entering the closure. 2. Upon completion of the splices, the splice trays shall be secured to the inner closure. The Contractor shall verify the quality of each splice prior to sealing the splice closure. 3. The closure shall be sealed using a procedure recommended by the manufacturer that will provide a waterproof environment for the splices. Encapsulant shall be injected between the inner and outer closures. 4. Care shall be taken at the cable entry points to ensure a tight salt resistant and waterproof seal is made which will not leak upon aging. It is acceptable to have multiple service drop cables enter the fiber optic splice closure through one hole as long as all spaces between the cables are adequately sealed. S. The splice closure shall be mounted horizontally in a manner that allows the cables to enter at the end of the closure without exceeding any minimum bending radius specification. 6. All fiber optic cable splicing performed on this project shall be of the fusion type. All fiber optic cable splices shall be of the fusion type and shall not exceed 0.1 dB loss per splice. F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 26 7. The field splices shall connect the fibers of the two (2) fiber optic cable lengths together. The termination splices shall connect the fiber optic cable span ends with pig tails. The field splices shall be placed in a splice tray, and then the splice tray with splice shall be placed in a splice closure. 8. The termination splices shall be placed in a splice tray and the splice tray with splice shall then be placed in a fiber distribution unit or field cabinet as required. All splices shall be protected with a thermal shrink sleeve. 9. The fiber optic field splices shall be enclosed in splice closures, which shall be waterproof, rodent proof, and re -enterable, and shall accommodate all the fibers in a single cable. 10. The microduct coupling shall house the fiber optic cable up to the cable opening in the splice closure. The Contractor shall furnish and install fiber optic splice closures capable of accommodating a minimum of six (6) splice trays and a maximum of 72 splices. The splice closure shall also include the required encapsulant. The splice closure shall be able to accommodate up to four (4) cable entries. If all four cable entry holes are not required, the remaining unused entry holes will be closed such that moisture does not enter the splice closure and affect the operation of the fiber optic cable. The splice closure shall have sleeves to size the cable entry to the appropriate cable diameter. Each splice closure shall come equipped with the required number of single mode splice trays. Included within the splice closure, the Contractor shall also supply and install splice trays. Each spice tray shall be appropriately sized to fit inside the splice closure. The splice trays shall be of injection molded plastic type with a clear plastic cover so allow visibility of fibers without opening the tray. Each splice tray shall handle up to twelve (12) single mode fusion splices. A minimum of three unopened kits required for the resealing of the splice closure shall be supplied with this contract and considered as part of the necessary equipment. Splice closures, encopsulont, trays, and reseal kits shall be from OFS, Corning Cable Systems, or approved equal. F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\5PECS SUPPLEMENTAL C-4698.doc 27 8.0 ETHERNET SYSTEM The following items are included in the Ethernet System: 1. Ethernet System 2. Testing 3. Warranty 8.1 GENERAL All Ethernet switches will be City -Furnished. The locations for the installation of Ethernet and aggregation switches are shown on the corresponding design plans. Aggregation Ethernet Switches will be Contractor- installed in City -Facilities as shown on the plans. The Ethernet Switches with power supplies shall be City -Furnished and installed by the Contractor. Contractor shall furnish and install CAT6 cable and fiber optic jumpers to complete connections to fiber patch panel and installed hardware. 8.2 CAT&A CABLE Contractor shall furnish and install CAT6-A cable and complete connections from Ethernet Switch and installed equipment in controller cabinet including traffic signal controller and video encoder, at locations as shown on the plans. Contractor shall furnish and install CAT6-A cable and complete connections from Aggregation Switch and installed equipment in rack, at locations as shown on the plans. 8.3 INSTALLATION The Ethernet Switches and Aggregation Switches will be City -Furnished and configured by others. Contractor shall install switches as shown on the plans and as directed by Engineer. 8.4 TESTING Contractor shall complete on-site acceptance testing of installed items and certify in writing to City that installed items operate within manufacturers requirements. 8.5 WARRANTY The supplier of equipment shall warranty on work performed to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on work performed shall be a minimum of one (1) year from date of acceptance. F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\5PECS SUPPLEMENTAL C-4698.doc 28 9.0 POWER STRIP 9.1 GENERAL The Contractor shall furnish and install one power strip at each intersection as shown in the plans. The power strip shall be used to power the Ethernet switches and other proposed equipment at each location as shown on the Plans. Power strips installed in NEMA cabinets shall be wall -mounted. Power strips installed in Caltrans standard cabinets shall be 19 -inch rack -mounted. 9.2 WALL -MOUNTED POWER STRIP The power strip shall be designed for installation in a traffic signal controller cabinet. The power strip shall be wall -mountable in NEMA cabinets (locations to receive ASC/3 controllers). Power strips shall meet the following minimum requirements. 1. 15A 125V AC 2. UL and cUL listed 3. 6 heavy duty 15A sockets minimum. 4. All sockets unswitched 5. 2450 Joules 6. Clamping voltage: 330V 7. 12 foot 14/3 SJT cord — Contractor shall shorten cable length once installed to minimize slack cable 8. Spike Current: 84000 AMPS 9. Power shut down 10. 12 to 16 inches long Wall -mounted power strip shall be installed on the side of the controller cabinet near the front of the inside portion of the cabinet. Contractor shall plug power strip into accessory receptacle in the traffic signal controller cabinet. 9.3 19 -INCH RACK -MOUNTED POWER STRIP Power strips shall meet the following minimum requirements. 1. 15A 125V AC 2. UL and cUL listed 3. 6 heavy duty 15A sockets minimum. 4. All sockets unswitched 5. 2450 Joules 6. Clamping voltage: 330V 7. 12 foot 14/3 SJT cord — Contractor shall shorten cable length once installed to minimize slack cable 8. Spike Current: 84000 AMPS 9. Power shut down 10. 19 inches long for rack -mounting F:\Users\PBW\Shared\Contracts\FYSO-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 29 11. Rack mountable in 1U space Rack -mounted power strip shall be installed on the rear side of the cabinet in the uppermost portion of the rack. Contractor shall plug power strip into accessory receptacle in the traffic signal controller cabinet. The power strip shall be Tripp -Lite ISOBARBUItro-NEMA and ISOBAR12UItro-Rack-Mount, or approved equal. F;\Users\PBW\Shared\Contracts\FY30-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 30 10.0 ETHERNET RADIO SYSTEM The following items are included in the Ethernet Radio System: 1. Ethernet Radio System 2. Testing 3. Warranty 10.1 GENERAL The Ethernet Radio System will be Contractor Furnished and Installed. The locations for the installation of the Ethernet Radio System are shown on the corresponding design plans. 10.2 REQUIREMENTS The Ethernet Radio System shall meet the following requirements: 1. 5.8 GHz Broadband Ethernet Radio 2. Dynamic Frequency Selection 3. 802.11 a compliant with bandwidth up to 35 Mbps 4. Environmentally hardened outdoor units 5. Include appropriate feet of CAT6 cable (per plans) and power injector The Ethernet Radio System shall be Encom EP-COMMPAK 8858INT or approved equal 10.3 TESTING Contractor shall complete on-site acceptance testing of installed items and certify in writing to City that installed items operate within manufacturer's requirements. The Ethernet Radio System shall comply with all rules and regulations of the Federal Communications Commission (FCC) and these Special Provisions. 10.4 WARRANTY The supplier of equipment shall warranty on work performed to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on work performed shall be a minimum of one (1) year from date of installation. F:\Users\PBW\Shared\Contracts\FY30-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 31 11.0 CCTV SYSTEM 11.1 GENERAL The Closed Circuit Television (CCTV) Camera System shall comply with all rules and regulations of the Federal Communications Commission (FCC) and these Special Provisions. The CCN camera system including the dome camera, CCN cable (video/data/power), CCN camera mounting hardware and video encoder shall be Contractor -furnished. The Contractor shall install the CCN camera and mounting hardware at locations as shown on the Plans. The Contractor shall install the CCTV camera cable as shown on the Plans. The CCN data and video transmission between the TMC and the CCN camera locations identified herein will be done by a pair of IP video encoders. 11.2 CCTV DOME CAMERA The Camera shall be analog DSP, Color CCD and capable of producing no less than 470 horizontal lines of resolution and communicate using non-proprietary control protocol. It shall have Pan, Tilt, Zoom (PTZ) capabilities, NTCIP control language, and a minimum optical zoom of 23 X and be manual as well as auto focus capable. The camera shall be able to operate with a continuous 360° rotation (no stops). The camera shall be able to operate a light rating of 3.0 lux at 60 frames per second color and at 0.3 lux at 60 frames per second black and white. The camera shall operate at NEMA TS2 voltage levels of 89 VAC to 135 VAC and environmental temperatures of -340 to 74°C. The camera shall have a minimum of 6 programmable privacy zones, zones at which the video is blanked, and 32 presets. The camera shall be in a pressurized with dry nitrogen sealed enclosure and have a built in character generator for site ID name and/or number, and alarm codes. The camera shall weigh no more than 30 lbs. and shall have dimensions no greater than 18 inches tall and 15 inches long. All equivalencies must be approved by the Engineer prior to procurement. Camera shall use pole -mounting hardware provided by the dome CCN camera vendor, capable of mounting to a vertical traffic signal pole. The pole mount shall be affixed to the pole to extend the camera towards the center of the signalized intersection. The dome CCN camera and mounting hardware shall withstand a wind load of 80 mph when affixed to traffic signal pole without permanent damage to mechanical and electrical equipment. The CCN Dome Camera shall be COHU Model 3925-5200, or approved equal. 11.3 CCTV VIDEO ENCODER The one -channel video and data encoder (CODEC -1) shall provide compressed MPEG-1, MPEG-2 or MPEG -4 video streams onto an IF network. MPEG -4 will be used for as part of this project at the locations supported by fiber optic cable as shown on the Plans, unless otherwise specified by Engineer. The video streams shall have video latency of under 500ms (video delay) and a frame rate of 30 fps. Compression data rates shall be user selectable from 384 Kbits/second to 15 Mbits/second. The CODEC - 1 shall be a shelf or wall mounted when installed in a NEMA cabinet. Contractor shall recommend F:\Users\PBW\Shared\Contracts\FY70-11\TraNic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 32 mounting procedures to Engineer for approval, including the Contractor furnishing and installing a 19 - inch rack mounted shelf in cabinets where communication equipment is installed. The CODEC -1 shall provide at least one video input for an NTSC CCN camera. Camera control shall be R5422/R5485 to interface with the CODEC -1. In addition, the CODEC -1 shall include a second COM port that can be utilized for R5232 or RS422 pass through of commands for other field equipment. Access to the CODEC -1, including the MPEG video streams, camera control and setup, shall be through the on board web server. The TMC computers operating the CCTV camera video management software shall connect to the encoder's web server using Microsoft Internet Explorer (IE5 or above) or proprietary browser to access all functions of the CODEC -1. The web server shall at a minimum include the camera protocols for the CCTV cameras installed as part of this contract, and shall control pan, tilt, zoom, presets, and on-screen display. The CODEC -1 shall have optional support for ISDN, wireless 802.11 and Tl protocols. In addition, the CODEC -1 shall be stereo analog audio ready. The encoder shall provide audio communications at rates up to 96 Kbits/s. The CODEC -1 shall have the following features as a minimum: o NTSC or PAL video standards o Composite and S -Video inputs o One video input with optional two or four inputs o MPEG-1, MPEG-2 and MPEG -4 Video Compression o Compressed video data rate adjustable from 384 Kb/s and 15 Mb/s a Resolution settings include: o SIF o NTSC @ 320X240, 640X480 and 720X480 o PAL @ 352X288 and 720X586 o NTSC frame rate is 30 fps and PAL frame rate is 25 fps o Analog audio at rates from 8 to 96 Kb/s o Output formats are MPEG-1 & 2 (Ll, 1-2), MP3 and AC3 o System management/setup and integrated camera control is through TCP/IP o TCP/IP network protocols include Multicast (IGMP), Unicast and Broadcast o Control 1/0 using COM port, RS232 protocol o Input power from 85 to 250 VAC (auto -ranging power supply) o Power supply rated at 250 watt maximum power consumption (60 — 80 watts typical) • Operating temperature range from -20 to +70 degrees Celsius o Standard 19" rack unit at IU (Type 332 and 334 cabinets) or shelf mounted (NEMA cabinet) o System control via standard web browsers including IE 5.0 or better o Camera protocols for the vendor CCTV cameras installed as part of this contract. o Minimum camera controls include pan/tilt/zoom, presets (set/move to), OSD on/off The CODEC -1 shall be equipped with a minimum of one independent LAN Ethernet port that can be configured with unique IP addresses. The compressed video streams shall be output through the LAN port. The CCTV Video Encoder shall be COHU Winx Model 9905-4500, or approved equal. F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 33 11.4 CCTV INTEGRATED CAMERA CABLE The integrated CCTV camera cable shall be procured from the CCTV camera vendor. No exceptions shall be allowed. The CCTV cable shall be COHU Model CA295M, or approved equal. F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 34 12.0 CONDUIT 12.1 GENERAL This section shall govern to furnish and install conduit of the type and sizes shown on the plans and as directed by the Engineer. 12.2 REQUIREMENTS It is envisioned that all conduit will be installed by directional drill method and be high density polyethylene (HDPE) Schedule 80 UL continuous conduit. HDPE conduit shall be designed and engineered for direct burial, directionally drilled installation, or encased underground applications, and shall be installed at locations as shown on the plans. The PVC Schedule 80 UL conduit shall be designed and engineered for direct burial or encased underground applications, and shall be installed at the pull box modification locations where conduit elbows are upgraded to sweeps, or as shown on the plans. The PVC conduit shall be straight and the ends shall be cut square to the inside diameter. The PVC conduit system shall be designed so that straight sections and fittings will assemble with the need for lubricants or cement. All conduits shall be free from defects including non -circularity, foreign inclusions, etc. It shall be nominally uniform (as commercially practical) in color, density, and physical properties. If new conduit is being installed into an existing pull box location, the Contractor shall protect existing pull box and conduit from damage. Should the existing pull box and/or conduit become damaged, the Contractor shall repair and/or replace damaged pull box and conduit at the cost of the Contractor and not the City. Prior to repair/replacement, the Contractor shall notify the City of exact location and contents of damaged pull box and conduit. All pavement markings shall be returned to existing conditions. If disturbed, the Contractor shall replace or repair any and all pavement markings. All work shall be approved by the Engineer. The Contractor shall obtain written approval from the Engineer before installing any conduit. 12.3 QUALITY CONTROL All conduits furnished, as part of the Contract shall be new, UL -listed, and meet NEMA and NEC requirements pertaining to electrical conduits and components. 12.4 HDPE SCHEDULE 80 CONTINUOUS CONDUIT The size of the HDPE conduit shall be as shown on the plans and shall meet the following requirements: The HDPE Schedule 80 continuous conduit shall conform to NEMA TC -2 and UL651B. The conduit leading to splice vaults or pull boxes shall be terminated with a manufacture -produced terminator connector to seal the wall of the spice vault/pull box. The conduit shall be color coded black. F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698,doc 35 The conduit shall also be marked with data traceable to plant location, date, shift, and machine of manufacture. Conduit shall be Carlon or Endot made or approved equivalent. 12.$ PVC SCHEDULE 80 CONDUIT The size of the PVC Schedule 80 conduit shall be as shown on the plans and shall meet the following requirements: The PVC Schedule 80 conduit shall conform to NEMA TC -2 and UL 651 specifications. The conduit shall have an extended 6" integral "bell' end. The conduit shall have a circumferential ring on the spigot end, which shall be used to insure proper insertion depth when connecting conduit ends. The conduit shall also be marked with data traceable to plant location, date, shift, and machine of manufacture. A complete line of fittings, adapters, and bends (sweeps) shall be provided by the conduit manufacturer and shall be manufactured from the same materials and manufacturing process as the conduit. The complete system will allow for all these fittings: Coupling Kits, Manhole Terminator Kits, Lubrication Fittings, and Repair Kits. Conduit shall be Carlon or Endot made or approved equivalent. 12.6 INSTALLATION All conduits shall be installed at locations as shown on the plans, or as directed by the Engineer. Locations of proposed conduit are approximate and may be changed to suit field conditions as directed or approved by the Engineer. Conduit shall be laid to a depth as shown on the plans. A minimum of thirty- (30) inches of cover to the top of the conduit is required at all locations. Conduit shall be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two inches. Where conduits are shown on the plans to be installed parallel and adjacent to each other, they shall be installed together in a common trench or directional drill bore. Make right angle bends in conduit runs with long -radius elbows or conduits bent to radii not less than three (3) feet. All bend radii shall be three (3) feet unless otherwise set forth elsewhere in this Special Provisions or as directed by the Engineer. The sum of the angles for conduit bends between two consecutive pull boxes shall not exceed 270 degrees. All conduit bends shall be factory bends done by the manufacturer. Hot box or other field bends will not be accepted. The bell and spigot ends of each PVC conduit shall be chamfered F:\Users\PBW\Shared\Contracts\FY30-11\Traffic Signal Phase 5 C-4698\5PECS SUPPLEMENTAL C-4698.doc 36 by the manufacturer. Transition of the conduit without bends shall not exceed more than one foot for every ten feet. Make bends and offsets so that the inside diameter of conduit is not effectively reduced. Unless otherwise indicated, keep the legs of a bend in the same plane and the straight legs of offsets parallel. Do not use diagonal runs except when specifically noted in the drawings. Provide a waterproof label on each end of the pull rope to indicate the destination of the other end. Conduits entering vaults shall terminate flush with the inside walls of each pull box. Conduits entering vaults and pull boxes shall be capped or sealed to prevent ingress of water, debris, and other foreign matters into the conduit. Immediately prior to installing cables, conduits shall be blown out with compressed air until all foreign material is removed. After cables have been installed, the ends of conduits shall be sealed with a reusable mechanical plug. Conduit and fittings shall be supplied with an ultraviolet inhibitor. Within pull box, conduit shall be placed to provide a minimum clearance of two (2) inches between the lowest portion of the opening and the bottom of the pull box. And there shall be a minimum clearance of eight (8) inches between the top portion of the opening and the top of the pull box. Conduit shall enter the pull box at not more than a 45 -degree angle. In addition, conduit may not be terminated less than 45 degrees to the ground level, except for pull boxes with extension. Conduit ends shall be terminated three (3) inches above the gravel surface and nine (9) inches clearance between the top of the bushing and the top of the pull box shall be provided. Within the splice vault, the conduit shall be laid no closer than two (2) inches from any wall of the splice vault. After conductors/cables have been installed, the exposed end of conduits remaining in pull boxes and controller cabinets shall be sealed with a sealing compound as approved by the Engineer. 12.6.1 DIRECTION BORE Conduit shall be installed by directional drilling method at the locations shown on the plans, unless specified otherwise by the Engineers. Drilling pits shall be kept at least two (2) feet clear of the edge of any type of pavement wherever possible. Conduit alignment shall be located under stamped pedestrian cross walks to prevent check pits in special pavement. Excessive use of water, such that pavement might be undermined or subgrade softened, will not be permitted. 12.6.2 TRENCHING Trenching in Newport Beach right of way shall conform to Newport Beach Standards. Installation of conduit in unpaved areas (dirt) shall conform to the following: F:\Users\PBW\Shared\Contracts\FY10.11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 37 Conduit shall be placed in a trench approximately two (2) inches wider than the outside diameter of the conduit to be installed. Trench shall not exceed eight (8) inches in width. A minimum of thirty- (30) inches of cover to the top of the conduit is required. For all pull boxes the trench may be hand dug to required depth. Where cover to top of conduit is less than thirty- (30) inches, the conduit shall be placed in the bottom of the trench and the trench shall be backfilled with sand -cement slurry backfill, containing not less than two (2) sacks (188 pounds) of cement per cubic yard of Type I or II Portland cement added per cubic yard of imported sand and sufficient water for workability. The top four (4) inches shall be backfilled and compacted with native soil. F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\5PECS SUPPLEMENTAL C-4698.doc 38 13.0 PULL BOXES 13.1 GENERAL This section shall govern to furnish and install pull boxes as shown on the plans, complete with cover. 13.2 PULL BOX AND PULL BOX COVER Pull boxes shall conform to the provisions in the latest version of the Caltrans Standard Specifications and Standard Plan ES -8 and these Special Provisions fol -TRAFFIC pull boxes. All new TRAFFIC pull boxes shall be pull box number 6 (PB#6), or pull box number 6 with extension (PB#6E), as noted on the Plans. PB#6 shall have nominal dimensions of 30.5 inch L x 17.5 inch W x 12 inch D, as stated in these Special Provisions and per the Plans. PB#6E shall have nominal dimensions of 30.5 inch L x 17.5 inch W x 24 inch D, as stated in these Special Provisions and per the Plans. The cover marking for each pull box containing fiber optic cable shall read 'TRAFFIC SIGNAL" on one line and "FIBER OPTIC' on second line. The cover marking for each pull box not containing fiber optic cable shall only read 'TRAFFIC SIGNAL" on one line. Pull boxes shall be provided with locking mechanisms as specified in the Caltrans Standard Plans. All splice boxes shall have vertical proof -load strength of 25,000 lbs. This load shall be placed anywhere on the box and cover for a period of one minute without causing any cracks or permanent deformations. Splice boxes shall have nominal dimensions of 36 inch L x 24 inch W x 12 inch D, as stated in these Special Provisions and per the Plans. Where pull boxes are installed in sidewalk, sidewalk shall be removed and replaced from score line to score line as directed by Engineer. Pull boxes and covers in the sidewalk or behind the curb shall be per below, Christy "Fiberlite" models, or Engineer approved equivalent, unless otherwise noted on the Plans. Size Approved Models #5 Box Christy N30 Electrical Box #5 Lid Christy FL30T 46 Box Christy N36 Electrical Box #6 Lid Christy FL36T #6E Extension Christy B36X12 Splice Box & Lid Armorcast A600197APCX12 13.3 INSTALLATION REQUIREMENTS All pull boxes shall be located at the locations shown on the Plans, or as directed by the Engineer. However, these locations may be changed to suit field conditions as directed or approved by the Engineer. No pull box shall be located on the driveway apron, or above catch basin, or within one (1) foot of any existing, proposed or future (as shown on plans) wheelchair ramp, or within one foot from the curb in case F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 39 of streets without gutter, or within thirty (30) inches from any pole foundation, or other locations which may interfere with the movement of people or vehicles, unless approved by the Engineer. Pull boxes within unimproved areas shall have a Class 1 flexible Post Delineator, per Caltrans Standard Plan A73 -C installed adjacent to the pull box. Within the pull box, the conduit shall be placed in a manner that the lowest portion of the opening shall be a minimum of two (2) inches above the bottom of the pull box. The top portion of the conduit shall be not less than eight (8) inches from the top of the pull box. The maximum thickness of the rock shall be one (1) inch. The conduit shall also be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two (2) inches. The distance between pull boxes shall not exceed 800 feet, unless otherwise shown on the plans, unless otherwise specified in the Plans or these Special Provisions, or as directed by the Engineer. A minimum of fifteen (15) feet of slack fiber optic cable, or length as shown on plans, shall be coiled in each pull box at all locations, unless otherwise specified in the Plans or these Special Provisions, or as directed by the Engineer. If new pull boxes are replacing existing pull boxes, the Contractor shall protect existing conduit and cable from damage. Should the existing conduit or cable become damaged, the Contractor shall repair and/or replace damaged conduit or cable. Prior to repair/replacement, the Contractor shall notify the Engineer and the City of exact location, and provide a detailed description of damage. Any existing features or improvements damaged by the Contractor shall be replaced in kind, at the cost of the Contractor and not the Engineer or the City. 13.4 INSTALLATION DETAIL Pull boxes shall be installed with lid and completely secured prior to any conductor or cable installation. Where the sump of an existing pull box is damaged by the Contractor's operations, the sump shall be reconstructed and if the sump was grouted, the old grout shall be removed and new grout placed at the cost of the Contractor and not the City. Excavating and backfilling shall conform to the provision in section 86.2.01, "Excavating and Backfilling" of Caltrans Standard Specifications except that the backfill material shall not contain rocks graded larger than one (1) inch. F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 40 14.0 TWISTED PAIR CABLE 14.1 GENERAL This item shall govern to furnish and install twisted pair cable in designated locations as shown on the plans and as detailed in accordance with these Special Provisions. 14.2 REQUIREMENTS Twisted pair cable shall be supplied in the configurations shown on the plans and specified in these Special Provisions. All materials furnished, assembled, fabricated or installed under this item shall be new, corrosion resistant and in strict accordance with the details shown on the plans and in these Special Provisions. All pairs in the cable shall be usable and free of defects, in order to meet or exceed all of the requirements contained in these Special Provisions. The Contractor shall furnish, install, terminate and test all the required twisted pair cable. All equipment for installation, terminating and testing shall be provided by the Contractor. The twisted pair cable shall conform to the latest reversions of the REA (Rural Electrical Administration) and the NEC (National Electrical Code) specification for Filled Telephone Cables RUS-PE-39. 14.3 CABLE MARKING a The twisted pair cable outer jacket shall be marked with manufacturer's name, the month and year of manufacture, pair count and conductor size, and sequential feet marks. o The markings shall be repeated every two (2) feet. o The actual length of the cable shall be within ±1% of the length marking. • The marking shall be in a contrasting color to the cable jacket. • The marking shall be approximately one-half (%) of the diameter of the cable and must be permanent and weatherproof. 14.4 QUALITY CONTROL The manufacture(s) of supplied optical cable, optical cable assemblies, and hardware shall be TL 9000 and/or ISO 9001 registered. 14.$ GENERAL CONSIDERATIONS The twisted pair cable shall meet the following: o Conductors: Solid # 19 AWG copper conductors • Insulation: solid virgin high density polyethylene with telephone industry color -coding • Twisted Pairing: Individual conductors twisted into pairs of varying twist to minimize crosstalk with specific color combinations to provide pair identification( telephone industry color coding ) o Filling Compound: the cable shall be gel -filled to prevent water intrusion • Shielding: the cable shall employ a thick (0.005") corrugated copper shield to provide a 100% electrical shielding coverage F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 41 u Outer Jacket: a black, low density, high molecular weight virgin polyethylene, compounded to withstand sunlight, temperature variations, and other environmental conditions, including abuse during installation. o Footage Marking Printed sequentially every two feet along the outer jacket to provide readily accurate records of cable usage and reel contents When terminating the cable, the following shall be complied to: • Each pair of matched wire shall have a minimum of ten twists after leaving the cable sheaf • All copper pairs are to be properly cleaned to remove residue o Cable shall be installed free of kinks, cuts or damages a All pairs shall be installed (landed) in a termination box in the cabinet o One end of the copper shielding cable shall be grounded 14.6 INSTALLATION The twisted pair cable shall be installed in new and existing conduit as shown on the plans. The new cable shall be terminated on existing terminal blocks located in the traffic signal controller cabinets and at the Central Library, as shown on the Plans, The new twisted pair cable will support communications with existing twisted pair cable, as shown on the Plans. Proposed and existing twisted pair cables contain 12 pairs. Contractor shall terminate the new twisted pair cable to match pairs of the existing twisted pair cable. 14.7 COMMUNICATION LINK TESTING The twisted pair cable will support Ethernet over copper communications along at the locations shown on the plans. This will require one pair of the twisted pair cable to create a daisy -chain communications link between the Ethernet switches at the project intersections. Upon installation of the new twisted pair cable at the locations as shown on the Plans, the Contractor shall test the signal strength of all twisted pair cables between the intersections listed above. Note that this requires the Contractor to test not only the new twisted pair cable installed as the locations as shown on the Plans but also to test existing twisted pair cable. This information shall be provided to the Engineer to determine the optimum pair of twisted pair cables to use between each intersection listed above for Ethernet communications. The Contractor shall provide all personnel, equipment, instrumentation, and materials necessary to perform all testing herein. o Results of test to be submitted to the City in a CD. a Submitted to both Contractor and Engineer and shall be made part of the Operations and Maintenance Manual. F:\Users\PBw\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 42 15.0 CONTROLLER CABINET ASSEMBLIES Controller Assembly Testing Solid-state traffic actuated controller units, cabinets and auxiliary equipment shall conform to the provisions in these special provisions, Section 86-3 "Controller Assemblies" of the CALTRANS Specifications, and NEMA TS2-2 standards. Cabinet Construction The following items are included in the cabinet assembly: o For 16 position main panel o Type "01, "P", and "R" aluminum cabinet powder -coated white inside and out. 0 Fully wired eight phase NEMA Type 2 main panel — Horizontal hardwired swing down load bay. 0 Type 16 Malfunction Management Units (programmed for intersection) Econolite MMU 0 16 -channel detector rack w/ BILI slot (minimum) 0 8- 2 -channel Detectors (minimum) or (16 channel max.) 0 Bus Interface Units — detector rack only 0 12/16- Load switches All auxiliary equipment to completely operate an eight -phase traffic intersection control cabinet. 15.1 GENERAL National Electrical Manufacturers Association, Traffic Control Systems, NEMA Standards Publication: TS2-Latest release. 15.2 DOCUMENTATION The City reserves the right to reject traffic signal control equipment and auxiliary equipment items in which the manufacturer of such items does not have at least nine million dollars of product liability insurance. 15.3 WARRANTY The supplier of equipment shall warranty their product to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on a wired cabinet shall be a minimum of one (1) year from date of acceptance including the Bus Interface Units and Cabinet Power Supply. Equipment such as the Controller and Malfunction Management Unit shall have a minimum of a two-year warranty. 15.4 CABINET STANDARDS 15.4.1 CABINET CONSTRUCTION A complete NEMA TS2 Type 2 Plug N Go in a Type "O", "P" or "R" aluminum cabinet as indicated on the plans shall be supplied. Cabinets shall meet, as a minimum, all applicable sections of the NEMA Standard Publication. Where differences occur, this specification shall govern. The cabinets shall meet the following criteria: o Material shall be 5052-H32 0.125 -inch thick aluminum F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLE MENTAL[-4698.doc 43 o The cabinet shall be supplied powder coated aluminum with white powder coat inside and out Federal color #17875 a The door hinge shall be of the continuous type with a stainless steel hinge pin. • The door handle shall be cast aluminum. With the provisions for padlock installation. o All seams shall be sealed with RTV sealant or equivalent material on the interior of the cabinet. All out side seams shall are to be continuous welded. • Cabinet lock shall be of the Corbin #1548-1 (#2 Key). • A roll out computer table shall be mounted under the Controller location on the First shelf. o Each cabinet shall have 3 sets of cabinet wiring diagrams. o Each cabinet shall have 2 sets of equipment manuals (Controller, MMU, etc.). 15.4.2 SHELVES Type "P" cabinets shall have two (2) substantial metal shelves extending across the back of the cabinet the cabinet shall be provided to support the controller unit, auxiliary equipment and detector rack. The lower shelf shall be easily removable without tools. Four "C" mounting Channels shall be installed on both side walls and two rear wall allowing versatile positioning of shelves and side panels. Type "0" and "R" cabinets shall have three (3) shelves 15.5 CABINET WIRING 15.5.1 EQUIPMENT ACCESSIBILITY All mounted panels and equipment shall have a minimum tool access clearance of 6". 15.5.2 VENTILATING FAN The cabinet shall be provided with a thermostatically controlled adjustable between 80-150(degrees Fahrenheit) ventilation fan and shall be installed in the top of the cabinet plenum and protected by a .5 amp fuse. 15.5.3 AIR FILTER ASSEMBLY The cabinet Air Filter shall be a one-piece removable, medium efficiency, synthetic air filter and shall be firmly secured to the air entrance of the cabinet. To provide for a positive air flow through the cabinet. (12'x 16") minimum. 15.5.4 CABINET LIGHT ASSEMBLY The cabinet shall be equipped with a florescent lighting fixture that shall be mounted on the inside top of the cabinet near the front edge. The florescent light shall be activated by an on/off switch that is turned on when the cabinet door is opened and turned off when the door is closed. 15.5.5 LIGHTENING SUPPRESSION The cabinet shall be equipped with an EDCO model SHP-300-10 surge arrester. 15.5.6 POWER PANEL The Power Panel shall house the following equipment: o A 40 -amp main breaker shall be supplied. This breaker shall supply power to the main panel, controller, MMU and cabinet power supply. o A 20 -amp auxiliary breaker shall supply power to the fan, light and GFCI outlet. o An EDCO model SHP-300-10 or equivalent surge arrester. o A 50 amp, 125 VAC radio interference line filter. o A normally -open, 60 -amp, mercury contractor a A spare 15 amp, auxiliary breaker shall be provided. F:\Users\PBW\Shared\Contracts\FY10.11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 44 15.5.7 CONVENIENCE OUTLET Three Duplex outlets shall be supplied. 1. Is for short term equipment use and shall be a 120 volt AC, 15 Amp NEMA 5-15 GFCI 2- gang duplex outlet shall be mounted in the lower right corner of the cabinet facing the inside of the cabinet door and within 6" of the front edge of the opening of the door. 2. Is for long term equipment use and shall be a 120 volt AC, 15 Amp NEMA 2- gang duplex outlet shall be mounted in the upper right corner and upper left corner of the cabinet facing the inside of the cabinet. Power shall be supplied from filtered power. 15.5.8 INSIDE AUX CONTROL PANEL SWITCHES The inside door panel shall contain three (3) switches: AUTO/FLASH, STOP TIME and CONTROLLER POWER ON/OFF. Auxiliary door panel switches shall be hard wired only. (No printed circuit boards shall be used for the door panel switches.) Controller panel shall also contain plunger style vehicle and pedestrian test switches for all phases in use (typically phase 1 to 8 & peds). 15.5.9 2 -POSITION AUTOIFLASH SWITCH In the Auto position the intersection shall operate normally. When in the Flash position, power shall be maintained to the controller and the intersection shall be placed in flash. The controller shall not be stop timed when in flash. A guard (sk3036) shall be installed to prevent the switch from being shut off accidentally. 15.5.103 -POSITION AUTolOFFION STOP TIME —SWITCH When in the Auto position the controller shall be stop timed when the police door AUTO/FLASH switch is in the flash position or MMU flash. If in the off position the switch will release all stop time from controller. In the On position the switch shall maintain a continuous stop time to the controller. 15.5.112 -POSITION CONTROLLER POWER ONIOFF— SWITCH This switch shall control the controller's AC power. A guard (sk3036) shall be installed to prevent the switch from being shutoff accidentally. 15.5.12 POLICE PANEL SWITCHES The Police Panel shall contain one (1) switch: The AUTO/FLASH. All police panel switches shall be hard wired. A switch guard shall be provided for each switch. 15.5.132 -POSITION SIGNALS ON/OFF SWITCH In the On position the field displays shall show either normal operation or flash. In the Off position, power shall be removed from signal heads in the intersection. The controller shall continue to operate. In the OFF position, the MMU shall not conflict or require reset. 15.5.142 -POSITION AUTOIFLASH SWITCH In the Auto position the intersection shall operate normally based on all other switches. In the Flash position, power shall not be removed from the controller and stop time shall be applied based on the STOP TIME switch. 15.5.15CABLES All Controller and MMU cables shall be of sufficient length to access any shelf position. All cables shall be encased in a protective sleeve along their entire free length. All cables shall be fixed to the bottom front of each shelf. Cables shall be neatly dressed and not hang down in front of other equipment. 15.5.16COLOR CODING All cabinet wiring shall be color coded as follows: F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 45 a Purple = Flash color programming o Brown = Green Signal Wiring o Yellow = Yellow signal wiring o Red = Red signal wiring o Blue = Controller wiring o Gray = DCground(return),(logic ground) o Black = AC+ o White = AC - o Green = Chassis 15.5.17MAIN-PANEL AND WIRE TERMINATIONS All wires terminated behind the main -panel and other panels shall be soldered. No pressure or solder less connectors shall be used. Printed circuit boards shall Not be used on main panels. 15.5.18 FLASHING OPERATION Cabinet shall be wired for NEMA flash. All cabinets shall be wired to flash red for all phases. Flashing display shall alternate between phases 1,4,5,8 and phases 2,3,6,7. 15.5.19 DETECTOR RACK AND INTERFACE A minimum of one vehicle loop detector rack and one detector interface panel shall be provided in each cabinet. Each rack shall support up to (16) sixteen channels of loop detection, two 2- channel of EVP devices, and one (1) BIU. 15.5.20 PREEMPTION WIRING The cabinet shall be completely wired for Rail Road or EVP preemption as needed if specified on the plans. 15.5.21 MAIN PANEL CONFIGURATION The main panel shall be fully wired in the following configuration: o The Main -Panel shall be a hardwired horizontal swing down sixteen position load socket load bay or as called for on the plan sheet, for a "P" cabinet. o Four or Six flash transfer relay sockets as required. • One flasher socket. o Wiring for one Type -16 MMU. o All connector cables shall be dressed neatly along the front edge of the cabinet shelf the equipment (controller & MMU) will be installed on. NO cables shall hang freely in the cabinet. 15.5.22FIELD TERMINAL LOCATIONS Field terminals shall be located at the bottom of the main panel and angled forward for easy viewing and wiring. Their order shall be left to right beginning with phase one and following the order of the load switches. Field terminals shall be of the barrier type. 15.6 CABINET EQUIPMENT 15.6.1 CONTROLLER UNIT Shall be an ASC/3-2100 Controller provided with NTCIP level 2 protocol, ECPIP & AB3418 basic with Ethernet communications module and data key. F:\Users\PBW\Shared\Contracts\FY30-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL c-4698.doc 46 15.6.2 DETECTORS Cabinets shall be equipped with eight (8) TS2 detectors in single detector rack cabinet and sixteen (16) in a two (2) detector rack configuration. Econolite G-68 and G-70 detectors shall be provided or approved equivalent. 15.6.3 MMU (MALFUNCTION MANAGEMENT UNIT) Cabinets shall be equipped with NEMA TS2 Type 16 Malfunction Management Unit with latest current released software. MMU jumper cards shall be programmed to each intersections requirements or standard 8 phase configuration for spare units. 15.6.4 BIU BUS INTERFACE UNIT BIU's shall meet all TS2-1992 section 8 requirements. In addition all BIU's shall provide 3 separate front panel indicators. Power, Valid Data and Transmit. 15.6.5 CABINET POWER SUPPLY The cabinet power supply shall meet the NEMA T52 specification. All power supplies shall also provide a separate front panel indicator LED for each of the four power outputs. Front panel banana jack test points for 24 VDC and logic ground shall also be provided. 15.6.6 TELEMETRY INTERFACE PANEL All cabinets shall be wired with a telemetry interface panel and telemetry connecting cable so as to work with the CENTRAX central control system. The interface panel shall also contain wiring for door open and flash alarms. 15.6.7 POWER BUS ASSEMBLY The power bus assembly shall provide filtered power for the controller, MMU, cabinet power supply and all auxiliary equipment. It shall include the SDLC Bus connecting cables wired into a surface mounted compression terminal block. It shall also include up to 6 filtered power connectors and 2 terminal strips to hardwire the power connections. 15.6.8 INTERCONNECT TERMINATION All cabinets shall be supply with interconnect termination blocks, Siemons model # S66M1-SO and sub- base. 15.6.9 LOAD SWITCH All load switches shall meet NEMA TS -2, Section 6 requirements and shall be PDC SSS -86-1/0 or City Approved Equal. All load sockets shall be equipped with a load switch. 15.6.10 FLASHER UNIT All flasher units shall meet NEMA TS -2, Section 6 requirements and shall be EDI model 810 or equivalent. 15.6.11 INTERSECTION DIAGRAM An intersection diagram, shall be made on 8 1/2" X 11" sheet of paper enclosed in plastic cover, it shall be located on the inner side of the door above the auxiliary panel. The diagram shall depict the general intersection layout, controller location, traffic signal conduit crossings, phases, overlaps, detector assignments, and north arrow. The top of the diagram will be North and the diagram shall be approved by the City representative. 15.6.12 CABINET WIRING PRINTS The cabinet wiring prints shall be arranged in a simplistic way in terms of reading prints on three pages. F:\Users\PBW\Shared\Contracts\FY30.11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 47 15.6.13 TESTING FACILITY The testing facility shall have up to fourteen days to test the controller assembly. Cabinet loaded shall be tested under full load for 14 days straight without any problems. The testing facility shall be selected by the City Engineer. 15.6.14 EQUIPMENT TURN ON REQUIREMENTS An Econolite representative and a signal technician from the city shall be present at the time of the controller assembly turn on. The representative shall be fully qualified to work on the controller assembly equipment. The City shall be notified at least 7 working days prior to intersection turn -on. F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 48 16.0 STANDARDS, STEEL PEDESTALS, AND POSTS 16.1 GENERAL Contractor shall furnish all hardware to meet the state specifications for all new and relocated equipment as shown on the plans. The hardware shall be hot -dip galvanized or stainless steel as detailed. 16.2 FOUNDATIONS Portland Cement Concrete (PCC) shall be Class 560-C-3250 concrete prepared in accordance with the 2003 Standard Specifications for Public Works Construction. Portland cement used shall be Type V. Placement of concrete shall conform to the provisions in Section 51, "Concrete Structures" of the State Standard Specifications. Non -conflicting foundations to be abandoned shall be removed to a depth not less than 36 inches (3 feet) below the surface of the sidewalk or unfinished ground. All conflicting foundations shall be removed completely. Foundation concrete shall be vibrated to eliminate air pockets. The Contractor shall define exact location of all utilities in the vicinity of the new foundations, by hand digging if necessary. After all utilities are established, Contractor shall contact the Engineer for authorization of specific foundation location. Foundations shall be hand -dug until clear of obstructions. 16.3 PAINT AND POWDER COATING If shown on plans, Standards, Steel Pedestals, and Posts shall have a finished color coating per Section 24.0 of the Special Provision Supplemental. F:\Users\PBW\Shared\Contracts\FV30-11\Traffic Signal Phase 5 C-4698\SPECS. SUPPLEMENTAL C-4698.doc 49 SERVICE ENCLOSURES 16.4 GENERAL Electrical service shall be modified Type II or Type III -BF, unless otherwise shown on the plans, and furnished by the Contractor. It shall be equipped with five (5) circuit breakers (50 amp main, 15 amp ISNS (illuminated street name sign), 30 -amp lighting, and 15 amp spare, and 50 -amp signal) and test blocks inside cabinet. For Type II Enclosures refer to State Standard Plans ES -213 and City Standard 910-L (P and R cabinets) and for Type III -BF Enclosures refer to State Standard Plan ES -2E for further details. If service equipment cabinet design deviates in any way from the details shown on the plans, details of such deviation shall be submitted to the Engineer for review before fabrication of the contract cabinet. If deemed necessary by the Engineer, one complete prototype cabinet shall be delivered to the Engineer for review at least 30 days before fabrication of the contract fixtures. The prototype cabinet will be returned to the Contractor and, if permitted by the Engineer, the cabinet may be installed in the work. It shall be the contractors responsibility to verify the location of service to make arrangements for necessary connection for the traffic signal and lighting system. If an alternate service location is necessary due to a utility conflict or Edison requirement. The alternate location shall be approved by the Engineer. The Contractor shall contact Edison within three days of receiving the Notice to Proceed. Contractor is responsible to determine and verify the exact location of electrical service. Failure to comply shall be a basis for rejecting requests for additional working days based upon utility company delays. F:\Users\PBW\Shared\Contracts\FY30-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 50 17.0 SIGNAL FACES 17.1 VEHICLE SIGNAL FACES Installed vehicle indications/heads shall be furnished new, including mounting framework and hardware. New vehicle indications shall be nominal 12 -inch diameter (300 mm), furnished with Light Emitting Diode (LED) indications, visors, and back plates. All new TV -1-T indications shall be furnished with bronze terminal compartments. Vehicle heads shall be furnished new by the Contractor with the LED units installed. Where vehicle indications are to be powder coated, new vehicle heads, visors, and back plates shall be metal. Otherwise, new vehicle heads, visors, and back plates shall be polycarbonate. Top openings of vehicle indications shall be sealed with neoprene gaskets. If shown on the plans, the Contractor shall furnish and install Lingo Industrial Electric Madel LESViT (or Agency -approved equal) terminal compartments. 17.2 PEDESTRIAN SIGNAL FACES Installed pedestrian indications/assemblies shall be furnished new, including mounting framework and hardware. Where pedestrian signal faces are to be powder coated, new pedestrian housings shall be metal. Otherwise, new pedestrian assemblies shall have structural polycarbonate. Type A indications with Stainless steel hardware and shall be furnished with bronze terminal compartments. 17.3 LIGHT EMITTING DIODE (LED) MODULES All Vehicle indications shall be 12 inch LED and shall be Gelcore or Dialight brand (or Agency approved equal). All Pedestrian indications shall be Countdown LED and shall be Gelcore or Dialight brand (or Agency approved equal). 17.4 PAINT AND POWDER COATING If shown on plans, Vehicle and Pedestrian faces and equipment shall have a finished color coating per Section 24.0 of the Special Provision Supplemental. F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 51 18.0 VEHICLE DETECTORS 18.1 INDUCTIVE LOOP DETECTORS The number of sensor units and lead-in cables required to achieve the specified detection shall be installed. Lead loops shall be per City of Los Angeles Standard PIanS-70.1D (Exhibit A), and placed immediately behind the limit line/crosswalk. Remaining presence loops shall be Type E, spaced 10 feet apart and installed per Caltrans Standard Plans ES -5A and ES -5B. Loop wire shall be Type 2. Loop detector lead-in cable (DLC) shall be Type B. Loop sealant shall be Hot -Melt Rubberized Asphalt Sealant All installed loop detectors shall be completely functional to the satisfaction of the Engineer prior to the turn -on of the modified traffic signal. F:\Users\PBW\Shared\Contracts\FY10-11\Traffic signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 52 19.0 PUSH BUTTON ASSEMBLIES 19.1 PEDESTRIAN PUSH BUTTON ASSEMBLIES Installed pedestrian and bicycle push buttons/assemblies shall be furnished new, including mounting hardware. Pedestrian push button signs, for push button assemblies to be installed on pedestrian push button posts shall be 5" x 7-1/2". All other pedestrian push button signs shall be 9" x 12" and shall not extend beyond the mounting framework. Pedestrian push button assemblies shall comply with ADA requirements (Federal Register/Vol. 59, No. 117, Section 14.2.5). 19.2 BICYCLE PUSH BUTTON ASSEMBLIES Installation of push button assemblies for bicycle use shall be in accordance with City Standard Plans STD -913-L and STD -914-L and shall be 5" x 7-1/2". 19.3 PAINT AND POWDER COATING If shown on plans, Pedestrian and Bicycle push button assemblies shall have a finished coating per Section 24.0 of the Special Provision Supplemental. F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 53 20.0 LIGHTING 20.1 HIGH PRESSURE SODIUM LUMINAIRES Luminaires shall be the full -cutoff type. Glare shields are not required. Each luminaire shall be die-cast aluminum, (86-6.07A) with integral regulator ballast and Type IV photoelectric control for use in multiple 120V circuit. The optical assembly shall provide true 90 -degree cutoff and shielding (without external glare shield) and shall consist of a glass or glass -coated gasket reflector; a heat and impact resistant flat glass lens; and porcelain -enclosed mogul multiple screw shell socket with lamp grips. The optical assembly shall contain activated charcoal filter, which prevents particulate and gaseous contamination. All luminaires shall be General Electric M -250A2 series 250W OR 20OW (see plans) HPS with light distribution M -C-3, approved equal, or as shown on the approved plans. 20.2 HIGH PRESSURE SODIUM LAMP BALLASTS The twelfth paragraph in Section 86-6.01A, "High Pressure Sodium Lamp Ballasts", of the Standard Specifications is amended to read: "Ballasts for luminaires to be mounted on most arms, brackets, or lowering assemblies shall be the regulator type and shall be located within the luminaire housing. The ballast for each horizontally mounted luminaire shall consist of components mounted on a down -opening door. The door shall be hinged and secured to the luminaire housing separately from the refractor or flat lens frame. The door shall be easily removable and replaceable. The door shall be secured to the housing in a manner to prevent its accidental opening when the refractor or flat -lens frame is opened." 20.3 LAG-TYPE REGULATOR BALLASTS Each lag-type regulator ballasts shall have the primary and secondary windings electrically isolated and, when operated with the appropriate lamp shall have the following characteristics and shall maintain the following lamp operations: 1. The power factor shall be not less than 90 percent throughout the life of the lamp at nominal line voltage with the nominally rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 18 percent, 10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballasts design center shall not vary more than 7-1/2 percent from rated lamp watts. 4. The ballasts shall be designed so that a capacitance variance of 6 percent will not cause more than a 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of 10 percent at any lamp voltage from initial thorough life. 20.4 LEAD TYPE REGULATOR BALLASTS Each lead type regulator ballast (CWA-constant wattage autoregulator) shall, when operated with the appropriate lamp, have the following characteristics and shall maintain the following lamp operation: F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 54 1. The power factor shall be not less than 90 percent when the ballast is operated at nominal line voltage with a nominally -rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 30 percent for 10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballast design center shall not vary by more than 7-1/2 percent from rated lamp watts. 4. The ballast shall be designed so that a capacitance variation of 6 percent will not cause more than an 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of 10 percent at any lamp voltage from initial through life." 20.5 PHOTOELECTRIC CONTROLS Type IV photoelectric (shorting caps) controls shall be provided on each luminaire. 20.6 INTERNALLY ILLUMINATED STREET NAME SIGNS All street name signs shall be furnished and replaced new, including mounting brackets and hardware. Internally illuminated street name signs shall conform to Section 86-6.065 of the State Standard Specifications, Type A signs with Type IV photoelectric controls shall be installed where shown on the plans. The contractor shall provide shop drawings of all of the required sign legends for review by the Engineer. Sign legends shall be white on a green background. 20.7 PAINT AND POWDER COATING If shown on plans, Internally Illuminated Street Names Sign Housings shall have a finished coating per Section 24.0 of the Special Provision Supplemental. F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 55 21.0 OPTICOM PRIORITY CONTROL SYSTEM Emergency Vehicle Pre-empt (EVP) systems are to be furnished new and installed by the Contractor per the plans. The Contractor shall arrange for a representative of the manufacturer to test the operation of the systems after installation. On new cabinet installations, the Model 764 phase selector units shall be installed in the vehicle detection rack by the cabinet manufacturer. For modifications of existing cabinets, the phase selector units shall be installed in a new Model 760 rack or if vehicle detector rack is not available/full. The EVP system shall consist of the following components: • Model 764 phase selector units, • Model 760 rack (if required), • Model 722 Optical Detector Units • Model 138 Optical Detector Cable Contractor shall coordinate with the Manufacturer to have a technician onsite the date of the signal turn -on. F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 56 22.0 BATTERY BACKUP SYSTEM The Contractor shall furnish and install a 24 volt Dimensions Battery Backup System (BBS) for use with a Nema system (shelf -mount) as detailed on plans. The Contractor shall furnish new and install all necessary cables, wiring harness, and all other equipment and incidentals, including batteries, to connect the UPS to the traffic signal controller cabinet wiring harness to provide the intended operation. The Dimension BBS shall consist of but not be limited to: 0 Inverter/Charger (with RS232 port): 24M11-WBE 0 Combined Manual Bypass Switch — 511020-2 (closed back) 0 12 VDC, 79 AH Group 24 AGM batteries (four per system) — 390003 0 All necessary hardware and interconnect wiring 0 Shelf mount brackets #141418 (left and right) The BBS shall be installed per the manufacturer's guidelines. The Contractor shall at his own expense, arrange to have a technician, qualified to work on the BBS assembly and employed by the BBS assembly manufacturer, or his representative, present at the time the equipment is turned on. The Engineer shall be notified at least two working days prior to the beginning of the functional test period. 22.1 BATTERY BACKUP CABINET Where BBS system is to be installed on a Type "D" or "P", a separate battery cabinet shall be furnished and installed to house the batteries and inverter. The battery cabinet shall be P/N FCU104664 or approved equal, made of Aluminum alloy, and of a size and details as shown on EXHIBIT B. The battery cabinets for NEMA controller cabinets shall be finished in white to match the signal cabinet. The battery cabinet shall be mounted to the side of the signal cabinet at a minimum height of 30" above the foundation. F:\Users\PBW\Shared\Contracts\FYSO-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 57 23.0 PAINT AND POWDER COATING All new traffic signal equipment to be installed in the Newport Center Area and/or as shown on the plans, including controller cabinet and service, poles, mast arms, vehicle heads (except inside visors and faces of back plates), pedestrian heads (except screens), push buttons assemblies, framework, terminal blocks, and signal mounting assemblies, etc. shall be coated Valmont Frost White, No. 652 (or equal) in accordance with the following requirements: Traffic signal poles and mast arms shall be coated as detailed bellow: o Galvanize: The product shall be galvanized in accordance with ASTM 123; o Surface Preparation: Brush blast exterior surface to SSP7 specifications; a Application Instructions: The product shall be painted prior to delivery to the job site. Apply in conformance to the manufacturer's instructions. The total application shall be 10 to 16 mils D.F.T. consisting of 5-8 mils of epoxy primer and 5-8 mils of gloss urethane color top coat. a Touch Up: The manufacturer shall provide extra coating for field touch up due to transportation and handling. Other items to be coated shall be properly pretreated with environmentally safe, ultraviolet resistant, polyester powder coating, which shall be applied electro statically at 90 K.V. and baked for 20 minutes at 375 degrees F, per ASTM D-3359, ASTM D-3363 and ASTM D-522. Traffic signal control cabinet shall be coated as detailed in the Spec Supplemental. The service cabinet shall be coated to match the control cabinet. F:\Users\PBW\Shared\Contracts\FY10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 58 24.0 SIGNS 24.1 GENERAL Sign shall be standard size per the California MUTCD unless otherwise shown. Retroreflective sheeting shall be, Type 4 or greater. Sign shall be made of aluminum (.08 inch thickness). New Sign Posts shall be 14 gauge 2 inch square (OD) unistrut installed into a 12 gauge 2 X inch unistrut (OD) base. Unistrut base shall be installed at a depth of 18 inches in concrete and 30 inches in dirt. Contractor shall USA location prior to installing sign. Sign mounting hardware and brackets shall be stainless steel. Anti -seize lubricant shall be applied to mounting hardware prior to installation. Signs shall be installed at a clear height of seven feet unless otherwise shown on plans. Location of signs shown on plans is approximate and shall be approved by the City prior to installation. F:\Users\PBW\Shared\Contracts\FV10-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 59 APPEDNIX A F:\Users\PBW\Shared\Contracts\FY70-11\Traffic Signal Phase 5 C-4698\SPECS SUPPLEMENTAL C-4698.doc 60 LOOP - 1 TWISTED CLOCKWISE — (AT LEAST 2 TURN PER FT.) INTO A PAR LOOP - 1 LOOP - 2 3' 3' 3' To CURB FACE PULLBOX D I— D — T1'/ISTED CLOCKWISE (AT LEAST 2 TURN PER Fr.) INTO A PAR TO PULLBOX 1234 WINDING DETAIL NOT TO SCALE LOOP - 2 LOOP - 1 LOOP - 2 I I a' -o' MAX, DIRECTION OF3'-0' IAAX. TRAFFIC FLOW PULLBOX CASE I CASE II (BICYCLE ONLY) (BICYCLE & VEHICLE) 1! \ O O O O O O 8 WIRES — 0 O 00 O MAX. PER 1/2" SAWCUT O 00 O O -4 1/2' I-.- -"-I 3/8"I�- 1/2" MAX SECT. A -A SECT. B -B SECT. C -C SECT. D -D DEPTH OF SLOT NOT TO EXCEED DEPTH OF PAVEMENT NOTES: 1. INSTALL FOUR (4) COMPLETE ALTERNATING TURNS OF LOOP CONDUCTORS, UNLESS OTHERWISE SPECIFIED. 2. FOR STUB -OUT AND CONDUIT DETAILS .REFER TO PACE (2) OF S -70.1A 3. SEE LADOT MATERIAL SPECIFICATION NO. 92-081-05 OR LATEST REVISION. 4. USE CASE 1 LOOPS FOR BIKE LANE INSTALLATIONS. USE CASE II LOOPS WHEN VEHICULAR LOOPS ARE INTENDED TO DETECT BICYCLES. 5. AN OCTAGONAL SHAPED LOOP OR OTHER NON-ROUND SHAPED LOOP MAY BE USED INSTEAD OF THE ROUND -LOOP WITH PRIOR LADOT APPROVAL. 6. SAME WINDING PATTERN TO BE USED IN BOTH LOOPS WITH (1) PAIR FROM EACH LOOP LEADING TO THE PULLBOX. 7. LOOPS INSTALLED IN BIKE LANES WITH PARKING SHALL BE PLACED WITH THE NEAR EDGE OF THE LOOP (1) -FOOT TO THE RIGHT OF THE BIKE LANE DELINEATION LINE, UNLESS OTHERWISE NOTED BY LADOT. 8. LOOPS INSTALLED IN BIKE LANES ADJACENT TO THE ROADSIDE WITHOUT PARKING SHALL BE CENTERED IN THE BIKE LANE, OR BETWEEN THE GUTTER AND THE BIKE LANE DELINEATION LINE, UNLESS OTHERWISE NOTED BY LADOT. 9. ANY LADOT APPROVED NON-ROUND SHAPED LOOPS MUST CONFORM TO ALL OTHER SPECIFICATIONS SHOWN ON THIS STANDARD DRAWING. DWN MT 102-15-051 Title cKD BICYCLE DETECTOR T. E. Sr. T. E. CITY OF LOS ANGELES Pr. T. E. TLJ 02-25-o5 DEPARTMENT OF TRANSPORTATION Approved March 3, 2005 Drawing No. S-70.1 D for Wavae K. Tondo. General Manaaer 56 &k,4Iglu r - TOP VIEW FRONT VIEW 3 S. JS Ls.da 1 aPdNAK 31i 1 zaw v.w FRONT VIEW COVER OPEN SIDE VIEW SECTION A—A Feature.: Door & lock—door ore name type 3r construction with neoprene gasket, min tight. continuous piano' hinge .075 thk. olum. with stoinles5 steel pin, secured by 1/4-20 s/s carriage baits. Standard equ;pment includes o three point locking system. which secured door at top, bottom and canter with a #2 Corbin lock, door rods are 1/4 x 3/4 aluminum bar with 1" nylon rollers, main door handle is steel brush zinc plated. Equipment Shelves: Three removable full width shelves ora furnished with each Cabinet, shelf is 11.50" daep. ventilation: A vent pattern is provided on the under side of the cover overhang, louvered slots are formed on the lower port of door. This creates a natural of air and has a cooling effect on electrical equipments. And if specifications Coll for exhaust tan, provision are made to accomodate. the intake and exhaust is rain ligth and will not drain water into cabinet. Material(.): Aluninum .125 thk. 5052-1,32 Finish: Aluminum mill finish, paint is optional. Standard Hardware: All exter;or hardware ora stainless steel. Hardware kit: Bolt togehtar kit included as follow (6) 1/2-13 x 1 1/4" s/s bolt. (6) 1/2 s/s kept nut. (6) 1/2 x 1 1/2" s/s washer. FOR MORE DETIAL, REQUEST SPECIFICATION DRAWINO(sl NOT TO SCALE City of Newport Beach Avocado Avenue - San Miguel Drive Signal Head Replacement Pole Data Signal Mounting Existing Existing Vehicle Mast Arm Notes Pole Quadrant Pole Type SV -1-T: (1) 3 -Section Head for Phase 4 SBT SW 19-2-70 SV -1-T 2 -MAS Mast Arm: (1) 3 -Section Head for Phase 4 SBT; (1) 3 -Section Head for Phase 7 SBL SV -1-T: (1) 3 -Section Head for Phase 6 WBT NW 26-4-100 SV -1-T 2 -MAS Mast Arm: (1) 3 -Section Head for Phase 6 WET; (1) 3 -Section Head for Phase 1 WBL NW IA TV -1-T ----- TV -1-T: (1) 3 -Section Head for Phase 3 NBL SV -1-T: (1) 5 -Section Head for Phase 8 NBT & Overlap NBR NE 24-4-70 SV -1-T 2 -MAS Mast Arm: (1) 3 -Section Head for Phase 8 NBT; (1) 3 -Section Head for Phase 3 NBL NE 15 SV -1-T ----- SV -1-T: (1) 3 -Section Head for Phase 5 EBL TV -2-T: (1) 5 -Section Head for Phase 8 NBT & Overlap NBR; SE 1A TV -2-T (1) 3 -Section Head for Phase 7 SBL Note: Signal heads, framework, and mounting equipment shall be furnished with white powder coating finish per Special Provision Supplemental. Exhibit C Client#: 14677 SELEELEC ACORD-CERTIMCATE OF LIABILITY INSURANCE DATE ,YYYY> AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I LTR 6/23/2011 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Edgewood Partners Insurance Center LIC #0629370 949.417-9175 Suzan ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 19000 Mac Arthur Blvd., PH Floor A Irvine, CA 92612 INSURERS AFFORDING COVERAGE NAIC # INSURED Select Electric, Inc. PO Box 1457 Spring Valley, CA 91979 INSURER A: National Union Fire of PA INSURER a: Hanover Insurance Company X COMMERCIAL GENERAL LIABILITY I: RER C INSUPERNSU D: DAMAGE TO RENTED INSURER E: CLAIM$ MADE OCCUR COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWjOR ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSMAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES. DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIOPOLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I LTR 0 NSP TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DAT MMIDDIYY POLICY EXPIRATION DATE MMIODNY LIMITS A GENERAL LIABILITY GL4581632 10/31/10 10/31/11 EACH OCCURRENCE X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED CLAIM$ MADE OCCUR MEO EXP (Any one person) PERSONAL 8 ADV INJURY $1,000,000 x BFPD/XCU X Contractual Liab GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $2000000 POLICY X PR� LOC SIR $50,000 A AUTOMOBILE LIABILITY CA8263707 10/31/10 10/31/11 COMBINED SINGLE LIMIT (Eaa.dden0 51,000,000 X ANY AUTO BODILY INJURY ALL OWNED AUTOS SCHEDULED AUTOS (Per Person) $ BODILY INJURY $ X HIRED AUTOS X NON -OWNED AUTOS (Per acdd.ru) x Drive other Car PROPERTYAGE $ x Com /Coll Ded. $1,000 (2005 & newer (Par acclaenident) p GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO AUTO ONLY: AGG $ A EXCESSIUMBRELLA LIABILITY BE86308462 10/31/10 10131/11 EACH OCCURRENCE $10,000,000 _X1 OCCUR 71CLAIMS MADE AGGREGATE $10,000,000 $ $ DEDUCTIBLE $ X RETENTION $10,000 A WORKERS COMPENSATION AND WC20635019 10/31/10 10/31/11 TATU-'.]___10_TH., W0CR1SJR X I TLIMITS ER EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $1 OOO OOO ANY PROPRIETORIPARTNER/EXECUTIVE E.L. DISEASE - EA EMPLOYEE S1,000,000 OFFICER/MEMBER EXCLUDED? II es, dmenbe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 B OTHER Prop/ IM RHF8919829 10/31/10 10/31/11 $6,459,325 Blanket Inc. Scheduled Unscheduled, New $250,000 per item/piece E ui ment Leased or I Rented $250,000 per item/piece DESCRIPTION OF OPERATIONS/ LOCATIONS I VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Re: SEI Job #2757, Subcontract #4698, Traffic Signal Modernization Project - Phase 5, City of Newport Beach. City of Newport Beach, its elected or appointed officers, agents, officials, employees, and volunteers are included as an additional insured on the General Liability and Excess Liability policies per the attached endorsement(s). General Liability and Excess Liability policies are primary and non-contributory per the (See Attached Descriptions) City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL X009 r&RIR MAIL 'In_ DAYS WRITTEN CERTIFICATE HOLDER NAMED TO THE LEFT,"(xXIXXTAX'Vxx Qp($tM REPRESENTATIVE ACORD 25 (2001108) 1 Of 3 #S138403/M117662 PAT2 0 ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). II SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 111:-114". IM40 The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (2001/08) 2 of 3 #S138403/M117662 DESCRIPTIONS (Continued from Page 1) attached endorsement(s). Waivers of Subrogation apply to General Liability, Automobile Liability, Excess Liability and Workers Compensation policies per the attached endorsement(s). AMS 253 (2001/08) 3 of 3 #5138403/M117662 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY GL4581632 CG 2010 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR C610en, 'ZIM11I1[flil This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organ izations : Location(s) Of Covered Operations City of Newport Beach, its elected or appointed Re: SEI Job #2757, Subcontract #4698, officers, agents, officials, employees, and volunteers Traffic Signal Modernization Project - Phase 5, City of Newport Beach. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II —Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to 'bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 07 04 © ISO Properties, Inc., 2004 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY GL4581632 CG 20 37 07 04 ®_ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations City of Newport Beach, its elected or appointed Re: SEI Job #2757, Subcontract #4696, Traffic officers, agents, officials, employees, and Signal Modernization Project - Phase 5, City of volunteers Newport Beach. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". CG 20 37 07 04 © ISO Properties, Inc., 2004 THE ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement, effective 12:01 A.M., Oct. 31, 2010 forms part of Policy No. GL4581632 issued to Select Electric, Inc. by National Union Fire of PA PRIMARY COVERAGE FOR SPECIFIED PERSONS OR ORGANIZATIONS NAMED AS ADDITIONALS — ONGOING AND COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Form Person or Organization City of Newport Beach, its elected or appointed Re: SEI Job #2757, Subcontract #4698, Traffic officers, agents, officials, employees, and Signal Modernization Project - Phase 5, City of volunteers Newport Beach. The following paragraph is added to SECTION R — WHO IS AN INSURED and applies only to persons or organizations we have added to your policy as additional insureds by endorsement to comply with insurance requirements of written contracts relative to: a) the performance of your ongoing operations for the additional insureds; b) "your work' performed for the additional insureds and includedin the "products - completed operations hazard: The insurance is primary over any similar insurance available to any person or organization we have added to this policy as an additional insured. However, this insurance is primary over any other similar insurance only if the additional insured is designated as a named insured in the Declarations of the other similar insurance. We will not require contribution of limits from the other similar insurance if the insurance afforded by this endorsement is primary. This insurance is excess over any other valid and collectible insurance, whether primary, excess, contingent or any other basis, if it is not primary as defined in the paragraph above. All other terms and conditions of the policy are the same. Ange& CRa66itt Authorized Representative 90533 (3/06) Policy # GLA581632 _ COMMERCIAL GENERAL LIABILITY CG 24 04 10 93 ®_ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Newport Beach, its elected or appointed Re: SEI Job #2757, Subcontract #4696, Traffic officers, agents, officials, employees, and Signal Modernization Project - Phase 5, City of volunteers Newport Beach. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement. ) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV — COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work' done under a contract with that person or organization and included in the "products -completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 10 93 © Insurance Services Office, Inc., 1992 Policy: CA8263707 Commercial Auto Insured's Name: Select Electric, Inc. THIS ENDORSEMENT CHANGES THE POLICY, PLEASE REEAD IT CAREFULLY ADDITIONAL INSURED — DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SCHEDULE Person or Organization City of Newport Beach, its elected or appointed Re: SEI Job #2757, Subcontract #4698, officers, agents, officials, employees, and Traffic Signal Modernization Project - Phase volunteers 5, City of Newport Beach. We waive any right of recovery we may have against the person or organization shown in the Schedule because of payment we make for injury or damage arising out of "your work" done under a contract with that person or organization. The waiver applies only to the persons or organization shown in the Schedule. WHO IS AN INSURED (section 11) is amended to include as an insured person or organization shown in the Schedule but only with respect to liability arising out of the ownership, maintenance, or use of a covered "auto". POLICY NUMBER: BE86308462 EXCESS LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: EXCESS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organ izations : Locations Of Covered Operations City of Newport Beach, its elected or appointed Re: SEI Job #2757, Subcontract #4698, officers, agents, officials, employees, and Traffic Signal Modernization Project - volunteers Phase 5, City of Newport Beach. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. WHO IS AN INSURED (Section II) is amended to include as an insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. PRIAMRY CLAUSE ENDORSEMENT: It is further agreed that such insurance as is afforded by this policy for the benefit of the Additional Insured shown shall be primary insurance, but only as respects to any claim, loss or liability arising out the operations of the Named Insured and any other insurance maintained by said Additional Insured shall be non-contributing. WAIVER OF SUBROGATION APPLIES Workers Compensation and Employers Liability Insurance Policy Policy Number: WC20635019 Policy Period: 10/31/10 to 10/31/11 ®_ Insured: Select Electric, Inc. The information above is required only when this endorsement is issued subsequently to preparation of the policy. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2 % of the total estimated workers' compensation premium for this policy. Schedule Person or Organization City of Newport Beach, its elected or appointed Re: SEI Job #2757, Subcontract #4698, officers, agents, officials, employees, and Traffic Signal Modernization Project - Phase volunteers 5, City of Newport Beach. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. Producer: Edgewood Partners Insurance Center WC040361 (Ed. 11-90) CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 6/28/2011 Dept./Contact Received From: Shauna Oyler Date Completed: 6/28/2011 Sent to: Joel By: Joel Company/Person required to have certificate: Sclect Electric, Inc. 1. GENERAL LIABILITY A. INSURANCE COMPANY: National Union Fire B. AM BEST RATING (A-: VII or greater): A, XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? Yes r No D. LIMITS (Must be $1M or greater): What is limit provided? $1,000,000 E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does not apply to Waste Haulers) Yes No F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? Yes 0 No G. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? Yes F_X] No 0 H. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence' wording? Yes No �X I. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. Will Mail IL AUTOMOBILE LIABILITY A. INSURANCE COMPANY: National Union Fire B. AM BEST RATING (A-: VII or greater) A+: XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? Yes OX No D. LIMITS (Must be $1M min. BI & PO and $500,000 UM. $2M min for Waste Haulers): What are the limits provided? 51.000.000 E. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): Is it included? N/A Yes _ No _ F. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. Will Nilil III. WORKERS' COMPENSATION A. INSURANCE COMPANY: National Union Fire Ins. Co. B. AM BEST RATING (A-: VII or greater): A+: XV C. LIMITS: Statutory X D. WAIVER OF SUBROGATION (To include): Is it included? Yes OX No HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? NOTES: Approved: Agent of Alliant Insurance Services Broker of record for the City of Newport Beach July I, 2011 = Requires approval/exception/waiver by Risk Management Comments: Approved: Risk Management Date * Subject to the terms of the contract. Date Yes FX No ❑ B&B initials I[i3 CITY OF NEWP City Counc Agenda Item No. 13 June 14, 2011 HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Stephen G. Badum, Public Works Director 949-644-3311, sbadum@newportbeachca.gov PREPARED BY: Brad Sommers, Senior Civil Engineer APPROVED:_ g ,, N TITLE: TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 5 - AWARD OF CONTRACT NO. 4698 ABSTRACT: Phase 5 of the Traffic Signal Modernization Project is the fourth separate construction project of the multi -phased modernization of the traffic signal system. Staff advertised and has now received bids for construction of Phase 5 and is requesting City Council approval to award the contract to Select Electric, Inc. RECOMMENDATIONS: 1. Approve the project drawings and specifications. 2. Award Contract No. 4698 to Select Electric, Inc. for the total bid price of $508,372.50, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $51,000.50 (10%) to cover the cost of unforeseen work. FUNDING REQUIREMENTS: The current adopted CIP budget includes sufficient funding for the award of this contract. The following Transportation/Circulation and Gas Tax funds will be expensed: TRAFFIC SIGNAL MODERNIZATION PROJECT -PHASE 5 -AWARD OF CONTRACT NO. 4698 Page 2 Account Descr ption Account Number Amount TS Modernization - Phase 5 7261-C3002009 $516,000.00 TS Rehabilitation 7181-C3001007 $ 43,373.00 Total $559,373.00 Proposed uses are as follows: Vendor Select Electric, Inc. Select Electric, Inc. DISCUSSION: Purpose Construction $ Construction Contingency $ Total: $ Amount 508,372.50 51,000.50 559,373.00 At 10 a.m. on May 25, 2011 the City Clerk opened and read the following bids for this project: BIDDER Low Select Electric, Inc. 2 Steiny and Company, Inc. 3 C.T.&F., Inc. 4 PTM General Engineering 5 VT Electric, Inc. TOTAL BID AMOUNT $508,372.50 $561,690.00 $572,072.25- $614,015.00 $672,552.90 *Corrected Bid Amount The low total bid amount is one percent below the Engineer's Estimate of $513,196.00. The difference in the Engineer's Estimate and the low total bid is due to a decrease in the cost of construction over -the last few years. The low bidder, Select Electric, Inc. possesses a California State Contractors License Classification C-10 as required by the project specifications. A check of the contractor's references indicates they have satisfactorily completed similar projects for other municipalities. Construction of Phase 5 (Newport Center) of the Traffic Signal Modernization Project includes installation of Ethernet communication equipment, 3 CCTV cameras, and new traffic signal control equipment at 10 existing signalized intersections within the Newport Center area. The attached exhibit shows the Phase 5 project corridors as well as the project corridors for the completed phases (1, 2, 3, 4 and 7), and planned phases. TRAFFIC SIGNAL MODERNIZATION PROJECT- PHASE 5 -AWARD OF CONTRACT NO. 4698 Page 3 In addition to modernization of existing traffic signals within the Newport Center area, new traffic signals will be installed at the Newport Center Drive/Center Drive and Newport Center Drive/Anacapa Drive intersections. Staff has also identified the Jamboree Road/San Joaquin Hills Road and Newport Center Drive/San Miguel intersections to be rehabilitated. Rehabilitation includes equipment that is outside the scope of the Modernization Project, but is essential to the operation of the traffic signals. The Phase 5 field equipment will connect to the City's Ethernet system through existing equipment installed at the Central Library. Additionally, the system has been designed to integrate into the existing Traffic Management Center completed through the first phase of the Modernization Project. Pursuant to the Contract Specifications, the contractor will have 120 consecutive working days to complete the work. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15301 (for repair, maintenance and minor alteration of existing public facilities with negligible expansion) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). Submitted by: Attachment: A. Traffic Signal Modernization Phasing Exhibit o� 4� V[I CITIES //q 1'A0.�ry. GF.Nt:RAL S 9 SL11 V[CE HOSPIL�1 COI d r'nq. 0 TRAFFIC SIGNAL MODERNIZATION CITY OF NEWPORT BEACH LEGEND — PHASES I-<&] COMPLETED TIP SIGNAISj — PHASE 5 PLANNED CONSI RUCTION 60611 (12 SIGNALS) PHASE 6 FUTURE(H I SIGNAIA) PHASE 6 FUTURE U I SIGNALS) N PHASES I-6& 7 CCTV CAMERAS COMPLETED (Z2 CAMERAS) N PHASE 5 CCTV CAMERAS O CAMERAS) 1a PHASE 6 FUTURE CCTV CAMERAS (4 CAMERAS) N PHASE E FUTURE CCTV CAMERAS CAMERAS) COMMUNICATIUNHUR N RIDGEPARKRD