Loading...
HomeMy WebLinkAboutC-3827 - 2005-2006 Traffic Signal Upgrades0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC April 22, 2009 Freeway Electric 11080 Kay Jay Street Riverside, CA 92503 Subject: Traffic Signal Upgrades for FY 05-06 (C -3827) To Whom It May Concern: On April 22, 2008, the City Council of Newport Beach accepted the work of 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 Labor & Materials Bond was released on June 3, 2008. The Surety for the contract is Developers Surety and Indemnity Company, and the bond number is 725539P. Enclosed is the Faithful Performance Bond. SincereI , 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 ! ! CITY OF NEWPORT-BFAr;k— .. ._.. PUBLIC WORKS DEPARTMENT 05-06 TRAFFIC § IGNAL UPORMES CONTRACT NO. 3827 t3013I) Nu 726539P -- FAITHFUL PERFORMANCE_ N?- PREMIUM: $16,425.00 - BASED ON FINAL The premium charges on this Bond is $ CONTRACT PRIcE being at the rate of $ 37.50 thousand of the Goatravt prime _..:.__. _..__. WHEREAS, the Gty Council of -the illy of me ­,_r! Qaanh adapted, awarded to FREEWAY SLECTRIC, hereinafter designated as the "Principal', a contract for construction of 05-08 TRAFFIC SIGNAL UPGRADES, Contract No. 3827 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained In the Pubic 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. 3827 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and DEVELOPERS SURETY AND INDEMNITY COMPANY duly authorized to transact business under the taws of the State of CaCrfr7mia asZuretq (ionic. ins$ e5-_' ti[etY�i,.al'l3heldwudd.,0 4 °..ivS►uad,,mtn.ilto.Cify. .iYewpnrt -, -- . Beach, In the sum of Four Hundred Thirty -Eight Thousand and 001100 Dollars ($438,000.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid tot i4v Ciiy of Newpori-Besoh.- Its-successors - and - mignsffor 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 13 SUCH, that If the Principal, or the Principal's heirs, etrocutors: edmklictrstorsr•s : r: sors, or assigns, fall to-aNde -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; cr a Its officers, employees and _._ ... _. _... amount agents, as therein eama -In an otipvleted ftwhpe _ -n.d° ; ra.h � c� if � .tu..twh� tu Ry i,r�..Mf+ o r�+r.v�, •0 ra ; -.- . ................... ........ ....... y....,... become null aad >.-Ad.- - 28 0 0 As a part of the obllgatton secured hereby, and In addition to tha fate ai.1a_: ttsoaUM-ed i:: this Performance Bond, there shalt be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City. only In the.eyent requlred to bring an action in law or equity against Surety 40cnf0m the- ON19010ne of this Bond. _. Surety, for value received, stipulates and agrees that no change, extension of time, altorattons or additions to Ube terms of the Contract or to the work to be performed thereunder or to the spetafications accompanying the game shall in any way effect Its obligations on this Bond. and It does ha,cby Wdei y ;s+t!e�.^►. enKaueh.ckk�ane.axt�nsiv of timF. "areCwrS ar mddf„cre of_- ............... . the Contract or to the woTx or to the speelOcatlona. This Faithful Performance Bond shall be extended and maintsined.by.the- erinolrsnl in full force and effect for one (1) year following the date of formal acceptance of -the Project.by.tb'a.f�Itg.•. -- _ -.- In the evont that the Principal.,exeouted-tbi"ond as an Individual, it is agreed that the death of anysuc h t lnclpal.shall.not » trnneratathe Sureiytrgm ite•¢bligations.under.tbia� end. IN WITNESS WHEREOF, this Instrument has been duly executed by the Surety above named, on the 8 day of JUNE , 2006. 4qidft�y Eiertr& (Principal) DEVELOPERS SURETY AND INDEMNITY COMPANY Name of Surety 24600 CHRISANTA DR., STE. 160, MISSION VIEJO, CA 92691 Address of Surety 949461 -7000 Telephone Principal and NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF ORANGE On June 8, 2006 before me, JENNIFER C. GIBONEY, NOTARY PUBLIC NAME OF NOTARY PUBLIC personally appeared, YUNG T. MULLICK personally known to me (or 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/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. (SEAL) ARY PUBLIC SIGN OPTIONAL INFORMATION TITLE OR TYPE OF DOCUMENT DATE OF DOCUMENT 0' CALIFORNIA ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF Riverside On 4 20 p6 before me, Elizabeth H.M. McRae, Notary Public, DATE NAME. TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC" personally appeared, Brian Mendoza personally known tome ( to be the persons) whose name(e) is/are subscribed to the within instrument and acknowledged to me that he/ehe4 they executed the same in him authorized capacity0ee , and that by hisA%4AheW signature(s}.on the instrument the person(, or the entity upon behalf of which the person(e} acted, executed the instrument. and official seal. e E11ZAIIEI H. M. MCRAE (SEAL) `qMM. # 7363682 LWN0 AR YPUBLiCCALIFORMq NOTARY PUBLIC SIGNATURE RIVERSIDE COUNTY GMM. EY,P, JULY 31, 2008+ OPTIONAL INFORMATION TITLE OR TYPE OF DOCUMENT DATE OF DOCUMENT NUMBER OF PAGES SIGNER(S) OTHER THAN NAMED ABOVE 9 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC June 3, 2008 Freeway Electric 11080 Kay Jay Street Riverside, CA 92503 Subject: Traffic Signal Upgrades for FY 05 -06 (C -3827) To Whom It May Concern: On April 22, 2008, the City Council of Newport Beach accepted the work of 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 April 29, 2008, Reference No. 2008000200863. The Surety for the contract is Developers Surety and Indemnity Company and the bond number is 725539P. Enclosed is the Labor & Materials Payment Bond. Sincerely, LaVonne M. Harkless, MMC City Clerk encl. 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 • • CITY OF NEWPORT F4FACH PUR —Mr WORK-5 DEPARTMENT OS-08 TRAFFIC SIGNAL UPGRADES PREMIUM INCLUDED IN PERFORMANCE BOND s - I� BONI) No. 725539P LABOR AND MATERIALS PAYMENT BOND WHEREAS. the City Counddl of the Cl� , of nlep,.rt Beach, -State- cif- Cw)aam'°.ry mnfinn --' -' -- -- --..... adopted. has awarded to FREEWAY ELECTRIC, hereinafter designated as the 'Pr1n0Ipel, 0 .a contract for construction of 0508 TRAFFIC SIGNAL UPGRADES, Contract No. 3827 in the City of Newport Beach. In strict conformity with ttte plans, drawings, specifieations and other CDntracl Documents In-the-office-of -the Public - Wortcs -C astmestt -of -the. City of. Nrau�wrt_Be3>la�Jill.nL -- -- which are incorporated herein by this reference - WHEREAS. Principal has executed or is about to execute Contract No. 3827 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fair to pay for'anywateliais, provls;ons,'or oihersuppliesus�Uirrvporr, -- for, or about the performanca.Df...thp work:agreed to be done, or for any wnrk or lehor done.__... thereon of any kind the -S �w bond :�� ^ ^,. ftn nr.Tw- ..._ - _ _ �, on this bD::•: - -::: � _r .,,._ _ -... - ...... .. NOW, THEREFORE, • We the untieNhjijud' 'r'riln=at. and, ...... DEVELOPERS SURETY AND INDEMNITY COMPANY duly authorized to transact business under the laws of the State of California, as Surely, (referred to herein as "Surety') ere held firmly bound unto the City of Newport Beach, in the sum of Four Hundred Thirty -Eight Thousand and ObIloo Dollars ($438,000.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terns of the Contract, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or es*ne, jointly and severally, firmly by these present. THE COND T iON OF T ri ;S ui3LIGATION IS SUCH, that If the Principe; or ME$ riinciusi s — — subcomtr__r_,lrc .fail 14 p_y f =r any materials, previsions, or ..other supplles,..implemee!ts .cu _ ............. .... machinery used in, upon, for, or about the performance of the work cosA;aerod .w be done, or for . any other work or labor thereon of any kind. or for amounts due under the i ingm,prnnnent Insurance Code AAdth gwpact-to.swii work+;%Jalier,- Js.r..fw.a.ty amcwnWreAufred to be "ejurm4" . . ............ withheld and paid over to the Employment Development Department from the wegoc 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 attomays fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 2e r • The Bond snail Inure to the bench, of any antl entitled to file Balms under Section 3181 of ttte �.:1�:,, ri;� �:.� :r ss•sa'o �s o �;s' of to them them or their assigns in any suit brought upon this Bond, as required by and to d>;cordantm wiih the provisions of Sections 3247 at seq. of the Civil Code of the State of California. And Surety, for value revolved, 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 thGeuilder or-y,a this Bond, and It does hereby waive notice of any such change, extension of time, &lidi5fiuiio or ---- additions to the term* 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 snail not exo+wf to 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 8 day of JULY , 2008. _-n Freeway Eleatrci (Principal) -X- Authori7qlaE DEVE LOPERS SURETY AND INDEMNITY COMPANY Name of Surety Authorized Ag Ipnature 24800 N MEAN, C DRIVE, STE. 160, YUNG T. tiLLICK, ATTORNEY -IN -FACT MISSION VIEJO, CA 92681 Address of surety -- --- 'rintN Ie 8i id 11i;u - 949 -4B1 -7000 Telephone F:^ sTA°. Y.", CKN4Nn- �nn���urf >.nFlyn�rrnwrrrrorn�:lY�r +l��T- MIIC7 pF arrnf 41G�..... ..�...:.c:�:v:.. ... .........�. _ 27 CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF ORANGE On June 8, 2006 before me, JENNIFER C. GIBONEY, NOTARY PUBLIC NAME OF NOTARY PUBLIC personally appeared, YUNG T. MULLICK personally known to me (or 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/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. (SEAL) OPTIONAL INFORMATION TITLE OR TYPE OF DOCUMENT DATE OF DOCUMENT 0 CALIFORNIA 0 STATE OF CALIFORNIA COUNTY OF Riverside - ` before me, Elizabeth H.M. McRae, Notary Public, DATE NAME. TITLE OF OFFICER - E,G.,'JANE DOE. NOTARY PUBLIC' personally appeared, -Brian Mendoza Personally known to me whose name(s) is/a+esubscribed to the within instrument and acknowledged to me that heo/eFieF they executed the same in hiss authorized capacity(ies , and that by his43er4heiF signature(s}on the instrument the person(, or the entity upon behalf of which the persons) acted, executed the instrument. i�S �m/y� hand and official seal. PUBLIC SIGNATURE Q EtlZA6E7H H M COMM, # 1363662 • NOTARYpU9LIC- CAjIFORNIq® (SEAL) - cohi j� Xp J LV 31.2006 TOWN OPTIONAL INFORMATION TITLE OR TYPE OF DOCUMENT DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE NUMBER OF PAGES i • POWER OF ATTORNEY FOR DF.VFLOPERS SURIEFY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO W)X l u72.5. I RV I NII. C'A 0 -'623 (9490633301 KNOW ALL MLN BY THESE PRr91'NIS, that except as expiex,)y IiaiiWA DEVELOPERS SURETY AND iNDPMNITY C'OMI'ANI and INDEMNITY COMPANY Of CALIFORNIA, do each, bunchy makes cornin um and appoint ""Yung T. Mullick, James W. Moilanen, Jennifer Giboney, Frances Lefler, jointly or severally "" ua Nd, In,c aid lawlLl Altumuy(s) -in -Fact, to make, excenle. dulnver a d acknowledge, far and on W - ndt ul sand mnrouraRnns. as su ath;s, bonds, undertakings and eoafnletb of wrulyxhtp 1pvmg and granting uMOsold AlinrnaYls) -m -Peso full power alid authority to do and to Pcifaml every act nceC•ssary. requisily or pntpv hn he One in eonnccnion therewith as roach nt'said corporations could din, but mscrvmg rn each at said cmporahonn full rwmu+nf wintihnion and revocation. and all orthc acts of said A(lomey(s) -m -Fact, pursuant to lhesa pnwim[s. arc hcmhy ratined and wnfained. Phis Power nrAthmwy is granted and is signed by themnJly undcT and by authority nfthe li,llowine mw1utions adopted by the rcspecrive Ilvand of Diranuas of DI?VV,l DIARRS SURETY AND INDLMNI'FY COMPANY and INDEMNn Y COMPANY OF CALIFORNIA. effixnvc as of Novcmhcr I, 2U(I0 R PNOLV FD, that the C'lairman of the Hoard, the Presidan[ and any Vac President of the Corp ratioa be and Unit each of them here" is, auth(a iad to execute 1'Owom ul Attorney. qualifying ncc anorncy(s) nannod in the PMCM Of Anarnq 10 exCuutc. an behalf of the corporations. bands. Inlsledakings and Conwc[s M'sltrdyship: and Ihm [he Secretary *rally A>sislan. seCFnlury of the carlxrmtio 1 S Inc_ xid each of them hOOK is, amhormd to attest the eatxulion of any such Powcr of Ahoraey, RHSOLVHD, FURTIILR. that lite latma[urcs of inch onicel5 may be uffixcd m any such Power ofAllonmy or to any Cali fiwtc rioting IIMICIO by fucatmilc. and any such Power „f Aitumcy or caniticaic bearing each facxundc sngtafunx shall be valid and binding upno ncr vv p naLmll wh on w affixed and in the fulute with respect to any bad, utdeatakinh; nT umtrnet of sIN"hip to wlWch it is ai nached. IN WITNli85 WHPREOF, DEVELOPERS SURIif Y AND INDEMNITY COMPANY and INDEMNITY (Y)MPANY OF CALIFORNIA have scvcmUy caused thcsC presenla to hesitated by their rcapecii W ExeeldiW ViCC PrcaiQCnt and atfes[cd by Itwir reroI1iA`cltvc Scacmry [his tat My of FOOrnery. 2005. ,\,vwn.rau UY_ ANO a ypPANY 1):nvul H. RhisMS, P.xcemlvc Vico•1'msidud �JQ4•oR^P'pR4Yy2 X44 pPOg4T p Inc. OGT. J<% s 7' OCT. 5 r 10 • n e ,y Y 1967 � By: aa,` 1938 £s§ oZ�Cgt N`r = WnherA. Crowell. Sacwtury -- .st7q Pp,r ,adbr' FOP STATF OF C'AL11-UHN1A ) lSS. COI 'N'S OF ORANGE ) On Febmary, 1, 2005_ bulbs: me. Nim (i HiB'mcy0r. pen+orfdly ap)xxtrcd David H Rhodes and Wullcr A. Cranwcll, pcnnnally known to me for pmvud tome on the bnsia of wtixfnWury uviduace) to be the pcmoo whosv nnmca am subscribed to the within inxmimenn aid neknowlealnxl to me that they exeenral the Same in Umir i athurixod capacities, and that by theirsignatures Cxt the Instrument the entity upon behalrofwhich the persons acted ollmuhxl the instmmCm. WITNESS my hand and orfic,at xenl. / r CERTIMCATC NrTA 0. WFFMEYER fir CAR CCMM. R 1 Sd3a01 f101R1'f WIBIICCPL69RMA OpAN(rE COyNTY Hy tm�m. ttmlres.lan.1D, 2DD8 The undonagncd. as 6xxativc Vwc- Prc.idcnt, of ULVELOPL'RS SURETY AND INDEMNI I'Y COMPANY and INDFMNITY C'OMI'ANY UP CALIFORNIA, does Iwroby comfy that the fnmgning Power Of Allimwy remains In full face and has aW Win revoked, and lunhennnrc, that the pr6visiuus of dht mxululians nllhc re5pMfivo BOaNs ul Dirnnnrs of -said oMporallolls son hMh in the Power of ADafney, arc in lurxc us of Ulu dale uYdti %C cnificule This COdiftculc isexeemcd In the City oflrvinc. CuhRnttna, the 8 dayof JUNE, 2006 BY n David L. 1Cemgan. RxhuGvc Viuc•P,cydcnl fU - ISg(t (Rev. 21011) 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO:_ .. . City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 This Documen as electronically recorded by �R Cert Mail F Recofd d in Official Records, Orange County Tom Daly, Clerk- Recorder NO FEE 228195 N121 2008000200863 01:20pm 04/29/08 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 Freeway Electric of Riverside, California, as Contractor, entered into a Contract on May 23, 2006. Said Contract set forth certain improvements, as follows: Traffic Signal Upgrades (C -3827) Work on said Contract was completed, and was found to be acceptable on April 22. 2008, by the City Council. Title to said property is vested in the Owner,-and the Surety for said Contract is Developers Surety and Indemnity Company. VVorks Director Newport Beach I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on �C,122f,.j a3 _ D00? at Newport Beach, California. V 11 At 9 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harldess, MMC April 23, 2008 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for Buck Gully Sewer Force Main Relocation (C -3803) Notice of Completion for Mariners Park Improvements (C -3806) Notice of Completion for Traffic Signal Upgrades for FY05 -06 (C -3827) Please record the enclosed Notices of Completion and return them to the City Clerk's office. Thank you. Sincerely, ncer LaVonne M. HarkM. Harkless, MMC 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 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT I AX-OW Agenda Item N6.' ' Y4' `- April 22, 2008 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Brad Sommers 949 - 644 -3326 or bsommers @city.newport- beach.ca.us SUBJECT: Traffic Signal Upgrades FY05 -06 — Completion and Acceptance of Contract No. 3827 Recommendations: 1. Accept the completed work. 2. Authorize the City Clerk to file a Notice of Completion. 3. 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. 4. Release the Faithful Performance Bond 1 year after Council acceptance. Discussion: On May 23, 2006, City Council authorized the award of the 2005 -2006 Traffic Signal Upgrades Project to Freeway Electric. The contract provided for the following: 1. Renovation of traffic signals at the Balboa Boulevard /River Avenue, Balboa Boulevard /32nd Street, and Balboa Boulevard /21st Street intersections. 2. Installation of Emergency Vehicle Preemption at the Coast Highway/ Goldenrod Avenue and Coast Highway/ Marguerite Avenue intersections. 3. Installation of battery backup systems at the signalized intersections throughout the City. 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: $481,800.00 Actual amount of bid items constructed: $481,800.00 Total amount of change orders: $35,677.28 Final contract cost: $517,477.28 The final overall construction cost, including two change orders, was 7.4 percent over the original bid amount. The project cost increases resulted from the relocation of traffic signal cabinets at both the Balboa Boulevard /32nd Street and Balboa Traffic Signal Upgrades FY05 -06 - Comple�nd Acceptance of Contract No. 3827 April 22, 2008 Page 2 Boulevard /River Avenue intersections, dewatering work for installation of the traffic signal pole foundations, and installation of additional traffic signal detectors. Additionally, another change order provided for the installation of a holiday lighting circuit on Marine Avenue at South Bayfront on Balboa Island. The change orders were as follows: Change Order Description Amount 1 Marine Avenue holiday lighting $13,550.00 2 Traffic signal modification changes $22,127.28 Total Project Change Orders $35,677.28 Environmental Review: Staff determined the project was Categorically Exempt under Chapter 3, Article 19, Section 15301, Class 1 (c) of the Title 14 California Code of Regulations. This exemption covers maintenance and repair of existing traffic signal facilities. Funding Availability: In addition to the primary construction contract, this project involved other project expenses summarized as follows: Construction $517,477.28 Inspection — Project Partners, Inc. $1,902.61 Incidentals $95.00 Total Project Cost $519,474.89 Funds for the construction contract were expended from the following accounts: Account Description Traffic Signal Installation and Upgrades Traffic Signal Installation and Upgrades Traffic Signal Preemption System Account Number 7261- C5200068 7013- C5200068 7181- C5200408 Total: Amount $487,972.28 $13,550.00 $16,000.00 $517,477.28 Work for this project was delayed from the original completion date of November 6, 2006, as contractor - furnished traffic signal controller cabinets did not meeting City specifications. Also, the cabinet manufacturer caused numerous delays with product manufacturing, testing, approval, completion, and delivery. All work has now been completed to the satisfaction of the Public Works Department. Prepared by: rad Sommers Senior Civil Engineer Submitted by: — tephen G. Badum Public Works Director CITY OF NEWPORT BEACH CITY CLERK 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 a.m. on the 3`d day of May, 2006, at which time such bids shall be opened and read for 05-06 TRAFFIC SIGNAL UPGRADES Title of Project Contract No. 3827 $309,000 Engineer's Estimate Approved by It t 064en G. Badum L Public Works Director PLAN HOLDER LIST AVAILABLE ON CITY WEBSITE htto://www.city.nev)ort- beach.ca.us CLICK: • Online Services • Public Works Contracts Bidding F" Prospective bidders may obtain one set of bid documents for $10 PF at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 SP. Contractor License Classification(s) required for this project. "C -10." For further information, call Brad Sommers, Project Manager at (949) 644 -3326 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 05 -06 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3827 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................3 BIDDER'S BOND .............................................................................. ..............................5 DESIGNATION OF SUBCONTRACTOR(S) ..................................... ..............................6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................7 NON - COLLUSION AFFIDAVIT ........................................................ .............................11 DESIGNATION OF SURETIES ........................................................ .............................12 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 13 ACKNOWLEDGEMENT OF ADDENDA .......................................... .............................15 INFORMATON REQUIRED OF BIDDER ......................................... .............................16 NOTICE TO SUCCESSFUL BIDDER ............................................. .............................19 CONTRACT..................................................................................... .............................20 LABOR AND MATERIALS BOND .................................................... .............................26 FAITHFUL PERFORMANCE BOND ................................................ .............................28 PROPOSAL................................................................................ ............................... PR -1 SPECIAL PROVISIONS ................................................................. ...........................SP -1 E CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 05 -06 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3827 INSTRUCTIONS TO BIDDERS 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 BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ISSUED BY AGENCY PRIOR TO 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. 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 relating to prevailing wage rates (Sections 1770 -7981 inclusive). Please note, The Davis -Bacon Wage determinations are available at Federal Wage website: htto:/ Iwww.000.gov /davisbacon /ca.html 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 at 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. 69K5 ?2 C-10 64js Contractor's License No. & Classification e Bidder Adtharized Signature/Title ,ff4 /o G Date 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 05 -06 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3827 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 bound to the City of Newport Beach, a charter city, in the principal sum of Dollars ($ ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of 05 -06 TRAFFIC SIGNAL UPGRADES, Contract No. 3827 in i of Newport Beach, is accepted by the City Council of the City of Newport Beach and VjMposed contract is awarded to the Principal, and the Principal fails to execute the Con ocuments in the form(s) prescribed, including the required bonds, and original insu n ertificates and endorsements for the construction of the project within thirty (30) cal r days after the d to of the mailing of "Notification of Award ", otherwise this obligatio` 1 becorr>�_null and v i . If the undersigned Principal execu fllis Bond i(uecutin and as an individual, it is agreed that the death of any su( h incipal sha xot ex irate the Surety from its obligations under this Bond. W J� itness our hands this day of cis` '2001 �O Zi Name of Contractor (Pri ^ O Name of Surety Address of Surety Telephone dnv V Authorize gent Si ture Print Nam`V Title (Notary acknowledgment of Principal & Surety must be attached) (:)RjGJgPL CArc)44S AM \140-A LotS Tj4c)Hp.-,%o(4 - ADMiNvre.Anve mftmpAm Date: 5/02/09; UM Bmach: Wft� RIS . E61& , , a Idols I Icts Y MATY- RTGIC'.TH01)SANID: 66l LARS- AND 001100 kw .BR .IMSN�OZA'DBA- G,,ftEl4 j9TK 0002 o . ik60, c $38,000;00- Cashiers.0 4 h&A - Date: B h : 312*2 Idols wo'cts 000.2 PAY HREV % THO(I.SADW I%UjARS' 7ANI3 'b0/100 TO-THE - ORDER OF _**CITY QF 'I NZ . WPORII:BEA CH* 7R. q p , Cashiers thick ensrRVICE -16 L 0 R .. ii �"qA.W�- 0 A'N Date: 5/02/0� SWAIM065n Aveniie, SUite'BI 2506 PREMIER SERVICE REMITTER Bramh: 0062 BRIAN MENDOZA DBA FREEWAY ELECTRIC 8MK PAY THREE.THOUSAND DOLLARS AM 00/100 TOTHE $3,000.00 ORDER OF ***CITY OF NEWPORT BEACH*** f ;7 z- CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 05 -06 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3827 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 Name: Address: Phone: State License Number: Name: Address: Phone: State License Number: Name: Address: Phone: State License Number. Alo,�e. C� (a4*/ Bidder uthorized Signature/Title CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 05 -06 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3827 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formM Please print or type. 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 ��ij ,,,, 2 Project Name /Numbe w OVA Project Description "ft44 2(d Approximate Construction Dates: From �'J To: Agency Name d/1 Contact Person 4 Telephone ft��j RY3.7 6 Z� Original Contract Amount $ �� � )� Final Contract Amount $ `�8P &((Z' n 3 from lr diginal, ple4se 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 *a / -0?o Project Description `y�'a Approximate Construction Dates: From x /03 To: Agency Name Contact Person Telephone" —7c°- 6z7-lz Original Contract Amount $ /' 0441 Final Contract Amount $ If final,amount is•different from 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. 3 Project Name /Numbe Project Description Approximate Construction V ' To: "74u y Agency Name (—Ill Vev- -rf°T Contact Person ' I/C�'�_ Telephon Original Contract Amount $ 640 Final Contract Amount 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. 91 No. 4 Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person Telephone ( ) Original Contract Amount $ Final Contract Amount $ 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. 5 Project Name /Number Project Description Approximate Construction Dates: From To: Agency Name Contact Person Telephone ( ) Original Contract Amount $ Final Contract Amount 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. %J No. 6 Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person 110 Telephone ( Original Contract Amount $ Final Contract Amount 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 appraisal of the Contractor's current financial K�rhns. 5�� �&, iddB er i 10 3 orized 5ignatureTritle CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 05 -06 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3827 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County o 0" o) tgm A beein� first duly swo � dej?oses and says that he or she is VZO 0,04&/ df ,C V 1L4 l�Gf�G the party making the foregoing bid; that the bid is not made in he 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 State of California that the foregoing is true w ' and correct. " Bidder I A d d Signature/Title Subscribed and s//w��oor�rn to (or / affirmed) before me on this 3V �ay of �J ` , 2006 by e'' r "' L� `1-a , personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) whcLWeared before me. 0 ELIZCOMMH # MGM MC' 0 NOTARY PUBLIC- CALIFORNIAO RIVERSIDE COUNTY 0 COMM, EXP. JULY 31, 2006" [SEAL] My Commission Ex ' 11 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 65 -06 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3827 DESIGNATION OF SURETIES Bidders name 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): r� En, vtoc - a rte' s� (po' "-Yb-, �c� 3 eo--� 70/ 56?L,k N4dK , Ca - 4m�ioy�cid�il sc�o�� : Aulvat Q ins orej'i o 12 91 r7 IV -�fg,� caceLL CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 05 -06 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3827 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name i�U*J C�(� Record Last Five (5) Full Years Current Year of Record 7 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. 13 Current Record Record Record Record Record Year of for for for for for Record 2005 2004 2003 2002 2001 Total 2006 No. of contracts J5- Total dollar Amount of �', S� 18 gyros �� V 0 �2 Y aS, 70?s, ' y Contracts (in ? y y yb _ 9yy ifj, Thousands of $ ) p+ No. of fatalities ,1. No. of lost Workday Cases ° a No. of lost workday cases involving permanent Fj p O 0 b (7 a transfer to another job or termination of employment 7 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. 13 Legal Business Name of BiddertPulf�y Business Address: T a Ndw 12 y5 �/atti � • `Y2J -13 � 3�.� Business Tel. No.: (!n�/) > /2576 -7- State Contractor's License No. and Classification: 1p ��%✓r �2 ��� �� Title a� v iA� wn The above information was compiled frbm 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 bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. 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 of fewer than all of the partners /joint ventures if submitted 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 notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners /joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. 14 CALIFORNIA ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF Riverside On. 41604 before me, Elizabeth H.M. McRae, Notary Public DATE NAME. TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC" personally appeared, Brian Mendoza personally known tome ) to be the person(s) whose name(* is /are subscribed to the within instrument and acknowledged to me that he /she+' they executed the same in his /her//tHeir authorized capacity(iesy, and that by his/hef4heir signature(e3 on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. H. M. COMM. k 7363,3: !OELIZABETH NCTARY PUBE'C CAI *'_ "I A �) RIVERSIDE (SEAL) COMM. EXP, JULY 3', 7vL" OPTIONAL INFORMATION TITLE OR TYPE OF DOCUMENT DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE NUMBER OF PAGES CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 05 -06 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3827 ACKNOWLEDGEMENT OF ADDENDA Bidders narr(�=signify 44q k The bidder sheipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature 15 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 05 -06 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3827 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: qV7W.WeiQ L J. Business Address: D• Flok - 44Avaik A Telephone and Fax Number: ✓ (131) 7/25-W7 / /�� California State Contractor's License No. and Class: 04' 5-�2 ���� el�S ! (REQUIRED AT TIME OF AWARD) Original Date Issued: c2 9 Expiration Date: 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: 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 d Corporation organized under the laws of the State of Qv��O�Ca.QC. 16 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 in 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: Provide the names, addresses and telephone numbers of the parties; Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner /agency? If so, explain. Have you ever failed to co to 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 lab mpliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes /W Are any claims or actions unresolved or outstanding? Yes No 17 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 maybe considered non- responsiv (Print name of Owner or President 0 orationlCompany) e& owner Bi der Ized Signature/Title /n] 4 /fdN�� C.Co.tP,t/ Tile Date Subscribed and sworn to (or affirmed) before me on this c907% day of 2006 personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) who Appeared before me. H. M. MCRAEg COMM. N 1363682 Q !&ELIZABETH NOTARY PUBLIC- CALIFORNIAO RIVERSIDE COUNTY 0 COMM. EXP. JULY 31, 2006'+ [SEAL] 18 My Commission Expires: 31, W o f, CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 05 -06 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3827 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 • 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: Property - 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. 19 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 05 -06 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3827 CONTRACT THIS AGREEMENT, entered into this day of 2006, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and FREEWA ELECTRIC, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: 05 -06 TRAFFIC SIGNAL UPGRADES Contract No. 3827 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, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3827, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, 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. go 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 Four Hundred Thirty -Eight Thousand and 001100 Dollars ($438,000.00). 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. 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 Newport Beach, CA 92663 Attention: Brad Sommers (949) 6443326 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: Freeway Electric P.O. Box 7745 Riverside, CA 92513 -7745 951- 712 -5767 951 - 352 -2921 Fax Contractor, by executing this Contract, "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with original certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that 21 insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0002 (Edition 11185) or Insurance Services Office form number GL 0002 (Edition 1173) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0002 0287 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 22 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its 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; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. ii. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. 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. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, agents, officials, employees and volunteers. iv. 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. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, agents, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. 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 bonds documentation. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract 23 amount provided that the Work damaged is built in accordance with the plans and specifications. 6. Right to Stop Work for Non - Compliance City shall have the right to direct the Contractor to stop work under this Agreement and /or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY 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. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole negligence or willful misconduct of City, its officers or employees. 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. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. I. 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 be performed, and has correlated all relevant observations with the requirements of the Contract Documents. J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 24 K. 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 day and year first written above. APPROVED AS TO FORM: 01�' C — ff 4:p� AARON C. HARP Assistant City Attorney 25 CITY OF NEWPOR ACH A Municipal Corp ti n By: Ma FREEWAY ELECTRIC B Title: Print Name: YJ /ate► lV M67, ACORD. CERTIFICATE OF LIABILITY INSURANCE os);Z;2006' PRODUCER 714 - 779 -6999 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION MCRAE &ASSOCIATES ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE PATRICK MCRAE INSURANCE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 1290 N. HANCOCK ST SUITE 210 ANAHEIM HILLS, CA 92807 INSURERS AFFORDING COVERAGE_ NAIC 9 M8Uf�0 _ —_ j MsuRERA: LANDMARK AMERICAN INSURANCE �__ DSA: FREEWAY ELECTRIC wsuaERB: SAFECO INSURANCE BRIAN MENDOZA IwsuRERc. BARRETT BUSINESS SERVICES, INC. 11080 KAY JAY STREET rc suaER D RIVERSIDE, CA 92503 ------ - - - - -- -- - - -- INSURER E' COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. WSR OD'L I _ — POLICYEFFECTPJE POLICY E%PIRATION — --------------- NCE POLICY NUMBER LIMIT6 OEpERALUAEILITY ± f EACH OCCURRENCE ; 1,000,000 A X 11 11 MERIAENERALLIASILITY 511/2006 0511V2007 JRgEse nanc1 •— SQ,QQQ I j CLUMSMADE F}( I OCCUR —__ �MEpE %P(Anyart�porn�) 5 5000 � f r ! � PERSONAL SnOV MJURY S 1,000,OQQ GENERALAGGREGATE 5 2,000,0QO I GENL AGGREGATE LIMITAPPUES PER.I 1 - -I PROOUCTS,COMPIOPAGO S 2000,000 POLICY �Tl PROs LOC B AUTOMOB)LEVABILITY ED COMBIN SINGLE LIMIT s 1'000'000 ANYAUTO 80605125344S ` 0511112006 05/11/2007 IE••�d••II 8001 LYINJUaY $ ALLONMEDAUTOS I X SCHEOULEDAOTOS I(Parp -• ) X HIREDAUTOS COLLISION & BODILY INJURY � NON,ONMEDAUTOS Perattitlen0 X MEDICAL PAYMENTS OTHER THAN COLLISION $1000 DED I �aoa EUieannamAGE _ UNINSURED X GARAGELIABILITY AUTO ONLY. EA ACCIDENT $ $ ANV AUTO OTHERTHAN EAACC S F-1 AUTOONLY: AGG E%CESSAIMBRELLALMSS.DY HOCCURRENCE $ OCCUR CLAIMS MADE ' I AGGREGATE b _ f' — DEDUCTIBLE --4 RETENTION S S WORMSCOMPENSATIONAND I X p y IMIT' O, C EMPLOYERS'LMSILITY 12246 05/11/2006 1 05/11/2007 E.L.EACHACCIDENT S 1,000,ODO ANY RIETORIPARTNDED? CUTIVE I OFFICERAAEMBER E%CLUDED9 E.L. DISEASE, EA EMPLOYEE S 1 OOQ OOO 'mndasnrymuter SPECIAL PROVISIONS PAIOw E.L. DISEASE, POLICY LIMIT 3 1 000 OOQ OTHER I DESCRPTION OF OPERATIONS ILOCATIONSIVEHIGLES I EXCLUVONSADDED BY ENDORSEMENT I SPECIALPROVISIONS CITY OF NEWPORT BEACH, ITS OFFICERS, AGENTS, EMPLOYEES, AND VOLUNTEERS ARE NAMED AS ADDITIONAL INSURED WITH RESPECTS PROJECT: (CITY PROJECT # 3827) 05 -06 TRAFFIC SIGNAL UPGRADES (FWE JOB NO. 2006 -3 -300) 10 DAY NOTICE OF CANCELLATION FOR NON - PAYMENT OF PREMIUM CERTIFICATE HOLDER CANCELLATION WOULD ANY OF THE ABOVE DESCRIBED POLICIES BEFORE THE EXPIRATION ..t�BvEEvvCANCELLED DATE THEREOF, THE ISSUING INSURER "Ll -;g6 AVU UMA, 30' DAYS WPoTTVvEVvN CITY OF NEWPORT BEACH NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,�ALN ATTN: MR. BRAD SOMMERS, PUBLIC WORKS DEPARTMENT 4mmm XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXYJWO 3300 NEWPORT BEACH, CA 92663 AUTHORREDREPRESENTATIVE Wl PATRICK MCRAE ACOR026(2001106) - - 'ACORO CORPORATION 1988 y :Mi` T This Endorsement Changes The Polley. Please Read It Carefupy. ADDITIONAL INSURED BLANKET - PRIMARY THe endorsemern modfies kreursrwe provided under the MoWng: SCHEDULE Nevis of Person or OrpenbMu0n: City of Newport Beach, it Officers, Agents, and Employees, and Volunteers Project: (City Project No. 3827)05 -06 Traffic Signal Upgrades FWE Job No. 2006 -3 -300 SECTION It - WHO IS AN INSURED Is amended to include as an Insured the person or orgaNZatim shown in the SCHEDULE, but only with respect to liability arcing out of "your vjW for that insured try of for you. It you are required by a wash contract to provide primary Insurance. this poky shall be primary as respects to your negligence and SECTION N — COMMERCIAL GENERAL LUUMITY CONDITIONS, 4.Odwr insurance does not apply, but only with rasped to coverage provided by Ifft popsy. This endomemerri effective 05/112008 forms part of Policy Number LHA129859 Issued to FREEWAY ELECTRIC by Landmark American Insurance Company Endorsement No.: RSG 15001 0306 Includes copyrighted material of Insurance Services Office, Inc. 1984 (CG 2010 1186) With its permission LANDMARK AMERICAN INSURANCE COMPANY This Endorsement Changes The Polloy. Please Read K Carefully. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement moMes insurance provided urider the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM PRODUCTSfCOMPLETED OPERATIONS LIABILITY COVERAGE FORM SCHEDULE Nams of Penton or Ortimizatlon: City of Newport Beach, it Officers, Agents, and Employees, and Volunteers Project: (City Project No. 3827)05 -06 Traffic Signal Upgrades FWE Job No. 2006 -3 -300 The following is added to SECTION IV — CONDITIONS, 8. TRANSFER OF RIGHTS OF RECOVERY. AGAINST OTHER TO US: We waive any right of recovery we may have against the person or organization shown In the SCHEDULE above because of payment we make for injury or damage ariaing out of 'your product' or'your work' done i under a written contract with that person or organization and included in the 'product - completed: operations hazard'. This waiver applies only to the person or organization shown In the SCHEDULE above. This endoiastnent etfecti" 05f1lrtoae forms part of Policy Number WA129859 rued to FREEWAY ELECTRIC by Landmark American Insurance Company Endorsement No-* ftSG 14048 0903 Includes copyrighted material of Ink renos SeMm Office, Inc. 1892 we, ms pamliggiDn. May 12, 2006 Freeway Electric PO Box 7745 Riverside, Ca. 92513 Re: Barrett Business Services, Inc. Letter of Self- Insurance for Workers' Compensation Plan Dear Customer: MORN AM ' s err 4724SWMmdanAmtn NOW, Oreps 97239 50M.0968 800.494.5669 RaWh 503M.0997 The purpose of this letter is to provide *".barr#tlbm*,wcw documentation regarding Barrett Business Services' Self- Insured Workers' Compensation Plan. Barrett has been a qualified self- insured employer for Workers' Compensation continuously in Oregon since 1987, in Washington, Maryland and Delaware since 1994 and in California since 1995. Our claims are managed by our third -party administrators, Pinnacle Risk Management Services or SISCO, depending on your location. As the named addressee of this letter, your company's required workers' compensation coverage is provided through Barrett's Self- Insured Plan. Our covered California customers can also verify our state certification at www.dir.ca.gov. /SIP /sip.html; then, in the middle of the page, click on Private self insured employers; then scroll down to certificate 2246. Additional information is as follows: Self- Insurance Certification Number: California: 2246 Oregon: 1068 Washington: 706,116 Delaware: 152 Maryland: I1365 Barrett Business Services will notify City of Newport Beach 30 days in advance of a cancellation of coverage for Freeway Electric. Coverage Effective Dates: 5/12/2006 through 5/11/2007 Employer Liability Each Accident $1,000,000 /Each Employee for Disease $1,000 Other Comments (place a "X" if applicable): ® Waiver of Subrogation: Barrett and Freeway Electric agree to waive their right of subrogation for the benefit of City of Newport Beach, its Officers, Agents, Officials, Employees and Volunteers at City Project #3827. Our Excess Insurance Carrier and Policy Number are as follows: American International Group (AIG), Policy No. 3757846. For additional information, please contact your local Barrett office. Very truly yours, Michael D. Mulholland Vice President- Finance BBSI Office: San Bernardino License Detail Page 1 of 2 License Detail CALIFORNIA CONTRACTORS STATE LICEN Contractor License # 684572 DISCLAIMER A license status check provides information taken from the CSLB license data base. Before on this information, you should be aware of the following limitations: • CSLB complaint disclosure is restricted by law (B &P 7124.6). If this entity is subject tc complaint disclosure, a link for complaint disclosure will appear below. Click on the lin button to obtain complaint and /or legal action information. • Per B &P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. • Due to workload, there may be relevant information that has not yet been entered ont Board's license data base. Extract Date: 06/09/2006 * * * Business Information * * * FREEWAY ELECTRIC 11080 KAY JAY ST RIVERSIDE, CA 92503 Business Phone Number: (951) 712 -5767 Entity: Sole Ownership Issue Date: 02/2411994 Expire Date: 02129/2008 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * * Class Description FC-10—IIELECTRICAL C31 CONSTRUCTION ZONE TRAFFIC CONTROL 0 GENERAL ENGINEERING CONTRACTOR * * * Bonding Information * * * httn• //, na ri pohra anv /('CT.R T7RRARV/T irPnca +T)Ptnil acn 6 /0/1nnA License Detail Page 2 of 2 CONTRACTOR'S BOND: This license filed Contractor's Bond number 100008516 in the al $10,000 with the bonding company AMERICAN CONTRACTORS INDEMNITY COMPANY. Effective Date: 04/04/2006 Contractor's Bonding History * * * Workers Compensation Information * * * An employee service group holds the workers compensation insurance. Policy Number: 2246 Effective Date: 05/12/2006 Expire Date: 05/11/2007 Workers Compensation History Personnel List License Number Request Contractor Name Request Personnel Name Request Salesperson Request Salesperson Name Request ® 2006 State of California. Conditions of Use Privacy Policy httn- / /www� cclh na anv /(`CT.R T.IRR AR V/T.iraneP +Tlatail acn A/QMn0 A CITY OF NEWPORT BEACH s FREEWAY ELECTRIC PO BOX 7745 RIVERSIDE, CA 92513 -7745 INSTRUCTIONS AND CONDITIONS ACCOUNTNUMBER: BT30015179 EXPIRATION DATE: 05/31/2007 Welcome to the City of Newport Beach, and thank you for your business tax payment. This business tax certificate Is evidence that the named business has paid a tax to conduct the business activity designated, within the City of Newport Beach, until the expiration date shown. Please notify the Revenue Division immediately if any of the information on the certificate changes. This ceryi4 ` slid only at the address indicated and must be displayed in a conspicuous location. If your business is not conducted at a permatt�pt� y ,oia Municipal Code requires that any representative, while transacting business within the city, carry this certificate. This bus'iriess k certificate does not authorize the named business to conduct any activities regulated by the City of Newport Beach or other agencies. Authorization for such activities must be obtained from the appropriate departments prior to application for business tax. Certificates are not transferable to any other party or person and are not pro- rated. Refunds are not provided once the certificate has been issued. Your business tax certificate is valid until the expiration date, and must be renewed annually prior to that date. Changes in type of ownership (i.e. from a sole proprietorship to a partnership or LLC), nature of business, or ownership void the current certificate and require filing of and payment for a new application. Additional certificates are required if additional types of business activity are initiated at the same address, or additional locations of the same business are established (Municipal Code sections 5.04 through 5.08). For your convenience, the Revenue Division will mail a courtesy renewal notice, prior to the expiration date, to the billing address of record. Non-receipt of the notice does not alleviate the requirement to renew. Penalties are imposed for late renewal at a rate of 25% per month to a maximum of 100% of the base tax.. The Revenue Division is available to answer any questions regarding business tax certification and requirements. Call (949) 6443141; e-mail us at: RevenueHelp @city.newport- beach.ca.us, or visit us on the internet at www.citvnewr)or1-beach.ca.us and view the Municipal Code on -line. DISPLAY CONSPICUOUSLY AT PLACE OF BUSINESS FOR WHICH ISSUED THIS TAX PAYMENT EXPIRES: CITY OF NEWPORT BEACH BUSINESS TAX CERTIFICATE 05/31/2007 ACCOUNT NUMBER: BT30015179 OWNER/PRINCIPAL NAME: SERVICE ADDRESS: ' FREEWAY ELECTRIC '�;K BRIAN, MENDOZA 11080 RAY JAY ST § OWNERSHIP TYPE: RIVERSIDE CA 92503 �.• �; � � SOLB PROPRIETORSHIP BUSINESS CATEGORY: TAX INCLUDES PAYMENT FOR: ELECTRICAL WORK ...- .''a, 0.00 EMPLOYEES SELLERS PERMIT: NO SELLERS PE DATE OF ISSUE: 05/30/2006 { PRINT DATE: 06/01/2006 CITY OF NEWPORT BEACH REVENUE DIVISION 33oo NEWPORT BOULEVARD . P.O. BOX 1768 NEWPORT BEACH, CA 92658 -8915 (949) 644 -3141 Rc ueHelp@City.Nmp= -Be lL=.w http: //m .Gcy.Nnvpert- Bea&cam /Rnmue BUSINESS LICENSE TAX APPLICATION PLEASE PRNT CLEARLY IN BLACK INK. ILLEGIBLE APPUCAMONS WILL BE RETURNED. 1. Business (DSA) Name Maximum 35 characters 2. Business Address (No PO Boxes) If O gI -[pct !/ S[, / Suite: I Vle City f% A State: CAT • Zip: 611�60 3. Mailing Address P. y .�30X 7F45 Suite: City: u�a✓s i State: 04. Zip: '9203 l3 - 7 7 q-s 4. Business Phone :J / 1 -712 S. Date Business Started �i--n Newport Beach G. Business Activity "t Q �/1 �P�gduc Sold011117 ` / y 4wre- • �__�,� 8. Email Address li�J►'1QH� mhe _ li -com 9. //lAl h 616A Address 10. State License. (Contractor Real Estate, 1j9etdiical, etc.) No. &B 'V��Z Type &1. eWSA Exp. Z 12 8 11. Seller's Permit No. �i�7 g I/ U* fjrG 12. Federal Tax ID No (FEIN) 5&F 41 3 13. Type of Ownership (check one) Asole Proprietorship Social Security No.•s6 ;�`j3431 ❑ Limited Liability Company (LLC) Please fill in Item 12 OFFICE USE ONLY Business Tax Number ❑ Partnership Please fill in Item 12 D Corporation ID No. 14. Owner or Principal Information. If necessary, please attach a list of additional principals. The first name listed will appear on the business tax certificate Name yb1nf—A M9IITAOZR Reside a Address: J _ city: I,�er� side State: Name Residence Address: Dity: Zip: State: Zip: Drivers License No. Phone: ( Drivers License No. Phone: () Unit # Unit # State: _ j I6. Business Tax Rates.* The business tax is.basad on the location of your business. Please check the appropriate box. I4el 1 My business is located outside the City of Newport Beach $182.00 . Us �j.- rff, j,4/ I ❑ I My business is located at a residential location in the City $116.00 j ❑ My business is located at a commercial location in the City Calculate Total Due Below The tax for in-city commercially based businesses is calculated by using the formula below Multiply the number of I4/2 employees by $12 ff the business does not have a Sellers Permit or by $6 ff the business does have one and add to the base tax. 1,/ (For In -City commercial locations only $122.00 + ($12.00 or $6.00 X � (No, of W2 employees)) = $ C2 T (total Due) These rates are valid through June 30, 2003 S. Total Paid: $ Please make checks payable to City of Newport Beach 17. I hereby certify under the penalty of perjury that I am authorized to make this statement and the nformation provided on this application is true and correct. I also certify that I have read and understood hp4tKpMation on the back of this application. ri't . Nuoi 7'"' Applicant's Signature Applicant's Name (Printed) CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 05 -06 TRAFFIC SIGNAL UPGRADES CONTRACT NO. C -3827 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. 3827 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 Lump Sum Mobilization @ Dollars and Cents $�� Per Lump Sum 2. Lump Sum Balboa Boulevard /32nd Street Traffic Signal Modification (T- 5/�9�3`/5 -S) @ /UP/8�.// /�llars and -t7— Cents $ ODO Per Lump Sum 3. Lump Sum Balboa Boulevard /32nd Street Traffic Signal Service Relocation @ and Cents $ 690 Per Lump Sum PR2of3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum Balboa Boulevard /32nd Street Temporary Traffic Signal Wiring Dollars and Cents Per Lump Sum $ -7 l 5. Lump Sum Balboa Boulevard /River Avenue Traffic Signal Modification (T- 5934 -S) @ L4 Dollars and Cents $ Per Lump Sum 6. Lump Sum Balboa Boulevard /River Avenue Temporary Traffic Signal Wiring / C and :?6 00 I Cents $ Per Lump Sum 7. Lump Sum Balboa Boulevard /21St Street Traffic Signal Modification (T- 5945 -S) ol r and Cents $ - 300 Per Lump Sum 8. Lump Sum Remove and Construct P.C.C. Access Ramps @ Ay lihe� d� ollars and Cents Per Lump Sum 9. Lump Sum Remove and Construct P.C.C. Median Nose ct @ �b rs and 96� Cents $ Per Lump Sum PR3of3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. Lump Sum Furnish and install Battery Backup Systems at 17 Existing Traffic Signal I- cations @ 6�rE a� and Cents $ Per Lump Sum 11. Lump Sum Furnish and install Opticom Emergency Vehicle Preempt Equipment at the Coast Highway /Goldenrod Avenue intersection @ ollars and 12aod Cents $ Per Lump Sum 12. Lump Sum Furnish and install Opticom Emergency Vehicle Preempt Equipment at the Coast Highway /Marguerite Avenue intersection J �,_ Dollars and Cents Per Lump Sum TOTAL PRICE IN WRITTEN WORDS and Cents $ �� Total Price (Figures) Date I BiddQr OYQ7 12 3-96? &(WYMW� l & 0� Bidder's Telephone and Fax Numbers BI er's uthorized Signature and Title (Zy 7.p- C -i o ?,(9- 130-x- Bidder's License No(s). Bidder's Addre r and Classification(s) f:Wsers\pbvAshared\contracts\FY 05- 06105 -06 Traffic Signal Upgrades\Proposal G3827.doc Brian Mendoza 11080 Kay Jay St. + Riverside, CA 92503 +951 - 712 -5767 + Brian@mbe- hlj.com Objective Chief Executive Officer and Supervisor of Outside Operations Qualification Summary • Supervisor of outside operations with over 18 years of experience, • Electrician with over 20 years of experience; • An effective communicator and team leader; ■ Experienced in coordinating and executing large and fast -paced projects; Personal Experience High Light Electric Inc. 10 /1996 - present Riverside, Ca • Chief Estimator (05 /2005- present) • In charge of managing the estimating department and finalizing bid packages; • Coordinating the beginning phase of an awarded project between the company and agency or prime contractor; • Project submittals; • Contract review. • Successfully bid on projects totaling $12 million with an average spread of 6 %; • Area Supervisor (1011996- 0512005) • Coordinated and managed 10 crews consisting of 6 members per team in the Southern California region; • Handled various sized projects ranging in size from $1,000 to $4.5 million dealing with dry utilities, wet utilities, traffic signals, and road improvements; ■ Please view attached document listing HLE projects. • Maintained coordination between High Light Electric Inc. and subcontractor, general contractor, and project owners; • In charge of handling project's administrative work; ■ Monthly progress estimates; • Project progress schedules; ■ Material requisitions; ■ Contract change order negotiations; • Equipment purchase and rentals. MBE Electric Inc. 10 11988 - 1011996 Riverside, Ca. • Vice President and Head of Outside Operations (10/1988 - 10/1996) o Managed outside operations for all projects ranging in size from $1,000 to 2.5 million; ■ Headed an around the clock electrical crew and coordinated with CC Meyes to repair the I -10 Santa Monica Freeway after it collapsed during the 1994 Northridge Earthquake to complete the fast paced project in 66 days ; Brian Mendoza 11080 Kay Jay St. + Riverside, CA 92503 + 951- 712 -5767 + Brian®mbe- hlj.00m • Maintained coordination between MBE Electric Inc. and subcontractor, general contractor, and project owners; • Implemented and enforced safety guidelines; • Handled administrative work; • Monthly progress estimates; ■ Material requisitions; ■ Contract change order negotiations; Vasco Corporation 10/1987 - 6/1988 San Fernando, Ca • Foreman (Part-time) o Managed day to day operations of work crews and various projects ranging in size from $1,000 to $500,000 in Eastern Los Angeles County; • Traffic signals; • Street lighting; • Signal Interconnect; Raymor Electric 6/1986- 1011987 Rosemead, Ca, • Crew leader (Part-time) o In charge of work crew on projects ranging from $25,000 to $250,000 through out Los Angeles County; Work Skills • Capable of operating heavy equipment such as skip loaders, cranes, and backhoes; • Hands -on experience with hand tools and power tools; • Capable of overseeing fast -paced and high profile projects; • An effective communicator and leader; Education International Brotherhood of Electrical Workers • Completed training course (1988 -1989) in street lighting and traffic signal installations, code enforcement, and blue print reading. South Gate High School South Gate, Ca. • Received high school diploma in 1988. Professional MembershiRs • International Brotherhood of Electrical Workers (IBEW); • National Electrical Contractors Association MCA). Accreditati on • IBEW- Journeyman Wireman, CSLB- Electrical Contractor; Certified Trench Safety Coordinator. Professional and Personal References • Please view attached document titled Professional and Personal References. Brian Mendoza 11080 Kay Jay St. + Riverside, CA 92503 + 951- 712 -5767 + Brian@mbe- blj.com Languages • English (Native); • Spanish (Fluent). Awards Received • Recipient of the U.S. Small Business "Young Entrepreneur of the Year" Award in 1996, nationally, • Recipient of the Certificate of Recognition by the City of Los Angeles for "Small Business," in 1997; • Recipient of the Certificate of Recognition by the City of Riverside for "Small Business," in 1997; • Recipient of the Certificate of Recognition by the State Assembly, Assemblyman Mr. Rod Pacheco, for the "Top 500 inland Empire Small Business," in 1997; • Ranked among the "Top 500 Inland Empire Hispanic Owned Companies" since 1997; • Certification of Appreciation for our participation in the Rebuilding of the Aftermath of the Northridge Earthquake in 1994; • Certificate of appreciation for participation and maximization in the "Century Freeway Affirmative Action," by CFAAC. Brian Mendoza 11080 Kay Jay St. + Riverside, CA 92503 + 951- 712 -5767 + Brian@mbe- hlj.com Professional and Personal References Caltrans. Project #07- 1224U4 (Electrical contract amount is $4.5 million) Project completed in 2005. - Description of project: Installation of traffic signals, ramp metering, sign illumination, highway fighting, fiber optic communication, and electrical irrigation along the I -10 Freeway in Los Angeles County. o Doug Dawson- Project Manager for prime contractor, Balfour Beatty. Cell: (949) 232 -3276 and Office: (909) 397 -8040. o Patty Galvan- Resident Engineer. Office: (909) 594 -4270. o Veronica Ross- Electrical Inspector. Cell: (714) 606 -6311 City of Redlands Contract# 208300 - 7230/41008 (Electrical contract amount is $218,800) Project completed in 2003. - Description of project: Installation of traffic signals, modification of ramp metering, lighting and sign illumination. • Bill Hensley- Senior Civil Engineer- Office: (909- 798 -7586 ext. 2 • Juan Olvera- Project Manager for general contractor, H&H Construction- Cell: (951) 453 -7712 and Office: (909) 473 -7331. Caltrans Project# 08- 4567V4 (Electrical contract amount is $938,238) Project completed in 2005. - Description of project: Installation of lighting system along the I -15 Freeway in San Bernardino County. o Gary Vogel- Project Manager for prime contractor, Granite Construction. Cell: (661) 549 -3953 and Office: (661) 726 -4447 Sanbag Projects Segment 1,2,3, early segment 9, Segment 9, and Alder Ave. (Total electrical contract amount was $3.2 million) Projects completed in 2004. - Description of projects: Installation of traffic signals, ramp metering, sign illumination, highway lighting, fiber optic communication, and electrical irrigation along the I -10 Freeway in San Bernardino County. • Harold Lands- Sanbag Contract Manager- Cell: (760) 802 -7730 and Office: (909) 875 -8029 ext. 213 • Tim Hanable- Caltrans Inspector - Cell: (951) 712 -0021 • Al Ortega- Project manager for prime contractor, Yeager Skanska- Cell: (714) 240 -5333 Elizabeth McRae 595 So. Los Coyotes Drive Anaheim Hills, CA.92807 Phone (951) 543 -8388 Summary of 1989 - Present General Office Manager QuatiBcations High Light Electric Inc. Riverside, CA • ,Responsible for processing and management In acocunting, payroll, and job costing. Education 14+ years major In business management and minor in administration and accounting. Currently attending On line courses of business management Languages English, Spanish Community Participant in fundraising activities for abused children and impoverished Activktes families south of the border. Hobbies Running, Cycling Other Knowledge in insurance administration. Amador Lopez 1009 North Orange Ontario, CA. 91784 Phone (909) 980 -8304 Summary of 200Wreserd Area Superintendent Qualifications High Light Electric Inc. Riverside, CA. • Responsible for completion of high profile projects, with or(Wal dead lines, and responsible for various projects with in area assigned. 1998.2008 Superintendent LA Signal Industry, Ck • Responsible for up to 4 foremen In the Installation of traffic signals, street lighting, ramp metering, school Improvements, vault, man hole, asphalt, curb and gutter Installation, vehicular code enforcement cameras, and rail road Improvement 1994 -1998 General Foreman L&R Electric Monrovia, CA • Responsible for up to 2 foremen In the Installation of traffic signals, street lighting, ramp metering, school Improvements, park Improvements, vaufl, man hole, asphafl, and curb and gutter installation. 1990.1994 Journeyman Tierra Electric Highland Park, CA. • Journeyman directly supervising a m3x6 employees, and responsible for the Installation of traffic signals, street lighting, ramp metsdng, electrical facilities in gas stations, and communications. Education High School Diploma Professional Local 11 Intemational Brotherhood of Electrical Workers Memberships Languages English, Spanish Community Activities Voluntary coach for juvenile soccer for children Accreditation's Completed courses in CPR, electrical codes, trench safety, Cal -osha requirements, railroad awareness programs, and fiber connections. Skills Knowledgeable in proper operation of hand tools, trenchers, hydraulic tools, rock wheel, high Hit equipment, and flexibility of blue print reading. Reynaldo Salazar 3463 Pontiac Ave. Riverside, CA 92509 Phone (951) 680 -9580 Summary of 2002-2006 General Foreman Qualifications High Light Elechic Inc. Riverside, CA • Responsible for up to 2 foremen in the Installation of dry utilities, wet utilities, street lighting systems, traffic signals, communication system and street Improvements. 1993 -2002 Foreman California Communications Ontario, CA • Foreman directly supervising a max. of 15 employees and responsible for the installation of dry utilities, wet utilities, vault Installations, communication systems, concrete, and asphalt placement. 1985.1993 Foreman Riley Underground Lake Elsinore, CA • Foreman directly supervising a max. of 8 employees and responsible for the installation of dry utilities, wet utilities, sewers, and asphalt placement. Education High School Equivalent Professional Member of Local 300 Labors International Union of North America Memberships Languages Spanish, English Community Supporter of Pollee and Fire Department Events Activities AcoredltatloWs Completed courses In safety, CPR, and correct applications of tools, and equipment presented by Local 300 Labors International Union of North America. Skills Knowledgeable in proper operation of hand tools, excavators, backhoes, hydraulic equipment, shoring, and local jurisdictional construction code requirements License Detail Page 1 of 2 License Detail CALIFORNIA CONTRACTORS STATE LICEN Contractor License # 684572 DISCLAIMER A license status check provides information taken from the CSLB license data base. Before on this information, you should be aware of the following limitations: • CSLB complaint disclosure is restricted by law (B &P 7124_6). If this entity is subject tc complaint disclosure, a link for complaint disclosure will appear below. Click on the lin button to obtain complaint and/or legal action information. • Per B &P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. • Due to workload, there may be relevant information that has not yet been entered ont Board's license data base. Extract Date: 05/23/2006 * * * Business Information * * * FREEWAY ELECTRIC 11080 KAY JAY ST RIVERSIDE, CA 92503 Business Phone Number: (951) 712 -5767 Entity: Sole Ownership Issue Date: 02/24/1994 Expire Date: 02/2912008 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * * Class Description C10 ELECTRICAL C31 JFCONSTRUCTION ZONE TRAFFIC CONTROL 0 GENERAL.ENGINEERING.CONTRACTOR * * * Bonding Information * * * http:// www2. cslb. ca. gov/ CSLB_LIBRARY/License+Detail.asp 05/23/2006. License Detail Page 2 of 2 CONTRACTOR'S BOND: This license filed Contractor's Bond number 100008516 in the al $10,000 with the bonding company AMERICAN CONTRACTORS CONTRACTORS INDEMNITY_COMPANY. Effective Date: 04/04/2006 Contractor's. Bonding. History. * * * Workers Compensation Information * * * This license is exempt from having workers compensation insurance; they certified that they employees at this time. Effective Date: 02/14/1994 Expire Date: None Personnel List License Number Request Contractor Name Request Personnel Name Request Salesperson Request Salesperson Name Request © 2006 State of California. Conditions of Use Privac Po i http:// www2. cslb. ca. gov/ CSLB_LIBRARY /License+Detail.asp 05/23/2006 Personnel List Page 1 of 1 Personnel List CALIFORNIA CONTRACTORS STATE LICEN Contractor License # 684572 Click on the person's name to see a more detailed page of information on that person. Name Title Association Disassociation Class Date Date BRIAN HERNANDEZ SOLE 02/24/1994 C10 MENDOZA OWNER License Number Request Contractor Name Request Personnel Name Request Salesperson Request Salesperson Name Request ® 2006 Stale of California. Conditions of Use Privacy Policy —11, -- ,,..,.rroT 13 T TDD A D V/o...... --UT :..t -,-Or :.,TT,.... -GOA V77 n nnr1)nnc M 2 2 2 2 2 2 2 2 2 2 3 3 3 3 3 4 4 4 4 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 2005 -2006 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3827 INTRODUCTION PART 1 - -- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE 2 -9 SURVEYING 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 -8 SALVAGED MATERIALS SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6 -7 TIME OF COMPLETION 6 -7.1 General 6 -7.2 Working Days 6 -7.4 Working Hours M 2 2 2 2 2 2 2 2 2 2 3 3 3 3 3 4 4 4 4 6 -9 LIQUIDATED DAMAGES 4 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 5 7 -6 THE CONTRACTOR'S REPRESENTATIVE 5 7 -8 PROJECT SITE MAINTENANCE 5 7 -8.5 Temporary Light, Power and Water 5 7 -8.6 Water Pollution Control 5 7 -8.6.1 Best Management Practices and Monitoring Program 5 7.10 PUBLIC CONVENIENCE AND SAFETY 6 7 -10.1 Traffic and Access 6 7 -10.2 Storage of Equipment and Materials in Public Streets 6 7 -10.3 Street Closures, Detours, Barricades 6 7 -10.4 Safety 7 7- 10.4.1 Safety Orders 7 7 -15 CONTRACTOR'S LICENSES 7 7 -16 CONTRACTOR'S RECORDSIAS BUILT DRAWINGS 7 SECTION 9 MEASUREMENT AND PAYMENT 8 9 -3 PAYMENT 8 9 -3.1 General 8 9 -3.2 Partial and Final Payment 9 PART 2--- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 10 201 -1 PORTLAND CEMENT CONCRETE 10 201 -1.1.2 Concrete Specified by Class 10 201 -1.6 Matching Concrete 10 201 -2 REINFORCEMENT FOR CONCRETE 10 201 -1 Reinforcing Steel 10 SECTION 203 BITUMINOUS MATERIALS 10 203 -1 PAVING ASPHALT 10 203 -1.1 General 10 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 10 300 -1 CLEARING AND GRUBBING 10 300 -1.3 Removal and Disposal of Materials 10 300 -1.3.1 General 10 300 -1.3.2 Requirements 11 300 -1.5 Solid Waste Diversion 11 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 11 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 11 303 -5.1 Requirements 11 303 -5.1.1 General 11 303 -5.5 Finishing 11 303 -5.5.2 Curb 11 303 -5.5.4 Gutter 12 SECTION 86 SIGNALS, LIGHTING, AND ELECTRICAL SYSTEMS 86 -1 GENERAL 12 86 -1.01 Description 12 86 -1.04 Equipment List and Drawings 12 86 -1.05 Warranties, Guarantees, and Instructions Sheets 12 86 -1.06 Maintaining Existing and Temporary Electrical Systems 13 86 -1.07 Scheduling of Work 13 86 -2 MATERIALS AND INSTALLATION 14 86 -2.01 Excavating and Backfilling 14 86 -2.03 Foundations 14 86 -2.04 Standards, Steel Pedestals, and Posts 15 86 -2.05 Conduit (Rigid) 15 86 -2.05 Conduit (PVC) 15 86 -2.06 Pull Boxes 15 86 -2.08 Conductors 16 86 -2.09 Wiring 16 86 -2.10 Bonding and Grounding 16 86 -2.11 Service 16 86 -2.14 Testing 17 86 -3 CONTROLLER ASSEMBLIES 19 86 -3.02 Type 90 Controller Assembly /Bike Timing Logic Assembly 19 86 -3.04 Controller Cabinets 20 86-4 TRAFFIC SIGNAL FACES AND FITTINGS 20 86 -4.01 Vehicle Signal Faces 20 864.02 Light Emitting Diode Signal Module 21 864-06 Pedestrian Signals 21 86 -5 DETECTORS 21 86 -5.01 Vehicles Detectors 21 86 -5.02 Pedestrian Push Button Assemblies 21 86 -6 LIGHTING 22 86 -6.01 High Pressure Sodium Luminaires 22 86 -6.01A High Pressure Sodium Lamp Ballasts 22 86- 6.01A(1)a Lag -Type Regulator Ballasts 23 86- 6.01A(1)b Lead Type Regulator Ballasts 23 86 -6.065 Internally Illuminated Street Name Signs 24 86 -6.07 Photoelectric Controls 24 86 -7 REMOVING, REINSTALLING, OR SALVAGING ELECTRICAL EQUIPMENT 24 OPTICOM PRIORITY CONTROL SYSTEM 25 BATTERY CABINET 25 SPECIFICATION FOR 24V BATTERY BACK -UP SYSTEM 26 EXHIBITS EXHIBIT A BBS INSTALLATION LOCATIONS /DETAILS EXHIBIT B COAST HWY /GOLDEROD AVE OPTICOM DETAIL EXHIBIT C COAST HWY /MARGUERITE AVE OPTICOM DETAIL EXHIBIT D BATTERY CABINET f:lusers\pbwlsharedlcontractslFY 05- 06105 -06 Traffic Signal Upgrades/SPECS INDEX C- 3827.doc SP 1 OF 33 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS 2005 -2006 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3827 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. T- 5934 -5, T- 5935 -S, and T- 5945); (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 Specifications and the Standard Plans of the State of California, Department of Transportation (2002 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 and the Standard Specifications and the Plans of the State of California, Department of Transportation as referenced and stated hereinafter: 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 at the Balboa Boulevard /32nd Street intersection (Plan T- 5935), the Balboa Boulevard /River Avenue intersection (Plan T- 5934), and the Balboa Boulevard /21St Street intersection (Plan T- 5945), installation of Battery Backup Systems (BBS) at 17 existing traffic signal locations (Exhibit A), and installing Emergency Vehicle Preemption (EVP) systems at two (2) existing traffic signal locations (Exhibits B and C)." SP2OF33 2 -9 SURVEYING 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 City will restore the survey monuments at Contractor's expense. The restoration cost to the Contractor will include filing the required Record of Survey or Corner Records with the County of Orange. 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. SECTION 4 - -- CONTROL OF MATERIALS 4 -1 MATERIALS AND 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. SP3OF33 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 3'd 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." 5-8 SALVAGED MATERIALS Refer to Section 86 -7 of these Special Provisions. 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, the Contract and Insurance documents have been submitted, and a schedule of work and traffic control plans have been approved by the Engineer. The Contractor shall submit a construction schedule and traffic control plans to the Engineer for approval a minimum of five working days prior to the pre - construction meeting. 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 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." SP4OF33 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 80 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 15 ,t 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 4t ", 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 — half day), December 25th (Christmas), and December 31st (New Year's Eve — half day). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 8:00 a.m. to 4:00 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 4:00 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. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500 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. SP5OF33 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 -6 THE CONTRACTOR'S REPRESENTATIVE In order to communicate with the Agency, the Contractor's representative, superintendent, or person in charge of specific work shall be able to speak, read, and write the English language. 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." 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 saw cutting 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 Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at http: / /www.ei!y. newport- beach .ca.us /pubworks /links.htm." 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. SP 6 OF 33 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 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 lay down area. The Contractor shall restore the lay down 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: "The Contractor shall submit to the Engineer - at least five working days prior to the pre - construction meeting - a traffic control plan and detour plans(s) for each street and parking lot. 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, signed, SP7OF33 and sealed by a California licensed Civil Engineer or Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. 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. 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. 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 -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 RECORDS /AS BUILT DRAWINGS. A stamped set of approved plans and these contract special provisions 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. The "As- Built" plans 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 9-3 PAYMENT SP8OF33 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: Work under this item shall include providing bonds, insurance and financing, preparing the traffic control plan, preparing the SWPPP or BMP Plan, construction schedule, and all other related work as required by the Contract Documents. Item No. 2 Balboa Boulevard /32nd Street Traffic Signal Modification (T- 5935 -S): Work under this item shall include, but not be limited to, furnishing and installing a new traffic signal controller cabinet, complete, including the traffic signal controller and plugables, traffic signal pole foundations (traffic signal poles for this location shall be provided by the City), signal heads, pedestrian heads /button assemblies, luminaires, conduit, wiring, pull boxes, BBS System, all necessary hardware, and all other work necessary to modify the traffic signal at the Balboa Boulevard /32nd Street intersection per plan T- 5935 -S. Dewatering of new pole foundations is anticipated. Item No. 3 Balboa Boulevard /32nd Street Traffic Signal Service Relocation: Work under this item shall include, but not be limited to, all work, materials and costs involved in the relocation of the traffic signal electrical service at the Balboa Boulevard /32nd Street intersection per plan T- 5935 -S , including abandoning the existing service. Item No. 4 Balboa Boulevard /32nd Street 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 Balboa Boulevard /32nd Street intersection, including pedestrian push buttons. This item excludes vehicle detection. Item No. 5 Balboa Boulevard /River Avenue Traffic Signal Modification (T-5934- S): Work under this item shall include, but not be limited to, furnishing and installing a new traffic signal controller cabinet, complete, including the traffic signal controller and plugables, traffic signal poles, pole foundations, signal heads, pedestrian heads /button assemblies, luminaires, conduit, wiring, pull boxes, BBS System, all necessary hardware, and all other work necessary to modify the traffic signal at the Balboa SP9OF33 Boulevard /River Avenue intersection per plan T- 5934 -S. Dewatering of new pole foundations is anticipated. Item No. 6 Balboa Boulevard /River Avenue 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 Balboa Boulevard /River Avenue intersection, including pedestrian push buttons. This item excludes vehicle detection. Item No. 7 Balboa Boulevard /21St Street Traffic Signal Modification (T- 5945 -S): Work under this item shall include, but not be limited to, providing and installing a traffic signal controller cabinet, complete, including controller, plugables, and all other work necessary to modify the traffic signal at the Balboa Boulevard /21St Street intersection per plan T- 5945 -S. Item No. 8 Remove and Construct P.C.C. Access Ramps: Work under this item shall include, but not be limited to, removing existing improvements and constructing six (6) P.C.C. access ramps including detectable warning surface per City Standard 181- L- A/B /C /D (11/2005 Revision); four (4) at the Balboa Boulevard /32nd Street intersection and two (2) at Balboa Boulevard /River Avenue intersection, including furnishing detectable warning surface pavers and all other work items as required to complete the work in place. Item No. 9 Remove and Construct P.C.C. Median Nose: Work under this item shall include, but not be limited to, removing the existing median nose and constructing a P.C.C. median nose at the Balboa Boulevard /River Avenue intersection, and all other work items as required to complete the work in place. Item No. 10 Furnish and install Battery Backup Systems at 17 Existing Traffic Signal Locations: Work under this item shall include, but not be limited to, providing and installing Dimension Battery Backup Systems, including all necessary components to operate as intended. See Exhibit A for locations. Item No. 11 Furnish and install Opticom Emergency Vehicle Preempt Equipment at the Coast Highway /Goldenrod Avenue intersection: Work under this item shall include, but not be limited to providing and installing Opticom detectors, cable, and discriminators as detailed in Exhibit B. Item No. 12 Furnish and install Opticom Emergency Vehicle Preempt Equipment at the Coast Highway /Marguerite Avenue intersection: Work under this item shall include, but not be limited to providing and installing Opticom detectors, cable, and discriminators as detailed in Exhibit C. 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 10 OF 33 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 -1.6 Matching Concrete. Add to this section: "P.C.C. to be reconstructed must match the characteristics of existing P.C.C., including color and pattern." 201 -2 REINFORCEMENT FOR CONCRETE 201 -2.2.1 Reinforcing Steel. Add to this section: "Reinforcing steel shall be Grade 60 steel conforming to ASTMA 615 with 2 -inch minimum cover unless shown otherwise on the plans." SECTION 203 BITUMINOUS MATERIALS 203 -1 PAVING ASPHALT 203 -1.1 General. Add to this section: "All asphalt concrete used on the work shall be III- C3 -AR- 4000" If necessary, base asphalt concrete shall be 132 -AR -4000 PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 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 Sold Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at http: / /www.city.newport- beach. ca.us /GSV /Frachised %20Haulers htm." 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 saw cuts. SP 11 OF 33 Final removal between the saw cut 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." 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 2 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 patch back 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 -5.5 Finishing 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 "V -X" for water valve locations. "X" shall indicate the number of feet from the SP 12 OF 33 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 86 - -- SIGNALS, LIGHTING, AND ELECTRICAL SYSTEMS 86 -1 General The Contractor shall furnish all tools, equipment, except that furnished by the City, materials, supplies, and manufactured articles and shall perform all operations necessary to construct traffic signal and street lighting facilities as shown on the drawings and as specified herein. 86 -1.01 Description Furnishing and installing traffic signals and highway lighting systems and payment therefore shall conform to the provisions in Section 86, Signals and Lighting, of the Standard Specifications and the Standard Plan of the State of California, Department of Transportation, dated July 2002, and these Special Provisions. 86 -1.04 Equipment List and Drawings The controller cabinet schematic wiring diagram and intersection sketch, to be mounted on the cabinet door (24" x 36 "), shall be combined into one drawing so that, when the cabinet door is open, the drawing is oriented with the intersection. Furnish one mylar reproducible, in addition to the required five sets, of the cabinet schematic wiring diagram. 86 -1.05 Warranties, Guarantees, and Instructions Sheets The Contractor shall guarantee the entire work constructed by him /her under this contract will fully meet all requirements as to quality of workmanship and materials furnished by the Contractor. The Contractor shall make, at their own expense, any repairs or replacements made necessary by defects in workmanship or materials furnished by him/her that become evident within twelve months after filing of the Notice of Completion of the work and to restore to full compliance with the requirements of these Specifications, any part of the work which during the twelve -month period is found to be deficient with respect to any provision of the plans and specifications. The Contractor shall make all repairs and replacements promptly upon receipt of written work orders from the Engineer. If the Contractor fails to make the repairs and SP 13 OF 33 replacements promptly, the City may do the work and the Contractor and the Contractor's surety shall be liable to the City for the cost. 86 -1.06 Maintaining Existing and Temporary Electrical Systems The following paragraphs shall be added to 86 -1.06: Traffic signal system shutdown shall be limited to 4 -hour periods between the hours of 9:00 AM and 3:00 PM on weekdays (Monday through Thursday), except as authorized by the Engineer. "STOP AHEAD" and "STOP" signs shall be furnished by the contractor and shall conform to the provisions in Section 12 -3.06, "Construction Area Signs," of the Standard Specifications except that the base material for the signs shall not be plywood. Two "STOP AHEAD" signs and two "STOP" signs shall be placed for each direction of traffic. Locations of the signs shall be as directed by the Engineer. If deemed necessary by the Engineer, an approved digital message board may be required. The Contractor shall install temporary overhead wiring and equipment to maintain full signal operation (except for vehicle detection) and safety lighting at locations designated in bid items. This wiring shall include operation of pedestrian push buttons. No exception shall be allowed. 86 -1.07 Scheduling of Work 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. The City of Newport Beach Public Works Department or City representative shall be notified a minimum of five working days in advance of beginning of modifications to channelization, signing, traffic signal and lighting systems. 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. SP 14 OF 33 86 -2 MATERIALS AND INSTALLATION 86 -2.01 Excavating and Backfilling The following paragraph shall be added to 86 -2.01: At the discretion of the City Inspector, all excavated material shall be removed from the site and backfilled with compacted crushed aggregate or other approved material and topped with temporary asphalt concrete on the same working day as removed until permanent pavement is applied. A temporary alternative to backfilling, with permission of the Engineer, shall be the placement of steel plates with temporary asphalt concrete ramping at the edges. Such plating shall not be allowed for more than two (2) working days, after which backfill shall be required. The second and third sentences of the third paragraph of 86 -2.01 shall be deleted and replaced with the following sentence: All backfill shall be compacted to 95% relative compaction. 86 -2.03 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. All material removed for pole foundations shall become the property of the Contractor and shall be disposed of outside the site of work by and at the expense of the Contractor. 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. Dewatering of new pole foundations is anticipated. It is the responsibility of the Contractor to remove and dispose of intrusive water per Section 7 -8.6 of these special provisions. SP 15 OF 33 86 -2.04 Standards, Steel Pedestals, and Posts Contractor shall furnish all hardware to meet the state specifications for all new and relocated equipment. The hardware shall be hot -dip galvanized or stainless steel as detailed. 86 -2.05 Conduit (Rigid) Metallic conduit shall only be used to repair existing metallic conduit in kind or as shown on plan. Insulated bonding bushings will be required on metal conduit. After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type of sealing compound. Rigid metal conduit, to be used as a drilling or jacking rod, shall be fitted with suitable drill bits for size hole required. 86 -2.05 Conduit (PVC) The following paragraphs shall be added to 86 -2.05: All new conduit runs shall be two -inch (53 mm), Type 3, rigid, non - metallic (PVC, Schedule 80) unless shown otherwise on the plans. The installation of this PVC shall be from box to box with no field connections from galvanized to PVC allowed. After conductors have been installed, the ends of conduit termination in pull boxes and controller cabinets shall be sealed with an Agency - approved type of sealing compound. 86 -2.06 Pull Boxes Grout in bottom of pull boxes will not be required Where the sump of an existing pull box is disturbed 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. All new pull boxes shall be Number 6 unless otherwise shown on plans. Pull boxes, pull box covers, and pull box extensions shall be concrete. No new pull boxes shall be installed in or within one foot of any curb ramp. Standard Plan Drawing ES -8, Pull Box Details, Note 4 -a.5 and b.10, shall not apply to this project. SP 16 OF 33 86 -2.08 Conductors 86 -2.08E shall be replaced with the following paragraph: Traffic signal interconnect cables (SIC) shall not be spliced unless shown otherwise on the plan. The number of pairs to be provided shall be as shown on the plans. SIC shall be AWG #19 and conform to IMSA Specification 40 -2. A minimum of 3 -feet of slack shall be provided at each pull box and 6 -feet of slack at each traffic signal controller cabinet. The ends of unused SIC conductors shall be folded back and taped securely to the cable. 86 -2.09 Wiring The following paragraphs shall be added to 86 -2.09: Ungrounded traffic signal conductors shall not be spliced The first paragraph of 86- 2.09D, "Splicing" shall be deleted and replaced with the following: Conductors shall be run continuous from terminal block to terminal block, except that signal neutral conductors and multiple lighting circuit conductors may be spliced and soldered in pull boxes. Conductors No. 8 AWG or larger shall be spliced by the use of "C" shaped compression connectors and soldering. "Method B" as shown on CSP ES- 13A shall be used to insulate splices. Heat shrink tubing shall not be allowed. 86 -2.10 Bonding and Grounding All grounding shall be according to the 2002 NEC Article 250. Grounding jumper shall be attached by a 3/16 inch or larger brass bolt in the signal standard or controller pedestal and shall be run to the conduit, ground rod or bonding wire in adjacent pull box. Grounding jumper shall be visible after cap has been poured on foundation. 86 -2.11 Service Electrical service shall be modified Type 11, 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. Refer to State Standard Plans ES- 26 and City Standard 910 -L (P and R cabinets) 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 SP 17 OF 33 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 contractor's responsibility to verify the location of service to make arrangements for and to pay for all costs to provide the 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 and Telephone Company within three days of receiving the Notice to Proceed. Contractor is responsible to determine and verify the exact location of electrical service and telephone service feed points. Failure to comply shall be a basis for rejecting requests for additional working days based upon utility company delays. 86 -2.14 Testing The City will not require that the traffic signal control equipment or cabinet be tested at the California Transportation Laboratory or other independent test facility. However, the City will require a Certificate of Compliance be forwarded to the City along with a written certification from the supplier stating that the controller units, auxiliary equipment, and cabinet, fully wired, meet the requirements of the Standard Specifications and these Special Provisions. The functional test for each lighting system shall consist of not less than fourteen (14) days. If unsatisfactory performance of the system develops, the conditions shall be corrected and the test shall be repeated until the 14 days of continuous, satisfactory operation is obtained. The sixth paragraph in 86 -2.14 shall be amended to read: During the test period, the City or its representative will maintain the system or systems. The cost of any maintenance necessary, except electrical energy and maintenance due to damage by public traffic, shall be at the Contractor's expense and will be deducted from any monies due, or to become due, the Contractor. The sixth paragraph in 86 -2.14c shall be amended to read: A shutdown of the electrical system resulting from damage caused by public traffic or from interruption shall not constitute discontinuity of the functional test. Turn -on of the new traffic signal shall be scheduled only for the hours between 9 AM and 12 noon and shall not be on, nor shall the functional test start on a Friday, SP 18 OF 33 Saturday, Sunday, holiday, or any day preceding a holiday. The Traffic Engineer shall be notified at least two working days prior to the intended turn -on. If the scheduled turn- on cannot be completed before noon, it shall be rescheduled subject to the limitation of this section. All signal heads and pedestrian heads shall remain covered prior to signal turn -on. The Contractor shall at his own expense, arrange to have a signal technician, qualified to work on the controller assembly and employed by the controller assembly manufacturer, present at the time the equipment is turned on. The following paragraphs shall be added to 86- 2.14B: 'The City of Newport Beach Public Works Department shall be notified a minimum of two working days in advance of planned connection of the modified traffic signal to the traffic signal communications system, if the modified traffic signal is to be connected to the traffic signal communications system. Upon completion of installation of new SIC (if shown on the plans), the CONTRACTOR shall perform the following tests: 1. A continuity measurement shall be performed for each conductor and the cable shield. Conductor resistance shall not be more than 10 ohms per 1000 -feet for each cable conductor and shield of the communications cable. The resistance shall be measured with an ohmmeter having minimum impedance of 1- megaohms per volt. The resistance of each pair shall be recorded and furnished to the ENGINEER. 2. An insulation resistance measurement shall be performed for each conductor and the cable shield. The insulation resistance shall be measured with all connections to the conductor or shield under test removed and all other conductors in the cable grounded. The measurement shall be made with a DC potential of not less than 360 volts and not more than 550 volts, applied for one minute. Insulation resistance of each cable conductor and the shield shall exceed 1000 meg -ohm miles. The insulation resistance of each conductor shall be recorded and shall be furnished to the ENGINEER. 3. A signal attenuation test shall be performed on each cable pair of each cable in the system. The signal attenuation shall be measured with all connections to the system in place. The attenuation test shall consist of a measurement of circuit loss of the cable pair under test when a 2200 -Hertz electrical signal at 0.0 dBm is applied to one of the pair and the signal level is measured at the end points. The CONTRACTOR shall perform the tests and document the results. When the tests are completed, whether successful or not, the test results and the test data shall be furnished to the ENGINEER. SP 19 OF 33 Furnishing all materials, labor, and equipment for the testing of the SIC, recording of the data, and transmittal to the ENGINEER is considered part of the lump sum bid for "Traffic Signal Modification" and no additional costs will be allowed therefore." 86 -3 CONTROLLER ASSEMBLY 86 -3.02 Type 90 Controller Assembly /Bike Timing Logic Assembly Type 90 controller assembly shall be an 8 -phase Multisonics 820A Controller compatible with the City's VMS System, complete with integral time base coordination capability. The controller shall be installed in a Type "P" or "R" cabinet per plan. The controller and cabinet shall include, but not be limited to, the following: (This list may vary depending on location.) 1 ea. Model 820A Controller 1 ea. "P" or "R" Cabinet (per plan) 1 ea. 820A D Panel 1 ea. Conflict Monitor (SSM -12E or equivalent) 1 ea. Detector Rack w /12 Model 262FC -1 Detectors 12 ea. Loadswitches (tsc 200 -OICL or equivalent) 1 ea. Flasher Unit 4 ea. Flash Transfer Relay 1 ea. 12 Pair Interconnect Block 1 ea. Bike Logic w /P26 Cable 2 ea. Model 752 Optioom Phase Selector The convenience receptacle shall have ground -fault interruption as defined by the Code. Circuit interruption shall occur on 10 milliamperes of ground -fault current and shall not occur less than 4 milliamperes of ground -fault current. Furnished traffic signal controllers shall be labeled "City of Newport Beach" in white enamel on the face of the controller. Additionally, the controller shall be furnished with the manufacturers serial number affixed to it. Bicycle Timing Logic Package A special external bicycle timing logic package shall be provided in the traffic signal controller cabinet. For each phase on which bicycle push buttons are used, the bicycle timing logic package shall have a separate solid state circuit with a solid state timer capable of an adjustable timing period from 0 to 16 seconds and a display lamp. The lamp shall indicate when a bicycle push button call has been registered and shall remain on until the bicycle timing described below has been completed. SP 20 OF 33 Actuation of a particular bicycle push button will activate its respective bicycle timing circuit, which shall place and hold a vehicle call on the associated vehicle phase as specified below. For actuations received during the yellow or red interval of the phase, the bicycle timing circuit shall place and hold the vehicle call until the start of the next green interval for the phase. At the start of the next green interval, the vehicle call will continue to be held until the present time on the adjustable time has timed out. For actuations received during the green interval of phase, the bicycle timing shall begin immediately and the bicycle timing circuit shall place and hold the vehicle call during the bicycle timing provided that bicycle timing has previously occurred during that same green interval. Actuations received during the green interval while the bicycle timing is in effect, or after the bicycle timing has been completed, will not be remembered or carried over to the next cycle. The bicycle timing shall be totally independent of the controller timing and the removal of the bicycle timing logic package shall not affect the normal operation of the controller. If vehicles or pedestrians are also placing calls on the phase that has received a call from the bicycle timing circuit, then either the vehicle time, pedestrian time, or the bicycle time, whichever is longest, shall be in effect during the time the affected phase is being serviced. The bicycle timing logic package shall be provided in a separate shelf- mounted housing, and the individual timing circuits for each of the individual phases shall be in the same housing and shall be connected by a NEMA- approved connector and harness. 86 -3.04 Controller Cabinets Where an "R" cabinet shall be installed as indicated on the plan, it shall be equipped with an extra shelf to accommodate the batteries for the BBS. Type 90 "P" and "R" cabinets shall be white in color. 86-4 TRAFFIC SIGNAL FACES AND FITTINGS 86 -4.01 Vehicle Signal Faces All vehicle indications /heads shall be furnished and replaced new, including mounting framework and hardware. All 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. SP 21 OF 33 The Contractor shall furnish and install Lingo Industrial Electric Model LESVIT (or Agency- approved equal) terminal compartments except on 1A poles. All new vehicle indications, visors, and back plates shall be structural plastic. Top openings of vehicle indications shall be sealed with neoprene gaskets. 86 -4.02 Light Emitting Diode Signal Module All LED vehicle indications shall be Dialight or Gelcore brand (or Agency approved equal). All heads shall be furnished new by the Contractor with the LED units installed. 86 -4.06 Pedestrian Signals All Pedestrian indications/assemblies shall be furnished and replaced new, including mounting hardware. All pedestrian indications shall be new Dialight or Gelcore brand (or Agency approved equal) Type A (LED) count -down module with structural plastic housings and stainless steel hardware and shall be furnished with bronze terminal compartments. 86 -5 DETECTORS 86 -5.01 Vehicle Detectors Sensor units shall be two channel, rack mounted, as manufactured by IDC Detector Systems, Model 262FC -1, or Agency-approved equal. Loop wire shall be Type 2. Loop detector lead -in cable shall be Type B. Loop sealant shall be Hot -Melt Rubberized Asphalt Sealant. The number of sensor units and lead -in cables required to achieve the specified detection shall be installed. Traffic signal loop detectors shall be installed per Caltrans Standard Plans ES -5A and ES -513 and shall be Type E spaced ten feet apart, and shall extend one foot into the crosswalk. All installed loop detectors shall be completely functional to the satisfaction of the prior to the turn -on of the modified traffic signal. 86 -5.02 Pedestrian Push Button Assemblies All Pedestrian and bicycle push buttons /assemblies shall be furnished and replaced new, including mounting hardware. SP 22 OF 33 Pedestrian push button signs, for push button assemblies to be installed on pedestrian push button posts shall be 5" x 7 -112 ". All other pedestrian push button signs shall be 9" x 12" and shall not extend beyond the mounting framework. 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 -112 ". Pedestrian push button assemblies shall comply with ADA requirements (Federal Register/Vol. 59, No. 117, Section 14.2.5). 86 -6 LIGHTING 86 -6.01 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 200W (see plans) HIPS with light distribution M -C -3, approved equal, or as shown on the approved plans. 86 -6.01A 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 mast 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." Regulator Type Ballasts, of the Standard Specification is amended to read: SP 23 OF 33 "Regulator -type ballasts shall be Jag -type or lead -type and shall conform to the following: 86- 6.01A(1)a 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 tamp 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 -112 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. 86.6.01A(1)b 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: 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. SP 24 OF 33 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." 86 -6.065 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 be NuArt Lighting Products brand with Inductive Lamp technology. The inductive internally illuminated street name signs shall be 35 Watts with external ballast (120,000 life hours). Internally illuminated street name signs shall conform to Section 86 -6.065 of the State Standard Specifications with the exception of the Ballasts, Lampholders, and Lamps, which shall be replaced with Inductive Lamp Technology. 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 approval by the Engineer. Sign legends shall be white on a green background. 86 -6.07 Photoelectric Controls Type IV photoelectric (shorting caps) controls shall be provided on each luminaire. 86 -7 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT 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. As requested, 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. Items to be salvaged and delivered to the City may include but are not limited to the following: • Opticom detectors and phase selectors; • Existing traffic signal controllers; • All existing LED indications; • All existing count down pedestrian modules; • All existing load switches; and • All existing conflict monitors. SP 25 OF 33 Existing equipment removed and not reused 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. All labor, materials, equipment and other incidental items and expenses to remove, salvage, deliver, stack or dispose of salvaged traffic signal equipment and materials shall be provided by the Contractor and shall be considered to be included within the lump sum bid price for "Traffic Signal Modification" and no additional compensation shall be allowed therefore. 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. The EVP system shall consist of the following components • Model 752, phase selection units and Model 760 rack, as manufactured by 3M Company; • Model 722 Optical Detector units, as manufactured by 3M Company; and • Model 138 Optical Detector Cable, as manufactured by 3M Company. If non -3M Company Equipment is proposed, the equipment shall be capable of logging up to 100 events, including user classification, vehicle identification number from among up to 20,000 vehicles, time of priority, elapsed time in priority phase, direction of priority phase, and total duration of priority. The equipment shall be fully compatible and interchangeable with 3M hardware indicated above. The event log shall be retrievable using PC software and hardware intended for use with 3M Model 722 Optical detector units. Equipment shall be tested by a representative of the manufacturer at the date of signal turn on. Existing EVP equipment shall only be reused at the Balboa Boulevard /21St Street intersection. Other locations shall be furnished and installed new per the plans. BATTERY CABINET Where BBS system is to be installed on a "P" or 332 cabinets, a separate battery cabinet shall be furnished and installed to house the batteries. The battery cabinet shall be PIN FCU103980 or approved equal, made of Aluminum alloy, and of a size and details as shown on EXHIBIT D. As noted in Exhibit A, a larger cabinet, 20 1'x36 "x17 ", shall be furnished and installed at the Coast Highway /Newport Coast Drive intersection. The SP 26 OF 33 construction method, features, and quality of the larger cabinet shall be the same as that of P/N FCU103980 and shall be approved by the Engineer. The battery cabinets for Type 90 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 foundations. The battery cabinets for the Type 332 controller cabinets shall be brushed natural aluminum and be mounted to the side of the signal cabinet at a minimum height of 30" above the foundations. BATTERY BACKUP SYSTEM The Contractor shall furnish and install a 24 volt Dimensions Uninterruptible Power Supply for use with a Name system (shelf- mount) or for use with a 17012070 system (rack- mount) as detailed on plans and Exhibit A. 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 batteries for the BBS system shall be installed within an "R" cabinet on an extra shelf (to be furnished with "R" Cabinet) and shall be installed in an approved battery cabinet to be mounted on the side of a "P" cabinet per the 'Battery Cabinet" section of these Special Provisions. NOTE: The BBS at Coast Highway /Newport Coast Drive intersection shall be a special installation. At this location, the BBS and the batteries shall be installed in a larger 20 "x36 "x17' cabinet (as detailed in the "Battery Cabinet' section of these Special Provisions) installed on the side of the existing 332 controller cabinet. The BBS shall be a shelf -mount unit. The Contractor shall at his own expense, arrange to have a technician, qualified to work on the UPS assembly and employed by the UPS 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. SPECIFICATIONS FOR 24V BATTERY BACK -UP SYSTEM FOR NEMA TRAFFIC EQUIPMENT INSTALLATIONS UTILIZING LIGHT EMITTING DIODES (LED) TRAFFIC SIGNAL MODULES, WITH THE BBS AND BATTERY MOUNTED INSIDE THE NEMA EQUIPMENT CABINET. GENERAL This specification establishes the minimum requirements for a complete emergency battery backup system for use with Light Emitting Diode (LED) Traffic Signal Modules. The Battery Backup System (BBS) shall include, but not be limited to the following: Inverter /Charger, batteries, combination power transfer relay and manual bypass switch and all necessary hardware and SP 27 OF 33 interconnect wiring. The BBS shall provide reliable emergency power to a traffic signal system (Vehicle and Pedestrian Traffic) in the event of a power failure or interruption. The BBS shall be capable of providing power for full run -time operation for an "LED - only' intersection (all colors: red, yellow, green and pedestrian heads), an intersection with only yellow and/or pedestrian incandescent bulbs or flashing mode operation for an intersection using Red LED's. The BBS shall be designed for outdoor applications. The BBS system shall be UL listed for use with traffic signal equipment. The general category shall be QQIJ Power Supplies, Specialty. The specific listing shall be DC -AC inverter with integral battery chargers, for use with traffic signal equipment. The BBS shall be made in the USA 1.0 OPERATION 1.1) The BBS shall provide a minimum two (2) hours of full run -time operation for an "LED- only" intersection (minimum 700W /1000VA active output capacity, with 80% minimum inverter efficiency). The BBS shall have at least 6000 watts of peak power. 1.2) The maximum transfer time allowed, from disruption of normal utility line voltage to stabilized inverter line voltage from batteries shall be 65 milliseconds. The same maximum allowable transfer time shall also apply when switching from inverter line voltage to utility line voltage. 1.3) The BBS shall provide the user with 2 sets of three (3) double -pole double -throw (DPDT) dry relay contact closures, available on two terminal blocks (one side of each relay on each block) with #6/32 screw terminals rated at a minimum 120V/1A, and labeled so as to identify each contact. The terminal block wiring shall be protected with a clear plastic cover. There shall be a LED indication when each relay is activated. All relays should be deactivated when the inverter switch is off. 1.3.1) The first relay contact closures shall be energized whenever the unit switches to battery power. Contacts shall be labeled or marked "On Batt." 1.3.2) The second relay contact closures shall be energized whenever the battery approaches approximately 40% of remaining useful capacity. Contacts shall be labeled or marked "Low Batt." There shall be a manually adjustable potentiometer to variably adjust this value based on the specific load. SP 28 OF 33 1.3.3) The third relay contact closures shall be energized two hours after the unit switches to battery power. Contacts shall be labeled or marked "Timer." 1.4) Operating temperature for the inverter /charger, and power transfer relay and manual bypass switch shall be —37 °C to +74 °C. 1.5) The Power transfer relay and manual bypass switch module shall be rated at 240VAC /30 amps. 1.6) The BBS shall use a temperature- compensated battery charging system. The charging system shall compensate over a range of 2.5 — 4.0 mV/ °C per cell. 1.6.1) The temperature sensor shall be external to the inverter /charger unit. The temperature sensor shall come with 2 meters (66 ") of wire. 1.7) Batteries shall not be recharged when battery temperature exceeds 50 °C ± 3 °C. 1.8) BBS shall bypass the utility line power whenever the utility line voltage is outside of the following voltage range: 100VAC to 130VAC (± 2VAC). 1.9) When utilizing battery power, the BBS output voltage shall be between 110 VAC and 125 VAC, pure sine wave output, <_ 3% THD, 60Hz ± 0.05Hz. 1.10) BBS shall be compatible with all NEMA controllers, other equipment and cabinet components for full time operation. 1.11) In cases of low (below 98VAC) or absent utility line power, when the utility line power has been restored at above 105 VAC ± 2 VAC for more than 30 seconds, the BBS shall transfer from battery backed inverter mode back to utility line mode. 1.12) In cases of high utility line power (above 132VAC), when the utility line power has been restored at below 125VAC ± 2 VAC for more than 30 seconds, the BBS shall transfer from battery backed inverter mode back to utility line mode. 1.13) BBS shall be equipped to prevent a malfunction feedback to the cabinet or from feeding back to the utility service. 1.14) In the event of inverter /charger failure, battery failure or complete battery discharge, the power transfer relay shall revert to the NC (and de- energized) state, where utility line power is connected to the cabinet. 1.15) Recharge time for the battery, from "protective low - cutoff' to 80% or more of full battery charge capacity, shall not exceed ten (10) hours. SP 29 OF 33 2.0 MOUNTING/ CONFIGURATION (NEMA SYSTEM) 2.1 a) The complete BBS, including batteries, shall fit inside a typical, fully equipped NEMA Cabinet for "R" Cabinets. 2.1 b) The complete BBS, excluding batteries, shall fit inside a typical, fully equipped NEMA Cabinet for "P" Cabinets. The batteries shall be installed in a separate cabinet mounted to the side of the "P" Cabinet as per the "Battery Cabinet' section of these Special Provisions. 2.2) The mounting method shall be shelf- mount. The BBS dimensions shall be no wider than 12.5 inches to conserve shelf space. 2.2.1) The BBS shall be shelf- mounted with wiring, controls and meters in the front and clearly readable. The BBS should not be mounted side ways. 2.2.2a) All batteries should mount on an extra shelf (to be provided with the "R" Cabinet). 2.2.2b) All batteries should mount on existing shelves within the approved battery cabinet mounted to the side of the "P" Cabinet. 2.2.3) The Power transfer relay and manual bypass switch shall mount at a convenient location. 2.3) All interconnect wiring shall be provided between Power transfer relay and bypass switch and Cabinet Terminal Service Block and shall be no less than 2 meters of UL Style 1015 CSA TEW with the following characteristics: • AWG Rating: 10 AWG • Stranding: 105 strands of 30 AWG tinned copper • Rating: 600 V, 105 °C, PVC Insulation 2.4) Relay contact wiring provided for each set of NO /NC relay contact closure terminals shall be 3 meters of UL Style 1015 CSA TEW 18 AWG wire, same ratings as above, except 16 strands of 30 AWG tinned copper. 2.0 MOUNTING/ CONFIGURATION (170/2070 SYSTEM IN 332 CABINET) NOTE: All references made to EIA rail or EIA 19" (482.6mm) rack shall conform to Electronic Industries Standards EIA - 310 -13, Racks, Panels, and Associated Equipment, with 10 -32 "Universal Spacing" threaded holes. 2.1) Complete BBS (excluding the batteries), shall fit inside a typical, fully equipped Model 332A Cabinet that includes one Model 170E or 2070 Controller. SP 30 OF 33 2.2) Mounting method shall be shelf- mount, rack - mount, or combination of either. Front - mounted available rack space is 3U or approximately 6 inches. 2.2.1) The BBS shall be rack - mounted and mount from the front of the cabinet with controls and meters in the front and all wiring connections in the back. 2.2.2) The Power transfer relay and manual bypass switch shall mount on the EIA rail. 2.3) All necessary hardware for mounting (shelf angles, rack, etc) shall be included in the bid price of the BBS. A minimum of 6 bolts /fasteners shall be used to secure swing -trays to the 19" Cabinet rack. Bolts /fasteners and washers shall meet the following requirements: • Screw type: Pan Head Phillips machine screw • Size and Thread pitch: 10 -32 • Material: 18 -8 stainless steel (Type 316 stainless steel is acceptable as an alternate) • Washer: Use one flat washer (18 -8 stainless steel) under the head of each 10 -32 screw (provided that the screws are properly tightened, lock washers are unnecessary.) • Number of screws per swivel bracket, minimum: 6 screws (minimum) per swivel bracket. Spaced evenly along bracket, with one screw near each end. 2.4) All interconnect wiring shall be provided between Power transfer relay and bypass switch and Cabinet Terminal Service Block and shall be no less than 2 meters of UL Style 1015 CSA TEW with the following characteristics: • AWG Rating: 10 AWG • Stranding: 105 strands of 30 AWG tinned copper • Rating: 600 V, 105 °C, PVC Insulation 2.5) Relay contact wiring provided for each set of NO /NC relay contact closure terminals shall be 3 meters of UL Style 1015 CSA TEW 18 AWG wire, same ratings as above, except 16 strands of 30 AWG tinned copper. 2.6) The batteries shall be mounted in an external cabinet. 3.0 MAINTENANCE, DISPLAYS, CONTROLS AND DIAGNOSTICS 3.1) The BBS shall include a LED display to indicate battery voltage and standard meter probe input jacks ( +) and ( -) to read the exact battery voltage. 3.2) The BBS shall have lightning surge protection compliant with IEEE /ANSI C.62.41. SP 31 OF 33 3.3) The BBS shall be equipped with an integral system to prevent battery from destructive discharge and overcharge. 3.4) The BBS and batteries shall be easily replaced with all needed hardware and shall not require any special tools for installation. 3.5) The BBS shall include a front -panel event counter display to indicate the number of times the BBS was activated and a front -panel hour meter to display the total number of hours the unit has operated on battery power. Both meters shall have push button resets. 3.6) Manufacturer shall include a set of equipment lists, operation and maintenance manuals, and board -level schematic and wiring diagrams of the BBS, and the battery data sheets. 4.0 RS232 4.1) The BBS shall be equipped with RS232 communications. The connector shall be a DB -9 female connector. 4.2) Connection to the BBS shall be with a standard, readily available RS232 cable. Custom cabling is not allowed. 4.3) The BBS system shall be monitored and controlled by using HyperTerminal or other readily available terminal emulation software. Proprietary software is not allowed. 4.4) The BBS Communication Interface shall display BBS Status as well as allow for inputting of BBS Commands. 4.4. 1) The BBS Status shall display the following information: 1) AC Transfer Pts.: Displays the current setting of the AC transfer threshold points. 2) BBS Mode: Displays whether the BBS is in Standby or Backup mode. When in Backup mode this also indicates that 'On Batt-Relay A' is active. 3) Outage Counter: Displays the current number of outages since the Outage meter was last reset. 4) Total Outages: Displays the total number of outages since the BBS was installed. This cannot be reset. 5) Run Time: Displays the current Run Time of the unit since the Run Time meter was last reset. 6) Total Run Time: Displays the total Run Time of the unit since the BBS was installed. This cannot be reset. 7) Batt. Level: Displays the current battery capacity. SP 32 OF 33 8) Batt. Full: Indicates that the battery bank is fully charged. 9) Chk. Batt.: Indicates a problem with the batteries or the charger. 10) Low Batt. Relay: Indicates that the battery bank has reached the Remaining Capacity point set in Section 5.1 and that `Low Batt-Relay B', is active. 11) Timer Relay: Indicates that the BBS has been in backup mode for 2 hours and that `Timer -Relay C', is active. 12) Overload: Indicates that an overload condition exists. 13) High Temp: Indicates that a high temperature condition exists. 4.4.2) The BBS Command section shall be as follows: 1) Set Time: Set the time in the following 24HR format hh:mm. 2) Set Date: Set the date in the following format. mm /dd /yy. 3) Status Update: Press to update the display with current BBS information. 4) Reset Outage Meter: Resets both the internally stored Outage Counter and the external Outage Meter. The unit will keep a total running count of all outages. 5) Reset Run Time Meter: Resets both the internally stored current Run Time Meter and the external Run Time Meter. The unit will keep a total run time for the life of the unit. 6) Display Event Buffer: Scroll out the BBS events to the display. All events are stamped with the date and time. 7) Change AC Level Setting: Switches the acceptable input AC threshold range from the standard 100 -130 VAC to the optional 95 -134 VAC range. 8) Model Number: Enter the model number of the unit using ASCII - Numeric text. Serial Number: Enter the serial number of the unit using ASCII - Numeric text. 5.0 BATTERY SYSTEM 5.1) Individual batteries shall be: • Voltage rating: 12V type • Amp -hour rating: 105 amp -hour maximum • Group size: 31 maximum • Batteries shall be easily replaced and commercially available off the shelf. 5.2) Batteries used for BBS shall consist of 2 to 8 batteries to run the loads for the specified time, and a maximum system voltage of 24 VDC to comply with NEC Class 2 Voltage. 5.3) Batteries shall be deep cycle, sealed prismatic lead - calcium based AGMNRLA (Absorbed Glass Mat/ Valve Regulated Lead Acid). 5.4) Batteries shall be certified by the manufacturer to operate over a temperature range of — 25 °C to +74 °C. 5.5) The batteries shall be provided with appropriate interconnect wiring. SP 33 OF 33 6.0 BATTERY HARNESS 6.1) Interconnect wiring shall be via two -piece modular harness consisting of 8 gauge welding style cable, UL listed, super K90. 6.2) Cable assembly shall be equipped with insulated, mating, power pole style connectors. Where two -piece power pole style connectors are used Positive ( +) shall be red, Negative ( -) shall be black. 6.3) All power pole connectors shall be assembled to. ensure proper polarity and circuit configuration throughout the entire harness. 6.4) Part one of the two -piece harness shall consist of seven inches of appropriate colored cable with '/4 inch ring terminals for connecting to the battery terminal and the appropriate colored modular power pole style connector. 6.5) Battery terminals shall be covered and insulated with appropriate colored molded boots. 6.6) Part two of the harness shall consist of mating two -piece power pole style connectors for connecting to the batteries and a single insulated power pole connector for connecting to the BBS unit. 6.7) Cable length shall be a minimum of 12 inches between batteries and 50 inches between BBS unit and first battery. Other battery-to -battery lengths for different configurations can be specified with the order. 7.0 QUALITY ASSURANCE 7.1) Each BBS shall be manufactured by an ISO 9001:2000 certified company in accordance with a manufacturer Quality Assurance (QA) program. 7.2) QA process and test results documentation shall be kept on file for a minimum period of seven years. 7.3) Each system shall be visually inspected for any exterior physical damage or assembly anomalies. Any defects shall be cause for rejection. 8.0 WARRANTY 8.1) Manufacturers shall provide a two (2) year factory- repair warranty for parts and labor on the BBS from date of acceptance. 8.2) Batteries shall be warranted for full replacement for two (2) years from date of purchase. 8.3) The warranty shall be included in the total bid price of the BBS. F:SUSERSIPBW1Shared\Contracts\FY 05- 06105 -06 Traffic Signal Upgrades C -3827 /SPECS G3827.doc 24 901 Newport OaCh E�Pp Traffic a nal Contract anna 2006 Battery Backup Locations .oww. Location TVpe Cabinet Color size 1 MacArthur Blvd. at San Miguel Dr. 2 MacArthur Blvd, at Ford Rd. - Bonita Canyon Rd. T33eP Brushed Alum, 24x27x9 3 MacArthur Blvd. at Bison Ave. White 24)27x9 4 Placentia Ave, at Hospital Rd Type P White 24x27x9 5 Superior Ave. at Placentia Ave. Type P White 24x27x9 6 Superior Ave. at Hospital Rd. Type P White 24x27x9 7 Irvine Ave. at 17th St. Type P White 24x27x9 6 Campus Dr, at Airport Entrance Type P White 24x27x9 9 Coast Hwy at Newport Coast Dr. ` Type P White 24x27xg 10 Newport Blvd. at 32nd St. 332 * Brushed Alum. 20x36x17 11 Coast Hwy at Newport Center Drive Brushed Alum. 24x27xg 12 Coast Highway at Cameo Shores /Cameo Highlands Dr. 332 Brushed Alum. 24x27x9 332 Brushed Alum. 24x27x9 13 Coast Highway at Morning Canyon 332 Brushed Alum. 24x27x9 14 Newport Coast Dr. at San Joaquin Hills Rd. 15 Coast Highway at Irvine Terrrace Type P White 24)27x9 16 Balboa Blvd.at 23rd. St. 332 Brushed Alum. 24x27x9 17 Avocado Ave. at San Miguel Dr. Type P White 24x27x9 Type P White 24x27x9 Type P cabinet - shelf mount inverter 332 cabinet - rack mount inverter Shelf mount inverter to be mounted in 20x36x17 battery cabinet. Nusem/ Ow/ shareditMolbatterybagcuptableO5 -M Exhibit "A n Construction Notes O Provide and install 2 new 722 Opticom (3M) detectors as shown on the plan. Use mounting clamp for most arms. O Provide and install 2 ea. Opticom (3M) Model #762 Phase selectors at each Intersection cabinet, OProvide and Install approx. 450 ft of Model #M138 Opticom detector cable. OTurn on and Testing shall be completed and approved by the Manufacturers Representative. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Opticom Installation at Coast Highway at Goldenrod DRAWN RON DATE 12/29/05 APPROVED TRAFFIC ENGINEER R.E. Number Construction Notes O Provide and Instal 2 new 722 Opticom (3M) detectors as shown on the plan. Use mounting clamp for most arms. O Provide and install 2 ea. Opticom (3M) Model #762 Phase selectors at each Intersection cabinet. O3 Provide and install approx. 300ft of Model #M138 Opticom detector cable. OTurn on and Testing shall be completed and approved by the Manufacturers Representative. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Opticom Installation at Coast Highway at Marguerite DRAWN RON APPROVED TRAFFIC ENGINEER R.E. Number DATE 12/29/a5 P/N FCU103980 _ Es FRONT VMW OPEN DOOR SECTION A —A A TOP VIEW MAT RIA — ALUMINUM ALLOY .125 THICK 5052 —H32, SURFACE SHALL HAVE A NATURAL ALUMINUM MILL FINISH. PAINT — OPTIONAL DOORS & L QQ SS — DOORS ARE NEMA 3R CONSTRUCTION WITH NEOPRENE GASKET, RAIN TIGHT CONTINUOUS HINGE .075 THK. ALUM. WITH STAINLESS STEEL PIN, SECURED BY 1/4 -20 SS CARRIAGE BOLTS, STANDARD EQUIPMENT INCLUDES A 3 POINT LOCKING SYSTEMS WHICH SECURES J ;o DOOR AT TOP, BOTTOM.AND CENTER WITH A #2 CORBIN LOCK, DOOR RODS 1/4" X 3/4" ALUM. BAR W/ 1" NYLON ROLLERS, MAIN DOOR HANDLE STEEL, BRUSH ZINC PLATED. SHELVF — ONE REMOVABLE FULL WIDTH SHELVES ARE FURNISHED WITH EACH CABINET, SHELF IS 6.25" DEEP, VENTILATION — A VENT PATTERN IS PROVIDED ON THE UNDERSIDE OF THE COVER OVERHANG, LOUVER SLOTS ARE FORMED IN THE LOWER PART OF THE MAIN DOOR, THIS CREATES A NATURAL MOVEMENT OF AIR AND HAS A COOLING AFFECT ON ELECTRICAL EQUIPMENTS.. AND IF SPECIFICATIONS CALL FOR EXHAUST FAN, PROVISIONS ARE MADE TO ACCOMODATE THE FAN, THE INTAKE AND THE EXHAUST IS RAIN TIGHT AND WILL NOT DRAIN WATER INTO CABINET. ' Ik C 22045 FRONT VIEW RIGHT SIDE r CITY OF NEART BEACH ADMINISTRATIVE SERVICES U =' 3300 NEWPORT BLVD.. P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 ��1FOR� 00 CASH RECEIPT RECEIPT NUMBER: 01000057143 RECEIVED BY: CECILIA PAYOR: FREEWAY ELECTRIC TODAY'S DATE: 05/25/06 REGISTER DATE: 05/25/06 TIME: 07:54:34 02022057 FREEWAY ELECTRIC C -38 T/S UPGRADE ##3827 $44,000_00 TOTAL DUE: $44,000.00 CASH PAID CHECK PAID CHECK NO TENDERED CHANGE $.00 $44,000.00 0�262<9 30,3( $44,000.00 $.00 e y h d aSjub nisi ro` Ali F_"3g s . CD1Ji� 5uerw�rt� Cksf1-�elL.sb.C+�aL� tn!`aT�E:. I%w�' . af- a u wf' l /30�3��. C�i c.cs e ce r. Lieu. OF L49C-43 ►J0R..ntA2, X12 K�- G $AND ` cicC s - re a¢tr5�r �Q`j OF TA(s TD �- %Ct~ec� Wilt s� {o �Il•a c¢k�ruvrc� 4fu: Jk � n„ ,,,",.f $12-570 b if !W fi i A, i a y iY 9C Cashiers Check PREMIER SERVICE M Date: 5102106 022629 -sA 1637 Arlington Avenue; Suite "B" iiverside. CA 92506 Branch: 0002 951) 274-2400 BRIAN MENDOZA DBA FREEWAY ELE RTRINERYICE 3 $, 0 0 dvls 0 cts REMITTER ti7 a PAY THIRTY -EIGHT THOUSAND DOLLARS AND 00 /100 TO THE ORDER OF ** *CITY OF NEWPORT BEACH * ** $38,000.00 1100000022629110 I: i 2 2 24 3 2401!: 0 190000 7811' Y Cashiers Check PREMIERSERVICE 713623 Date: 5/02/06 022630 BANK 3637 Arlington Avenue, Suite "B" Riverside, CA 92506 : t Braanc 0002 (951) 274 -2400 PREMIER VICE 3 0 0 d01 S @ 0 CtS REMITTER BRIAN MENDOZA DBA FREEWAY ELECTRIC BANK I PAY THREE THOUSAND DOLLARS AND 00 /100 TO THE ORDER OF ** *CITY OF NEWPORT BEACH * ** "a0000022630110 1: 1 2 2 24 3 2401: O 190000 7 11' $3,000.00 i L� u u C �~ Cashiers Check PREMIER � BANK `SERVICE �� 21 Date: 5/02/06 022631 3637 Arlington Avenue, Suite "B" Riverside, CA 92506 Branch: 0002 (951) 274 -2400 PREMIER VICE 1'a i�n1 fA ZdolS @ 0CtS REMITTER BRIAN MENDOZA DBA FREEWAY ELECTRICB ANK C� ti7 IU Y3 Iti (U - PAY THREE THOUSAND DOLLARS AND 00 /100 TO THE ORDER OF ** *CITY OF NEWPORT BEACH * ** $3,000.00 E 11.00000226310 ':L222432401: Oi900007gn• COOF NEWPORT BEAS 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 a.m. on the 3rd day of May, 2006, at which time such bids shall be opened and read for 05 -06 TRAFFIC SIGNAL UPGRADES Title of Project Contract No. 3827 $309,000 Engineer's Estimate Approved by en G. Badum Pu tic Works Director PLAN HOLDER LIST AVAILABLE ON CITY WEBSITE httD://www.citv.newoort- beach.ca.us CLICK: • Online Services • Public Works Contracts Bidding Prospective bidders may obtain one set of bid documents for $10 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor License Classification(s) required for this project: "C -90." For further Information, call Brad Sommers, Project Manager at (949) 644-3326 PR3of3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. Lump Sum Furnish and install Battery Backup Systems at 17 Existing Traffic /Signal Locations @ T oliars and -� Cents $ Sa�� 11 12. Per Lump Sum Lump Sum Furnish and install Opticom Emergency Vehicle Preempt Equipment at the Coast Highway /Goldenrod Avenue Intersection @ P ollars and Cents Per Lump Sum $ %,2000 Lump Sum Furnish and install Opticom Emergency Vehicle Preempt Equipment at the Coast HighwaylMarguerite Avenue intersection �_ bollars and Cents Per Lump Sum TOTAL PRICE IN WRITTEN WORDS if G%XGt and Cents $ &! ?, Date Bidkr Bidder's Telephone and Fax Numbers der 070 MI Total Price (Figures) d &tae--� Signature and Title 6N67?- C,i o ?,(9- 154r Bidder's License No(s). Bidder's Addre n and Classification(s) &i�� (� _ �•7S %j EWserslpbHAsharedYcontractslF1' 05- 06105 -06 Traffic Signal UpgradesWroposal G3627.doc ~' CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT - .n*+�? Agenda Item No. 9 Ai I"RQ � LD May 23, 2006 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Brad Sommers 949 - 644 -3311 or bsommers @city.newport- beach.ca.us SUBJECT: TRAFFIC SIGNAL UPGRADES FY05 -06 - AWARD OF CONTRACT NO. 3827 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3827 to Freeway Electric for the Total Bid Price of $438,000.00, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $43,800 (10 %) to cover the cost of unforeseen work. 4. Approve a Budget Amendment in the amount of $263,800 from the unappropriated balance of the Transportation and Circulation Fund, 260 -3605 to Account No. 7261- C5200068, DISCUSSION: At 10:00 a.m. on May 3, 2006 the City Clerk opened and read the following bids for this project: The low total bid amount is 42 percent above the Engineer's Estimate of $309,000. The difference between the Engineer's Estimate and the Low Bid amount is attributed to the continued rise in the cost of construction, equipment, and materials. The low bidder, Freeway Electric, possesses a California State Contractors License Classification C -10 as BIDDER TOTAL BID AMOUNT Low Freeway Electric $438,000.00 2 Republic Electric $456;400.00 3 Terno Electric $474,878.00 4 Dynalectric $483,393.00 5 Steiny & Company $519,881.00 The low total bid amount is 42 percent above the Engineer's Estimate of $309,000. The difference between the Engineer's Estimate and the Low Bid amount is attributed to the continued rise in the cost of construction, equipment, and materials. The low bidder, Freeway Electric, possesses a California State Contractors License Classification C -10 as . Traffic Signal Upgrade *5 -06 — Award of Contract No. 3827 May 23, 2006 Page: 2 required by the project specifications. A check of the Contractors references indicates they have satisfactorily completed similar projects for other municipalities. The 2005 -2006 Traffic Signal Upgrades project consists of the following three components: Renovation of the existing traffic signals at the Balboa Boulevard /32nd Street, Balboa Boulevard /River Avenue, and Balboa Boulevard /2151 Street intersections. The work will consist of replacement of the controller cabinet, controller, and other equipment necessary to maintain the existing traffic signal operation. The remaining traffic" signal equipment had been replaced as part of intersection improvements made in 2004 when the south leg of 21St Street at the intersection was changed from one -way northbound to both northbound and southbound. Installation of Emergency Vehicle Preemption (EVP) systems at the Coast Highway /Marguerite Avenue and Coast Highway /Goldenrod Avenue intersections. The installation of the EVP system is part of an on -going cooperative effort between the Public Works Department and Fire Department to improve emergency response within the City. 3. Installation of Battery Backup systems (BBS) at 17 existing traffic signal locations. This portion of the contract was not included in the current year's CIP program, therefore, per City Council direction to add BBS at major intersections throughout the City a budget amendment is required to award the contract. Per the Contract Specifications the Contractor will have 80 consecutive working days to complete the work. Environmental Review: Categorically Exempt under Chapter 3, Article 19, Section 15301, Class 1 (c) of the Title 14 California Code of Regulations. This exemption covers maintenance and repair of existing traffic signal facilities. Public Notice: The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Traffic Signal Upgrades 006 — Award of Contract No. 3827 May 23, 2006 Page: 3 Funding Availability: The Traffic Signal Installation and Upgrades budget was originally $250,000. Funds from the account have been used for emergency repair of existing traffic signals and unforeseen traffic signal modifications required throughout the year. The remaining unencumbered balance is $202,000. Additionally, the full budgeted amount ($16,000) of the Traffic Signal Preemption System will be utilized to fund the EVP system installations in this contract. There is a $263,800 unencumbered balance on this project currently available in the Transportation and Circulation Fund. The remaining $263,800 would become appropriated upon approval of the recommended Budget Amendment and sufficient funds will be available in the following accounts for the project. Account Description TS Installation and Upgrades Transportation and Circulation Fund TS Preemption System Prepared by: rad Sommers, P.E. Associate Civil Engineer Attachments: Bid Summary Budget Amendment Account Number 7261- C5200068 7261- C5200068 7181- C5200408 Total Submitted Amount $202,000.00 $263,800.00 $16,000.00 $481,800.00 Badum s Director CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TITLE 2005.2006 TRAFFIC SIGNAL UPGRADES BID LOCATION: City Clerk's Office -City Hall CONTRACT NO.: C3827 DATE: 03- May -06 TIME: 10:00 a.m. ENGINEER'S ESTIMATE: $309,000.00 BY: CHECKED: DATE: PROJECT MANAGER: Brad Sommers 1:l users 1pbvhsharedlcontmcn00- 01118ID SUMMARY Page 1 • Engineer's Estimate Freewa y Electric Re ublic Electric Terno, Inc. ITEM DESCRIPTION QUANTITY UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT I AMOUNT 1 Mobilization 1 LS 3,000.00 3,000.00 40,000.00 40,000.00 10,000.00 ' 10,000.00 6,170,001 6570.00 2 Balboa Blvd/32nd St TS Modification 1 LS 79,400.00 79,400.00 90,000.00 90,000.00 132,000.00 132,000.00 116,913.00 116,913.00 3 Balboa Blvd /32nd St TS Service Relocation 1 LS 8,500.00 8,500.00 6,000.00 6,000.00 20,000.00 20,000.00 11,203.00 11, 0 4 Balboa Blvd /32nd St Temporary TS Wiring 1 LS 1,200.00 1,200.00 7,000.00 7,000.00 6,000.00 6,000.00 17,763.00 17, 0 5 Balboa Blvd /River Ave TS Modification 1 LS 84,200.00 84,200.00 97,000.00 97,000.00 133,000.00 133,000.00 118,126.00 118,126.00 6 Balboa Blvd /River Ave Temporary TS Wiring 1 LS 1 1,200.00 1,200.00 7,000.00 7,000.001 6,000.00 6,000.00 10,212.00 10,212.00 7 Balboa Blvd/21st St TS Modification 1 LS 25,000.00 25,000.00 37,000.00 37,000.00 29,800.00 29,800.00 36,336.00 36,336.00 8 Remove/Construct PCC Access Ramps 1 LS 27,000.00 27,000.00 38,000.00 38,000.00 24,000.00 24,000.00 21,120.00 21,120.00 9 Remove/Construct PCC Median Nose 1 LS 4,000.00 4,000.00 6,000.00 6,000.00 4,200.00 4,200.00 3,540.00 3,540.00 10 FurnishAnstall BBS @ 17 Locations 1 LS 59,500.00 59,500.00 86,000.00 86,000.00 71,000.00 71,000.00 110,495.00 110,495.00 11 Furnishlinstall EVP Coast /Goldenrod Ave 1 LS 8,000.00 8,000.00 12,000.00 12,000.00 10,200.00 10,200.00 11,500.00 11,500.00 12 FurnishAnstall EVP @ Coast Hwy/Marguerite Ave i LS 8,000.00 8,000.00 12,000.00 12,000.00 10,200.00 10,200.00 11,500MI 11,500.00 EE 309,000.00 LOW 438,000.00 2ND 456,400.00 3RD 1 474,878.00 1:l users 1pbvhsharedlcontmcn00- 01118ID SUMMARY Page 1 • D nalectric Steiny and Com na , Inc. ITEM DESCRIPTION QUANTITY UNIT AMOUNT UNIT AMOUNT 1 Mobilization 1 LS 10,000.00 10,000.00 50,000.00 50,000.00 2 Balboa Blvd/32nd St TS Modification 1 LS 118,053.00 118,053.00 118,711.00 118,711.00 3 Balboa Blvd/32nd St TS Service Relocation 1 LS 7,500.00 7,500.00 15,887.00 15,887.00 4 Balboa BNd132nd St Temporary TS Wiring 1 LS 12,000.00 12,000.00 4,485.00 4,485.00 5 Balboa Blvd/River Ave TS Modification 1 LS 117,000.00 117,000.00 126,990.00 126,990.00 6 Balboa Blvd /River Ave Temporary TS Wiring 1 LS 12,000.00 12,000.00 4,485.00 4,485.00 7 Balboa Blvd/21st St TS Modification 1 LS 45,650.00 45,650.00 33,318.00 33,318.00 8 Remove/Construct PCC Access Ramps 1 LS 27,500.001 27,500.00 40,392.00 40,392.00 9 Ramove/Construct PCC Median Nose 1 LS 4,750.00 4,750.00 9,180.00 9,180.00 10 Furnish /Install BBS @ 17 Locations 1 LS 92,440.00 92,440.00 97,263.00 97,263.00 11 Furnish /Install EVP Coast H /Goldenrod Ave 1 LS 18,250.00 18,250.00 9,585.00 9,585.00 12 Furnish/Install EVP Coast Hwy/Marguerite Ave 1 LS 18,250.00 18,250.00 9,585.00 9,585.00 4TH 483,393.00 5TH 519,881.00 1:l users 1pbvhsharedlcontmcn00- 01118ID SUMMARY Page 1 • U of Newport Beach • NO. BA- 06BA -069 BUDGET AMENDMENT 2005 -06 AMOUNT: $263,800.00 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance X Increase Expenditure Appropriations AND X Decrease in Budgetary Fund Balance Transfer Budget Appropriations No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations from additional estimated revenues PX from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To increase expenditure appropriations for the awarding of contract number 3827 for traffic signal upgrades. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 260 3605 REVENUE ESTIMATES (3601) Fund/Division Account EXPENDITUREAPPROPR/ATIONS (3603) Amount Description Debit Transport. & Circul. Fund - Fund Balance $263,800.00 Description Signed: Signed: Signed: Approval: Adminisjrative Services Director City Manager City Council Approval: City Clerk Automatic System Entry. Credit $263,800.00 Date S! D e Date Description Division Number 7261 Transportation & Circulation Account Number C5200068 Traffic Signal Installation/Upgrade Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Signed: Signed: Signed: Approval: Adminisjrative Services Director City Manager City Council Approval: City Clerk Automatic System Entry. Credit $263,800.00 Date S! D e Date