Loading...
HomeMy WebLinkAboutC-5442 - Traffic Signal Modernization Project - Phases 64�vcrp��� yyokr� 1 F ` CITY OF NEWPORT BEACH ° CITY CLERK'S OFFICE c9ca finu�`� June 23, 2016 Elecnor Belco Electric, Inc. Attn: John Wong 4331 Schaefer Avenue Chino, CA 91710 Leilani Brown, MMC Subject: Traffic Signal Modernization Phase 6 — C-5442 Dear Mr. Wong: On June 23, 2015, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on June 30, 2015 Reference No. 2015000339240. The Surety for the contract is Fidelity and Deposit Company of Maryland and the bond number is PRF9157600. Enclosed is the Faithful Performance Bond. Sincerely, UW`Y `�r UrVYv Leilani I. Brown, MC City Clerk Enclosure 104 Civic Center Drive @ Past Office Box 1768 e Newport Beach, California 92658-891.5 'telephone: (940) 0-14-3005 s Fax: (949) 644-3039 a wwkv,newportheachca.gov EXHIBIT C CITY OF NEWPORT BEACH BOND NO. PRF9157600 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 4,226.79 being at the rate of $ 7.38/Slide thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to ELECNOR BELCO ELECTRIC, INC. hereinafter designated as the "Principal," a contract for Traffic Signal Modernization Project — Phase 6, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Juciw eI a vepusrt tympany of Maryland ,duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Seven Hundred Thirty Four Thousand Seventy Two Dollars and 00{100 ($734,072.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specked in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Elecnor Belco Electric, Inc. Page C-1 Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contractor to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall he extended and maintained by the Principal in full force and effect for one (9) year following the date of formal acceptance of the Project by City;. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS_ WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 19th day of May 20.,a Elecnor Balm Electric, Inc. Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety 1400 American Lane Schaumburg, IL 60196 Address of Surety 647-605-6000 Telephone Print Name and Title NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Elecnor Belco Electric, Inc. Page G2 � tV ACKNOWLEDGMENT State of California County of ss. On 2 20 14 before me, Notary Public, personally appeared whn proveo ro me on the basis of satisfactory evidence to be the subscribed to the within instrument and acknowledged tom same ini�her/their authorized capacityW, and that by I instrument the personO), or the entity upon behalf of which tt instrument. that Tr�se he/they executed the bier/their signatureV on the persong acted,. executed the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct, CUADALUPEL.SANDOYAL WITNESS my hand and official o COMM. #2015515 z a Notary Public •California a = San Bernardino County Comm. 'res Mar.26, 2011 Signature. (seal) State of California County of On 20 before me, Notary Public, personally appeared o proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) isfare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capaclty(ies), and that by his/her/their signatures(s) on the Instrument the person(s), or the entity upon behalf of.which the person(s) acted, executed the Instrument. ACKNOWLEDGMENT ss. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Fleenor 13elco Electric, Inc. (seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT ................................................................... State of Connecticut County of Hartford On May 19, 2014 ,. before me. Stacy Rivera eros antl TNe m nimary personally appeared Aiza Lopez Name am or Names of Slgmr(s) Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand a Signature Notary ignaaWre Rare Notary P Nic Seal Above Stacy My Commleeio 11/312018 OPTIONAL Though the information below is not required by law, it may prove valuable to the persons relying on the document and could prevent fraudulent removal and reattachment of this form to anther document. Description of Attached Document Title or Type of Document Document Date Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Guardian or Conservator Top of tleerl6 0 Attorney -in -Fact ❑ Trustee ❑ Other: Signer is representing Federal Insurance Company ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner - ❑ Limited []General ❑ Guardian or Conservator ❑ Attorney -in -Fact Top d santb ❑ Trustee ❑ Other. Signer is representing ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the Slate of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Jeannette PORRINI, Stacy RIVERA, Aiza LOPEZ and Elana V. SANCHEZ, all of Hartford, Connecticut, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 3rd day of December, A.D. 2012. Assistant Secretary Eric D. Barnes ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND 1'a"Ig^Nq, g ... �'p,'' ."rb Vice President Thomas O. McClellan State of Maryland City of Baltimore On this 3rd day of December, A.D. 2012, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, -Vice President, and ERIC D. BARNES, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duty affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written POA -F 142-0587E nov. 2'P4'. Maria D. Adamski, Notary Public My Commission Expires: July 8, 2015 POA -F 142-0587E FIDELITY AND DEPOSIT COMPANY OF MARYLAND 600 Red Brook Blvd., Suite 600, Owings Mills, MD 21117 Statement of Financial Condition As Of December 31, 2013 ASSET'S Bonds Stocks............. I ............................... ....... $ 139,272,722 . ................................................. * ......... * ...... *** ............... * ....... 22,258,887 Cash and Short Term Investments ......................................................... * ... ** .......... * ...... *­ ................... 6,595,113 ReinsuranceRecoverable ............................................ ................................................................... 17,970,134 OtherAccounts Receivable ........... ................................................. * ........... * ............. * ....... * ... * ....... ­ 33,409,916 TOTAL ADMITTEDAssETs ............................................................ ...... ................... $ 219,506,772 LIABILITIES, SURPLUS AND OTHER FUNDS Reserve for Taxes and Expenses .......................................................................... ......................... $ 1,787,490 Ceded Reinsurance Premiums payable .................................. .................. ...... ................................ 42,146,005 Securities Lending Collateral Liability ............................................................................................ 6,613,750 ToTALLlABrLrriEs.................................. ................................................................................. $ 50,547,235 CapitalStock, Paid Up ..................................................... .................................... $ 5,000,000 Surplus................................................................................................................. 163,959,537 Surplusas regards Policyholders . ........... ................................. ..................................................... 168,959,537 TOTAL.... ......................................... ................................... ..................................................... $ 219,506,772 Securities carried at $58,378,690 in the above statement are deposited with various states as required by law. Securities carried on the basis prescribed by the National Association of Insurance Commissioners. On the basis of market quotations for all bonds and stocks owned, the Company total admitted assets at December 31, 2013 would be $223,222,696 and surplus as regards policyholders $172,675,461. 1, DENNIS F. KERRIGAN, Corporate Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing statement is a correct exhibit e assets and liabilities of the said Company on the 31st day of December, 2013, State of Illinois City of Schaumburg I SS: Subscribed and sNvm to, before me, a Notary Public ofthe State of Illinois, in [be City of Schaumburg, this 15th day of Much, 2014. Notary Public NotaryCommission OFFICIAL SEAL DARRYL JOINER mlPtiblic - State of Illinois My Co My Commission Expires May 3. 2014 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani Brown, CMC September 4, 2015 Elecnor Belco Electric, Inc. Attn: John Wong 4331 Schaefer Avenue Chino, CA 91710 Subject: Traffic Signal Modernization Phase 6 C-5442 Dear Mr. Wong: On June 23, 2015 the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on June 30, 2015, Reference No. 2015000339240. The Surety for the bond is Fidelity and Deposit Company of Maryland and the bond number is PRF9157600. Enclosed is the Labor & Materials Payment Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 6 www.newportbeachca.gov EXHIBIT B 0 CITY dF NEWPORT BEACH BOND NO. PRF9157600 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to ELECNOR BELCO: ELECTRIC, INC. hereinafter designated as the "Principal," a contract for Traffic Signal Modernization Project — Phase 6, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference, WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Fidelity and Deposft Company of Maryland duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety")are held and firmly bound unto the City of Newport Beach, in the sum of Seven Hundred Thirty Four Thousand. Seventy Two Dollars and bomo0 ($734,072.00) 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 terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations. entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. Eiecnor Beico Electric, Inc. Page B-1 And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does ,be waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety; on the 19th day of May 26 14 , Elecnor Belco Electric, Inc. Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety 1400 American Lane Schaumburg, IL 60196 Address of Surety 847-605-6000 Telephone Authorized Si natlu�relTitle �ExCu 1jce ft6ic4c'n* Ake Lopez, Attomey-In-Fact Print Name and Title NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Elecnor Belco Electric, Inc. Page B-2 ACKNOWLEDGMENT State of California County of Saxe ) ss. On M 21 20-L,± before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person whose nwne(j6C subscribed to the within instrument and acknowledged to me that she/they executed same inf(F�i her/their authorized capacity(iese), and that by 1 her/their signatures($) on instrument the personV), or the entity upon behalf of which the person(o acted, executed instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct, 6llADALUPE L. SANDDYAL COMM. #2015515 z WITNESS my hand and official seal. = Noliary Public • California " San Bernardino Couniy o M Comm. 6 fres Mar. 26 2017 Signature seal State of California County of ACKNOWLEDGMENT ss. the the the On 20 before me, Notary Public, personally appeared who Proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Elecnor Belco Electric, Inc. (seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT ................................................................... State of Connecticut County of Hartford On 19, 2014 before me, Stacy Rivera Dale Name and Tile of Notary personally appeared Aiza Lopez Name and or Names of Signer(s) Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. � Witness my Signature My commission OPTIONAL Race Notary Public Sasl Above Though the information below is not inquired by law, it may prove valuable to the persons retying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Document Date Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Guardian or Conservator Top daeanb Attorney -in -Fact ❑ Trustee ❑ Other: Signer is representing Federal Insurance Company Number of Pages: ❑ Individual ❑ Corporate Officer—Title(s): ❑ Partner- []Limited ❑General ❑ Guardian or Conservator Top cl aawtb ❑ Attomey-in-Fact ❑ Trustee ❑ Other: Signer is representing RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Recorded in off iciai Records, Orange County Hugh Nguyen, I Clerk-RecorderlIll IIIIIIII 11l�EI SEI IIi����IIIIII��S�IIIII 2 3 $'IIIIII N0 FEE *$ R 0 0 0 7 6 2015000339240 8:06 am 06130115 47 411 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" - t NOTICE OF COMPLETION CD NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic CenterL@rive, Newport Beach, California, 92660, as Owner, and Elecnor Belco Electric, Inc. of Chino, CA, as Contractor, entered into a Contract on May 14, 2014. Said Contract set forth certain improvements, as follows: Traffic Signal Modernization Phase 6 - C-5442 Work on said Contract was completed, and was found to be acceptable on June 23, 2015 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Fidelity and Deposit Company of Maryland. A BY Public W rks Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on v D �U at Newport Beach, California. P BY 0 City Clerk 0 �` a -AA June 24, 2015 Orange County Recorder P.O. Box 238 Santa Ana, CA 92702 CITY OF NEWPORT BEACH CITY CLERK'S OFFICE Leilani Brown, MMC RE: Notice of Completion for the following projects: • Bayside Drive Storm Drain Litter Removal - Contract No. 5954 • Sunset View Park - Contract No. 5443(A) • Traffic Signal Modernization Phase 6 - Contract No. 5442 Please record the enclosed documents and return to the City Clerk's Office. Thank you. Sincerely, Uwlam' DMYP�, Leilani I. Brown, MMC City Clerk Enclosures 100 Civic Center Drive . Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 9 Fax: (949) 644-3039 • www.newportbeachca.gov RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and Elecnor Belco Electric, Inc. of Chino, CA, as Contractor, entered into a Contract on May 14, 2014. Said Contract set forth certain improvements, as follows: Traffic Signal Modernization Phase 6 - C-5442 Work on said Contract was completed, and was found to be acceptable on June 23, 2015 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Fidelity and Deposit Company of Maryland. A BY Public W rks Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on v ane✓ Oc'j', rVl� , at Newport Beach, California. r BY 444 City Clerl� CTY OF F NEWPORT BEACH City Council Staff Report June 23, 2015 Agenda Item No. 13 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: David A. Webb, Public Works Director- (949) 644-3330, dawebb@newportbeachca.gov PREPARED BY: Brad Sommers, Senior Civil Engineer PHONE: (949) 644-3326 TITLE: Traffic Signal Modernization — Phase 6 — Notice of Completion and Acceptance of Contract No. 5442 (CAP14-0019) ABSTRACT: On May 13, 2014, City Council awarded Contract No. 5442 for the construction of Phase 6 of the Traffic Signal Modernization Project to Elecnor Belco Electrical, Inc. for the amount of $734,072.00 plus a contingency allowance of approximately 10 percent. The required work is now complete and staff requests City Council acceptance and close out of the construction contract. RECOMMENDATION: a) Accept the completed work and authorize the City Clerk to file a Notice of Completion; b) Authorize the City Clerk to release the Labor and Materials Bond 65 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code; and c) Release the Faithful Performance Bond one year after City Council acceptance. FUNDING REQUIREMENTS: Funds for the construction contract were expended from the following accounts: Account Description Account Number Amount Gas Tax 7181-C3002018 $606,900.00 Gas Tax 7281-C3001007 $ 58,884.45 Transportation / Circulation 7261-C3002018 $171,480.28 Total Construction Cost: $837,264.73 13-1 DISCUSSION: Overall Contract Cost/Time Summary *Contingency Allowance increased from 10% to 25% -Authorized 2/4/15 Construction of Phase 6 of the Traffic Signal Modernization Project included installation of fiber optic communications, 3 Closed Circuit Television Cameras (CCTV) cameras, and new traffic signal control equipment at 17 existing signalized intersections along the San Joaquin Hills Road and Newport Coast Drive corridors. With the completion of the sixth phase, a total of 116 of the City -operated 122 traffic signals and 35 CCTV cameras are now online and can be managed from the Traffic Management Center at City Hall. In addition to modernization of existing traffic signal locations, the 2013/2014 Traffic Signal Rehabilitation CIP project was combined with the annual modernization project. Through this program, aging equipment at the following intersections was replaced: • San Joaquin Hills Road/Crown Drive; • San Joaquin Hills Road/Marguerite Avenue; and • Newport Coast Drive/Coast Highway. During the rehabilitation work, the San Joaquin Hills Road/Crown Drive intersection was improved with the addition of left -turn signal phasing on the San Joaquin Hills Road approaches to facilitate left -turn movements on to Crown Drive. The contract is now complete to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: Actual Actual cost of bid items constructed: $ 714,435.80 Awarded Contract Final Cost at Contingency % Due to % Due to Amount Completion Allowance Contract Directed Unforeseen Change Change Change $734,072.00 $837,264.73 25%* +14.1% 1.8% 12.3% Actual Time Allowed Contract Time (days) 100 +100 Under (-) or Over (+) *Contingency Allowance increased from 10% to 25% -Authorized 2/4/15 Construction of Phase 6 of the Traffic Signal Modernization Project included installation of fiber optic communications, 3 Closed Circuit Television Cameras (CCTV) cameras, and new traffic signal control equipment at 17 existing signalized intersections along the San Joaquin Hills Road and Newport Coast Drive corridors. With the completion of the sixth phase, a total of 116 of the City -operated 122 traffic signals and 35 CCTV cameras are now online and can be managed from the Traffic Management Center at City Hall. In addition to modernization of existing traffic signal locations, the 2013/2014 Traffic Signal Rehabilitation CIP project was combined with the annual modernization project. Through this program, aging equipment at the following intersections was replaced: • San Joaquin Hills Road/Crown Drive; • San Joaquin Hills Road/Marguerite Avenue; and • Newport Coast Drive/Coast Highway. During the rehabilitation work, the San Joaquin Hills Road/Crown Drive intersection was improved with the addition of left -turn signal phasing on the San Joaquin Hills Road approaches to facilitate left -turn movements on to Crown Drive. The contract is now complete to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $ 734,072.00 Actual cost of bid items constructed: $ 714,435.80 Total change orders: $ 122,828.93 Final contract cost: $ 837,264.73 The final overall construction cost was approximately 14.1% over the contract amount. The increase in project expenditures was a result of contract change orders. Of the seven change orders required to complete this project, the following three unforeseen events attributed to the majority of the change order cost: 1. Damaged Traffic Signal Interconnect Conduit: This unforeseen condition required replacement of approximately 1,600 feet of decayed and unusable underground conduit on San Joaquin Hills Road from San Miguel Drive to Marguerite Avenue to facilitate the installation of Fiber Optic communication cable. This change amounted to an unforeseen expenditure of approximately $65,550 to install new conduit, pothole/explore for conflicting utilities, set new pull boxes and restore the sidewalk and roadway pavement. 2. Relocation of Edison Electrical Service: During construction, Southern California Edison required the point of electrical service to be relocated from the existing location at the north side of the intersection to a 13-2 new location on the south side of the intersection to accommodate the installation of the new traffic signal control cabinet. This change amounted in an unforeseen expenditure of approximately $28,720 to install new conduit, pothole/explore for conflicting utilities, set new pull boxes and restore the sidewalk and roadway pavement. 3. Emergency Traffic Signal Outage Response: During the project, deteriorated underground wiring caused a chain -reaction of traffic signal wiring and equipment failure at the San Joaquin Hills Road/Marguerite Avenue intersection. This malfunction required an emergency response with a significant amount of troubleshooting and equipment replacement. At the direction of City Staff, the Contractor responded to the traffic signal outage to expedite the rewiring and troubleshooting of the traffic signal. Use of the Contractor for this item helped to reduce the time required to repair the intersection and minimized the impact to the community. This change amounted in an unforeseen expenditure of $14,807.14. Due to the large magnitude of the above change orders, the original 10% contingency authorized by the City Council was exceeded. Pursuant to Council Policy F-3, Staff requested an increase in allowable contingency funds from 10% to 25%. The original contract allowed for 100 consecutive working days to complete the original scope of work. Due to the magnitude of the above-mentioned change orders, construction was extended an additional 100 working days. The project was substantially completed on May 1, 2015. A summary of the project schedule is as follows: Estimated Completion Date per July 2014 Schedule: February 27, 2015 Project Awarded for Construction: May 13, 2014 Completion Date per Contract and Approved Extensions: May 1, 2015 Actual Substantial Construction Completion Date: May 1, 2015 The eighth and final phase of the Traffic Signal Modernization project is planned to begin construction in the fall of 2015. Upon completion of the final phase in the summer of 2016, all 122 City -operated traffic signals will be integrated into the City's traffic signal system and operational from the Traffic Management Center located at the Civic Center. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15304, Class 4, of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because this project involves minor alterations to the condition of the land and does not involve removal of mature, scenic trees. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENTS: Description Attachment A - Location Mao 13-3 1051011-1m I r TRAFFIC SIGNAL MODERNIZATION CITY OF NEWPORT BEA Traffic Signal Modernization Phasing Exhibit ATTACHMENT A LEGEND .ensu 1.7.1 coMn.erso 06 MceA1s( veAse 6 rum® cnMrreernoe 1u seavAu( cense s evlves ru+c®cm7sr m MceA1e� NIAWS1-7&7C CAMMMOOMn. =(71 CAM6eA6) reASR611.Am'aOCC1V NCAMs11Aq P SXi FVN CM (4 C4M69An CO7U7Ce1� CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-5442 1 06/23/2015 13-4 TRAFFIC SIGNAL MODERNIZATION PROJECT — PHASE 6 CONTRACT NO. 5442 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 14`" day of May, 2014 ("Effective Date'), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and ELECNOR BELCO ELECTRIC, INC., a California corporation ("Contractor"), whose address is 4331 Schaefer Ave, Chino, CA 91710, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: Traffic Signal Modernization Project — Phase 6. The work necessary for the completion of this contract consists of traffic signal modifications, installation of CCTV equipment, installation/modification of traffic signal communication interconnect and equipment, and other items shown on, but not limited to plan T -6016-S and as listed in the Summary of Work (Section 1) of the attached Traffic Signal Special Provisions Supplemental (the 'Project" or "Work"). C. 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, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 5442, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. 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. 2. 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. 3. COMPENSATION 3.1 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 Seven Hundred Thirty Four Thousand Seventy Two Dollars and 001100 ($734,072.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 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. 4. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 5. WRITTEN NOTICE 5.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third Page 2 business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. 5.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 5.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: John Wong Elecnor Belco Electric, Inc. 4331 Schaefer Ave Chino Ave, 91710 Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit A, and incorporated herein by reference. 7. RESPONSIBILITY FOR DAMAGES OR INJURY 7.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 7.2 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 Contractor. 7.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 7.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 7.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 7.6 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. 7.7 Nothing in this Section or 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 above. 7.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 8.1 This Contract may be amended or modified only by mutual written agreement of the parties. 8.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. Page 4 8.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 9. 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. 10. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 11. 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. 12. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] Page 5 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY A T RNEY'S OFFICE Date: L11 1W By Aaron C. Harp aM`I� City Attorney ATTEST: Date: 6 b, By:Rv• Le4r�irown City Clerk U � �oRN s CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Rush N. Hill, II Mayor CONTRACTOR: Elecnor Belco Electric, Inc., a California c rp ration Date:%) Rv• � /� Glenn De Soto Executive Vice President [END OF SIGNATURES] Attachments: Exhibit A — Insurance Requirements Exhibit B -- Labor and Materials Payment Bond Exhibit C -- Faithful Performance Bond Page 6 INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a Elecnor Belco Electric, Inc. Page A-1 business contract) with no endorsement or modification limiting the scope of coverage for liability assumed under a contract. C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed Elecnor Belco Electric, Inc. Page A-2 documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self - insure its obligations to City. If Contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to Elecnor Belco Electric, Inc. Page A-3 terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. Elecnor Beico Electric, Inc. Page A-4 CERTIFICATE OF INSURANCE CHECKLIST This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 5/29/14 Dept./Contact Received From: Raymund Date Completed: 6/3/14 Sent to: Raymund By: Chris Company/Person required to have certificate: Elecnor Belco Electric Inc Type of contract: All Others I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 6/7/13-6/7/14 (expiring) A. INSURANCE COMPANY: Golden Eagle Insurance Corporation B. AM BEST RATING (A-: VII or greater): A:XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? 1,000,000/2,000,000 E. ADDITIONAL INSURED ENDORSEMENT— please attach ® Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must (What is limits provided?) include): Is it included? (completed Operations status does F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste not apply to Waste Haulers or Recreation) Z Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND G. HIRED AND NON -OWNED AUTO ONLY: COMPLETED OPERATIONS ENDORSEMENT (completed H. NOTICE OF CANCELLATION: Operations status does not apply to Waste Haulers) ® Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No J. CAUTION! (Confirm that lass or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes ®No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): ® N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 6/7/13-6/7/14 (expiring) A. INSURANCE COMPANY: Golden Eagle Insurance Corporation B. AM BEST RATING (A-: VII or greater) A:XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? Yes ❑ No D. LIMITS - If Employees (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? 1,000,000 E. LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): ® N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes ® No H. NOTICE OF CANCELLATION: 0 N/A ® Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 3/1/14-3/1/15 A. INSURANCE COMPANY: State Fund B. AM BEST RATING (A-: VII or greater): C. ADMITTED Company (Must be California Admitted): Z Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory ® Yes ❑ No E. EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater) 1,000,000 F. WAIVER OF SUBROGATION (To include): Is it included? E Yes ❑ No G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: Z N/A ❑ Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY Ci�F1�11��7�:7.y d69:/ HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO WHICH ITEMS NEED TO BE COMPLETED? Agent of Alliant Insurance Services Broker of record for the City of Newport Beach 6/3/14 Date Z N/A ❑ Yes ❑ No 0 N/A ❑ Yes ❑ No RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _ Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Approved: Risk Management Date * Subject to the terms of the contract. #•les- � - • i WHEREAS, the City of Newport Beach, State of California, has awarded to ELECNOR BELCO. ELECTRIC, INC. hereinafter designated as the 'Principal,' a contract for Traffic Signal Modernization Project — Phase 6, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Fidelity and Deposit Company of Maryland duty authorized to transact business under the laws of the State of California, as Surety, (referred to herein as `Surety") are hold and firmly bound unto the City of Newport Beach, in the sum of Seven Hundred Thirty Four Thousand. Seventy Two Dollars and 001100 ($734,072.00) 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 terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind; or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give aright of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. Elecnor Belco Electric, Inc. Page B-1 And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 19th day of May , 20 14 . Elecnor Belco Electric, Inc. Name of Contractor (Principal) Fidelity and Deposd Company of Maryland Name of Surety 1400 American Lane Schaumburg, IL 60196 Address of Surety 547-605-6000 Telephone >r Authorized Signature[Title Alza Lopez, Attorney -In -Fact Print Name and Title NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Elecnor Belco Electric, Inc. Page B-2 ACKNOWLEDGMENT State of California County of ';axe ss. On t✓ % 2Q. 14 before me, Notary Public, personally appeared __, who proved to me on the basis of satisfactory evidence to be the person whose name(o is re subscribed to the within instrument and acknowledged to me that Pdshe/they executed the same in fit her/their authorized capacity(je6), and that by ii hedtheir signatures(A on the instrument the person(k), or the entity upon behalf of which the person(o acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. GUADALUND PE L. SADVAL COMM. 02015515 z WITNESS my hand and official seal. _ •a� Notary Public - California 10 San Bernardino County ]MY Comm. Expires Mar. 26,2D17 I Signature (seal) ACKNOWLEDGMENT State of California County of }ss, On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ElecnorBelco Electric, Inc. (sea[) CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of Connecticut County of Hartford On Yhy 19, 2014 before me, Stacy Rivera owe Name and Idle of Novo, personally appeared Aiza Lopez Name and or Names of Signer(s) Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my Signature My commission Place Notary Pubfc Soo[ Above Though the information below is not required by law, it may prove valuable to the persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Document Date Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Guardian or Conservator .krMthemb E) Attorney -in -Fact ❑ Trustee ❑ Other: Signer is representing Federal Insurance Company -J ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner - ❑ Limited []General ❑ Guardian or Conservator Top of uauft ❑ Attomey-in-Fact ❑ Trustee ❑ Other: Signer is representing 0•00 _ The premium charges on this Bond is $ 4,226.79 , being at the rate of $ 7.38/Slide thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to ELECNOR BELCO ELECTRIC, INC. hereinafter designated as the `Principal," a contract for Traffic Signal Modernization Project — Phase 6, In the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Fidelity and Deposit Company of Maryland , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Seven Hundred Thirty Four Thousand Seventy Two Dollars and GO/100 ($734,072.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true Intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Elecnor Belco Electric, Inc. Page C-1 Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications, This, Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS' WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 19th day of May 20,14 . Elecnor Belco Electric, Inc. Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety 1400 American Lane Schaumburg, IL 60196 Address of Surety 847-605-6000 Telephone r Izd LUPUZ' Huomey-in-raa Print Name and Title NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BEATTACHED Elecnor Beico Electric, Inc, I Page C-2 �tvo ACKNOWLEDGMENT State of California County of drG r)0 ) ss. On �'t 2 i 20 f 46 before me, C-,V"r1 CFF- i �"� L, • S&" u'vc `i Notary Public, personally appeared &At�yln 'tom SC>A-C� , who proved to me on the basis of satisfactory evidence to be the person(s) whose name( is re subscribed to the within instrument and acknowledged to me thatshe/they executed the same in isher/their authorized capacity(ob4), and that by is ger/their signaturesO on the instrument the person), or the entity upon behalf of which the person acted,. executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. GUADALUPEL.SANOOYAL WITNESS my hand and official o COMM. #2015515 A _ '� Notary Po61ic •California O � San Bernardino County Comm. E fres Mar. 26, 2017 Signature (seal) ACKNOWLEDGMENT State of California County of }ss. ME 20 before me, Notary Public, personally appeared Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) istare 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 signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Elecnor Beico Electric, Inc. (seal) CALIFORNIA ALL-PURPOSE State of Connecticut County of Hartford On %y 19, 2014 before me, Stacy Rivera Date Name as d Ti a of otary personally appeared Aiza Lopez Name and or Names of Signeris) Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand a e8( Signature f t Notary Public Signature Stacy 'era, My Commissio ERti tmimia OPTIONAL Place Notary Public Seal Above Though the information below is not required by law, it may prove valuable to the persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Document Date Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner - ❑ Limited []General ❑ Guardian or Conservator Top of ftxnb O Attorney -in -Fact ❑ Trustee ❑ Other. Signer is representing Federal Insurance Company Number of Pages: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Guardian or Conservator WHEMN TnpdiManb El Attorney -in -Fact ❑ Trustee ❑ Other: Signer is representing ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Jeannette PORRINI, Stacy RIVERA, Aiza LOPEZ and Elana V. SANCHEZ, all of Hartford, Connecticut, EACH its true and lawful agent and Attomey-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shalt be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 3rd day of December, A.D. 2012. ATTEST: Assistant Secretary Eric D. Barnes ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND J.ct.`G3.�y°,lroa•SryLg4..'W•g0%Iwo 0se ? ... J pmt' Vice President Thomas O. McClellan State of Maryland City of Baltimore On this 3rd day of December, A.D_ 2012, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duty sworn, deposeth and saint, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. ([:114 Maria D. Adamski, Notary Public My Commission Expires: July 8, 2015 POA -F 142-0587E FIDELITY AND DEPOSIT COMPANY OF MARYLAND 600 Red Brook Blvd., Suite 600, Owings Mills, MD 21117 Statement of Financial Condition As Of December 31, 2013 ASSETS Bonds............................................................................................................................................... Stocks.............................................................................................................................................. Cash and Short Term Investments................................................................................................... Reinsurance Recoverable ... ............ ...... ......... ................................................... Other Accounts Receivable............................................................................... TOTAL ADMITTED AssE'rs._....................................................................... LIABILITIES, SURPLUS AND OTHER FUNDS Reserve for Taxes and Expenses............................................................................... Ceded Reinsurance Premiums Payable....................................................................... Securities Lending Collateral Liability ....................................................................... TOTAL LIAwLrrms............................................................................................. CapitalStock, Paid Up .... ........... .......................................................................... $ Surplus......................................................................................................... .......... Surplus as regards Policyholders.............................................................................. . TOTAL........................................................................ _... .......................... I......... ...................... ...................... ...................... ...................... ..................... ..................... .............. 5,000,000 163,959,537 $ 139,272,722 22,258,887 6,595,113 17,970,134 33,409,916 $ 219,506,772 $ 1,787,480 42,146,005 6,613,750 $ 50,547,235 168,959,537 $ 219,506,772 Securities carried at $58,378,690 in the above statement are deposited with various states as required by law. Securities carried on the basis prescribed by the National Association of Insurance Commissioners. On the basis of market quotations for all bonds and stocks owned, the Company's total admitted assets at December 31, 2013 would be $223,222,696 and surplus as regards policyholders $172,675,461. 1, DENNIS F. KERRIGAN, Corporate Secretary of the FIDELITY AND DEPOsrr COMPANY OF MARYLAND, do hereby certify that the foregoing statement is a correct exhibit of (he assets and liabilities of the said Company on the 31 st day of December, 2013. i 1 State of Illinois City of Schaumburg SS: Subscribed and sworn to, before me, a Notary Public of the State of Illinois, in the City of Schaumburg, this 15th day of March, 2014. J Notary Public LOFFICIAL SEAL OARRYL JOINER Notary Public • State of Illinois mission Expires May 3.2014 i Sealed bids may be received at the office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 Until 11:00 AM on the 23rd day of April, 2014, at which time such bids shall be opened and read for Title of-P—roj"ect Contract No. 5442 $ 770,000.00 Engineer's Estimate Prospective bidders may obtain Bid Documents, Project Specifications and Drawings by contacting Santa Ana Blue Print at (949)756-1001 Located at 2372 Morse Avenue, Irvine, CA 92614 Contractor License Classification(s) required for this project. "C-10" For further information, call Brad Sommers, Proiect Manager at (949) 644-3326 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://www. N ewpo rtBeach CA.g ov CLICK: Online Services I Bidding & Bid Results Contract No. 5442 TABLE OF CONTENTS NOTICEINVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS......................................................................................3 BIDDER'S BOND............................................................................................................5 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 8 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 15 ACKNOWLEDGEMENT OF ADDENDA....................................................................... 17 INFORMATION REQUIRED OF BIDDER..................................................................... 18 NOTICE TO SUCCESSFUL BIDDER........................................................................... 21 CONTRACT.................................................................................................................. 22 INSURANCE REQUIREMENTS ............................ .... ..... ...................................... A-1 LABOR AND MATERIALS PAYMENT BOND ...................... ................................. B-1 FAITHFUL PERFORMANCE BOND.................................................................... C-1 PROPOSAL.............................................................................................................. PR -1 SPECIALPROVISIONS............................................................................................ SP -1 SPECIAL PROVISIONS SUPPLEMENTAL............................Supplemental Cover Sheet 4 City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT — PHASE 6 Contract No. 5442 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 ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. K3 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. 3IZ6tg C-10 Contractor's License No. & Classification GwV,NO(- 6CL14 ems(--rW C., /Q(-. C1I )�� W UY, Tooreo1l-z/tvoi Ptd. MDQ-. ut orized Signat re itle 23 j206� Date 112 City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT — PHASE 6 Contract No. 5442 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 Ten percent of the amount bid Dollars ($ 10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of TRAFFIC SIGNAL. MODERNIZATION - PHASE 6, Contract No. 5442 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 23rd day of April , 2014. Elecnor Belco Electric, Inc. Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety 1400 American Lane Schaumburg, IL 60196 Address of Surety 847-605-6000 Telephone fl A t rued Signature/Titleex*,C.Vr�V� V //I- � (2-"� Author' ed AgentVure Aiza Lopez, Attomey-In-Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) 5 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate sea], appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE 1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 23 day of APril _20 14. INS(, «411 �� • �? o°� � 19De /1$� 81Bi� L 4 Wn1 'hI11M 111 N ✓VI` Geoffrey Delisio, Vice President FIDELITY AND DEPOSIT COMPANY OF MARYLAND 600 Red Brook Blvd., Suite 600, Owings Mills, MD 21117 Statement of Financial Condition As Of December 31, 2013 ASSETS Bonds............................................................................................................................................... $ 139,272,722 Stocks.......................................................... ... ................................................... ..... I........................ 22,258,887 Cash and Short Term Investments................................................................................................... 6,595,113 ReinsuranceRecoverable................................................................................................................ 17,970,134 OtherAccounts Receivable............................................................................................................. 33,409,916 TOTAL ADMITTED ASSETS......................................................................................................... $ 219,506,772 LIABILITIES, SURPLUS AND OTHER FUNDS Reservefor Taxes and Expenses..................................................................................................... $ 1,787,480 Ceded Reinsurance Premiums Payable............................................................................................ 42,146,005 Securities Lending Collateral Liability ............................................................................................ 6,613,750 TOTALLIABILITIES.................................................................................................................... $ 50,547,235 CapitalStock, Paid Up......................................................................................... $ 5,000,000 Surplus................................................................................................................. 163,959,537 Surplusas regards Policyholders..................................................................................................... 168,959,537 TOTAL........................................................................................................................................ $ 219,506,772 Securities carried at $58,378,690 in the above statement are deposited with various states as required by law. Securities carried on the basis prescribed by the National Association of Insurance Commissioners. On the basis of market quotations for all bonds and stocks owned, the Company's total admitted assets at December 31, 2013 would be $223,222,696 and surplus as regards policyholders $172,675,461. 1, DENNIS F. KERRIGAN, Corporate Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing statement is a correct exhibit of Elie assets and liabilities of the said Company on the 31st day of December, 2013. Secretary State of Illinois City of Schaumburg SS: Subscribed and sworn to, before me, a Notary Public of the State of Illinois, in the City of Schaumburg, this 15th day of March, 2014. �C� l 7i1 Notary Public OFFICIAL SEAL DARRYL JOINER Notary Public - State of Illinois [MY Commission Expltes May 3, 2014 ACKNOWLEDGMENT ■ t t t t Y t. t t t a t a i t. t R t M Y F t R t t t 4 t t t t t a t t t a . t a t a t t Y t t. t t t t t t 9 a Y t e. a 9 a 9. C a t t t t t a a t t t State of 9*UPMA CT County of Hartford Ss. On April 23, 2014 before me, Julie Perry Notary Public, personally appeared Aiza Lopez ,who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WETNESS -y hand and official seal. Sign re, Julie Perry, My Commis. n Expires: Jul 1, 2015 ■ t t t t t t t t t t a t t t t t t t t t t t t t t t t t t t t t t t t t t t t t t t t t t t t t a t t t t t t t t t t a t t t t t t t t t t t . i e F. C■. OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO / CFO / COO President / Vice -President / Secretary / Treasurer Other: Other Information: H. Thumbprint of Signer Check here if no thumbprint or fingerprint is available. ACKNOWLEDGMENT r r r r r r r r■® r G r Y r r r r r r 6 r r r..! e r r r r r r r r r. G. 6 r G H 9 . r r r r r W.. r r r r r r r. r Y r r r r r r r r O r r r■■ r State of California County of 5 1_n 5eV r QXd -lXN O } ss. On AY'\ \ 22 + a•O 14 Public, personally appeared before me, G o-oJ oA 'e►nyl b.- S 6 -kms L Scttld0�/Ol�Notary ,who proved to me on the basis of satisfactory evidence to be the person() whose name(i) Qbare subscribed to the within instrument and acknowledged to me that Gyshe/they executed the same in cher/their authorized capacity0g), and that by (D/her/their signatures(i) on the instrument the personK or the entity upon behalf of which the person(A acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official al. Signature Gv_,eka'CL� L Scc ►wi 6V ��{ GUADALU'E L. SANDOVAL COMM. #2015515 x a Notary Public - California 100 z San Bernardino County Conon. Ex ires Mar. 26, 201 (seal) ■■ r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r e r r r r r r r r. r r r r . r r r r .■ r r r r r r r r r r r r r! r r r r OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: 7 Thumbprint of Signer Check here if no thumbprint or fingerprint is available. 23905 Clinton Keith Rd License # 784833 Suite 114-351 B&T WORKS INC, Class A, C-12 Wildomar,CA 92595 Phone A NON UNION CONTRACTOR FAX Office 951-775-6617 Estimating 951-775-6615 Office 951-696-3749BID PROPOSAL Estimating 951-790-0208 Job Location Contract No 5442 Traffic Signal Modernization Phase 6 Proposal # 9111 Various Locations BID Date 4/23/2014 City of Newport Beach We hereby propose to furnish the materials and to perform the labor necessary for the completetion of Item # Discription QTY Unit Unit Price Total 3 Traffic Control Our Work Only 1.00 LS 3,000.00 $3,000.00 22 San Joaquin Hills Rd at Crown Dr Construct Curb Ramps 3.00 EA 4,600.00 $13,800.00 24 San Joaquin Hills Rd at Margurite Ave Construct Curb Ramps 4.00 EA 4,600.00 $18,400.00 45 Newport Coast Dr at PCH Construct Curb Ramps 7.00 EA 4,200.00 $29,400.00 Remove PCC & Install Truncated Domes 2.00 EA 1,500.00 $3,000.00 Total Proposed Job Cost Exclusions: Bonds, Perm its,SWPPP,Traffic Control Plan,Water $67,600.00 All Work to be as specified and performed in accordance with plans and specifications submitted by owner and completed in a workmanlike manner.Any alteration or deviation from plans and specifications involving extra cost will be executed only upon written change orders and will become an extra charge over and above the estimate.All agreements contingent upon strikes, accidents or delays beyond our control. Any of our work done by any other contractor including prime contractor incidental to other work or by accident will be at there cost and will not be backcharged to us.Payment due 15 Days from billing date or no later than 10 Days of prime contractor recieving payment from owner as required by Section 10262 of State Contractors Code. Date _ Accecptance of proposal, Quote Good For Ten Days only Date -- Signature Conditions of Proposal - — City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT — PHASE 6 Contract No. 5442 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!N 17 01(11, Lat✓LIC , I r•1 C . ,X Oro � Address: tri 3Y E .IG,6-9_LA-A- "9; q o 012A-04LF 1 (A qySV1 Phone: (I 14 ) "I . 'i SSS State License Number: %1Y 5( +OW t Oi JAJ /''l% fd►n e,146 f r; L . C&V— EmailAddress: Name: 15 1, -r VJU 4,u s I IJL Z2 - 2Address:Z3,qU, Address:? 3,q(,,Gtrl..i'fo•.r I1Tl-x'120. �� O r GA 92 Sti S' Phone: ��1�31) 1-?!5-V4oIl State License Number: 10+1,imesI Cwkx Email Add res YIC. Name: Address: Phone: State License Number: Email Address UMG! BidderA thorized Sign to e/Title 8 City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT — PHASE 6 Contract No. 5442 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name F_US-IJUt2 13fLZO 6I f(;;(YL(C, INJC . 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 I1J-rk-U >JNEC;r 0040T►21 L rt6NA1-5 Project Name/NumberOO LA MSA 4 A -T 961, (,ftfl , L%rl.6,VAV-, Ap ) ?4,ZOI MPr Q.P. CC -1 -00 Project Description 'rte L 5(ujm ofru, 1 gmAK A'f')a0 Approximate Construction Dates: From 124 13 To: `S% Zo ) Agency Name U r/ D F \/I G_r0'2-Vl VL_r__ Contact Person 6;V-01 hLxf-eTNt Telephone (74 7-4? - (03(00 I/It0611.1I•00 Original Contract Amount $ Pi Contract Amount $ t/202 -3I .00 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. 16 u D No. 2 WGAL ee, -5r • GiWDAFF <0PA-a tf10--J Project Name/Number ACE c-otiao-ftt ( Ido. 12.-65- Project 2-aS Project Description TZAM L, 516NAIA. s''(V-W Ue.H-TII.1(rl�ti1%12CaoJd i Approximate Construction Dates: From 0 h -0t3 To: (0/7,0197 Agency Name Ace C4n1S' P-vc::7noJ 4v-r*a-rry Contact Person I' -PVI 1J LAI Telephone (62� l02 -q 211 Z 1/3419,3$•00 As of f/z;/z•iy Original Contract Amount $ Final Contract Amount $ Z� [ �7f d 2q .00 If final amount is different from original, please explain (change orders, extra work, etc.) C#P�Cr I✓ O"E" I S S V 13y A -G L N Gy 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 1-1.5 LA- ML5-".,A //J1S&Aj t L,I 1HU-0-G tmoe Project Name/Number 5 r-'P-4Cg 11 f-0QL%C1 No . C-Iyti ►o Project Description 10TY-'f t, S 1(aNA- A STJ4WT L-tCHT IM(a, El g e LAX (,5 Approximate Construction Dates: From S 17-0 13 Agency Name SANg�51 Contact Person GRe6 1iOl-09-P-T i" To: '5 12-0 - f Telephone (760) Zq3 -(o36ti 3g(��$ZDoOriginal Contract Amount $ina I Contract Amount $ 42 71'4•00 If final amount is different from original, please explain (change orders, extra work, etc.) GIAPg36e og-flea�, ISSUgo 6\1 A4wej Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 10 No.4 I --M CAANTorJ 1G£in4 wT>SYLLo*ti(nt✓ Project Name/Number CdUNL%J OF f -%VL%-" tnJ0 Ut TA4-yr Na • A2--a(oq Project Description (. S r OPrA aVM P M M11J NTL"12C0dJt'lFL7 Approximate Construction Dates: From (0/2-013 Agency Name aUN-t y or- Po Vlc 1ZS i ria Contact Person SVA - J Ms+J%UZA - To: 3 /z- 14 Telephone (1576� 254--`�3S I U2/02 -d.00 Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) C'0*rl G (g 0 "Un" 1 ss V 1E0 Jy 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 No. 5 1-)0 CftvLR- J AVe , 1NTeY7-(-�"NGE Project Name/Number SA*313/ICol fr.OJec---T W0 . G1222L( Project Description 1 ATT71 (I S IG 047A _ SST U6ttl10(n M igt"4 t -JC) rI)3EiL ' 'n Pri f-9 Approximate Construction Dates: From Agency Name SAN 6 Fr , t' /2-012- To: It/201 Contact Person VVf}h1 i24J Telephone 0 S) g Z(o4 - 40' 22 ►/ 1 S1000.060 4-00 000 - ov Original Contract Amount $ Final Contract Amount $ / i If final amount is different from original, please explain (change orders, extra work, etc.) G-H*r4(A &-P O" M S IL SS V I::b G `f Iq-r- q. H' 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. Wb 11 No.6 G4:M#Jt?0T i1 -D- 1WV-0VWMeNT Project Name/Number QQGJec-4' Wo. STT.-Q7o04 Project Description _Tt2Ar1:h(_ S IGNPri-S, STLCOr WGttllWsy EJSCC c)pTI GS Approximate Construction Dates: From M1ZO ► Z To: 12-12O 1'f Agency Name C -1-N O1= 1A -IG ryl,A_ J�0 Contact PersonMA Wkn AIA 134%1 Telephone�Sh T7& 9300 Original Contract Amount $1/(0(e13-FinOS) Contract Amount $ It (0e00 / 000. 00 If final amount is different from original, please explain (change orders, extra work, etc.) C44AN(1 is OYLO P-iCS L Ss Uev G3 l 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 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 conditions. et.gr4 X101_ p,P_L 60 eL CC* tX#1 I �� • , T s t°oRTR�OJ l7tr . �� . Bidder u orized Sig at re/Title W 4331 Schaefer Ave. Chino, CA 91710 John L. Wong `r ` 'Q7ALIF ICATIpNS Cell: (951) 870-0721 Email: jwong@elecnor.com Over 23 years of acquired responsibilities in the electrical construction industry utilizing the following skills: • Field Supervision/Installation • Job Estimating • Design/Build • Project Management 0 Contract Administration 0 Scheduling/Coordination • Executive Management • Budget/Cost Analysis 0 Document Control Lincoln Pacific Builders, Inc., Baldwin Park, CA 09/2005 — 05/2013 Executive Vice President • Assist in the founding of Lincoln Pacific. • Responsible for all aspects of operations, activities, project estimating, and administration of company. • Estimated and managed approximately $77M in awarded contracts in traffic signal and street lighting projects throughout the counties of Los Angeles, Orange County, and Inland Empire including the Mid- City/Exposition Light Rail Transit Design/Build Project for Metro in the City of Los Angeles as a subcontractor to the Joint Venture Team of FCI/Fluor/Parsons with a contract value at $20.3M. Moore Electrical Contracting, Inc., Corona, CA 05/2003 — 08/2005 Project Manager — Metro San Fernando Valley Buslvay Rapid Transit (BRT) Project, Los Angeles, CA • Responsible for the management, direction, and coordination of all electrical and communications systems from conceptual to final design with local agencies and owner while supervising a staff of five field superintendents to support the $28M electrical and communications design -build subcontract for the Joint Venture Team of Shimmick/Obayashi. • Lead estimator for Transit Priority/Automated Traffic Surveillance and Control Surveillance and Control Systems (TPS/ATSAC) Projects in the City of Los Angeles totaling $12M in awarded contracts. Amelco Electric SF, Inc., San Leandro, CA 01/2000 — 04/2003 Division Manager - Traffic Signal and Street Lighting (01/00 — 04/03) • Responsible for establishing a traffic signal and street lighting division with annual gross revenue of $15M in 2000, $18M in 2001, and $25M in 2002 while supervising a staff comprising of two estimators and three field superintendents. • Oversight responsibility for all aspects of operations and administration of division. Project Manager - Alameda Mid -Corridor Design -Build Project, Los Angeles, CA (01/00 —12/02) • Coordinated and provided rapid solutions during the installation of electrical, communication, traffic signal, and railroad signal systems while supervising a staff of four field superintendents to support a $71M contract. • Interfaced with various local agencies in providing conceptual to final agency -approved construction designs for traffic signal and street lighting systems. • Responsible for controlling all documentation related to project. Steiny and Company, Inc., Los Angeles, CA 01/1990 — 01/2004 Project Manager (02/98 — 01/00) • Provided project coordination and scheduling with owners, general contractors, and subcontractors. • Managed and supervised staff of two project engineers and four field superintendents on all Disney projects in Anaheim, CA that included West Street Improvements Phases I thru IV ($7.5M), California Adventures SD -1 and SD -2 ($8.2M), and Paradise Pier Phase I ($150K). Foreman/General Foreman (02/95 — 02/98) • Supervised the installation of electrical systems such as fiber optic and data communication, low and high voltage, and fire/life safety systems on various projects totaling $17M. Inside Wireman Apprentice (01/90 — 01/95) • Attended and completed IBEW-NECA 5 year apprenticeship training course. EDUCATION/TRAINING Journevman Wireman Certification, IBEW-NECA 01/1990 — 01/1995 Joint Apprenticeship and Training Committee, Los Angeles, CA Member of International Brotherhood of Electrical Workers Union Local 11 (since 01/90) A.S. Electronics Engineering Technology ITT Technical Institute, West Covina, CA California State University of Los Angeles Accounting Major Los Angeles, CA 06/1986 — 06/1988 09/1982 — 06/1984 a _ 7 7 mpul'iqlAIg.. rr Software: Windoivs 8, Microsoft Office, Microsoft Project Planner, Primavera, Expedition, McCormick and Accubid Estimating, Epic and Trade Service City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT — PHASE 6 Contract No. 5442 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of54tJt/�iAi2.bt►.?0 Jo tiN Wol-R., , bein first duly sworn, deposes and says that he or she is -rVMs?og AT-llW pl yisio t64Gtt_ of LVfJ0IL 70 E1,Co Et.td jM(_, &Xthe party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. e.l,CW0yL 6�I.Caf.�.���-�t,� tr4(• T yrrsPd pr" otu M6 r� Bidder u horized Sigq(!re/Title Subscribed and sworn to (or affirmed) before me on this day of , 2013 by , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. [SEAL] 13 Notary Public My Commission Expires: State of California County of San Bernardino On April 17, 2014 personally appeared John Wong CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT before me, Guadalupe S. Sandoval "Notary Public" (here insert name and title of the officer) who proved to me on the basis of satisfactory evidence to be the person(,) whose name( is re subscribed to the within instrument and acknowledged to me that1&she/they executed the same in is her/their authorized capacity(e, and that by &her/their signature on the instrument the person/), or the entity upon behalf of which the person(/ acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature OPTIONAL INFORMATION JI GUADALUPEL.SANDOVAL �� COMM. #2015515 zz a ' . Notary Public • California o Z San Bernardino County Comm. Expires Mar. 26, 2017 (Seal) Although the information in this section is not required bylaw, it could prevent fraudulent removal and reattachment of this acknowledgment to on unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of City of New Port Beach Traffic Signal Contract # 5442 containing 1 pages, and dated April 17, 2014 The signer(s) capacity or authority is/are as: Individual(s) 1. Attorney -in -Fact F] corporate Officer(s) ❑ Guardian/Conservator ❑ Partner-Limited/General ❑ Trustee(s) ❑ Other: Title(s) representing: Name(s) of Person(s) or Entity(ies) Signer is Representing Method of Sioner Identification Proved to me on the basis of satisfactory evidence: Lo form(s) of identification O credible witness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other ❑ Additional Signer(s) ❑ Signer(5)Thumbprint(s) 11 0 Copyright 2007-2012 Notary Rotary, Inc. PO Box 41400. Des Moines, 1A 50311-0507. All Rights Reserved. Part Number 101772. Please contact your AwI,onzccl or 0,s Foi m. City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT — PHASE 6 Contract No. 5442 DESIGNATION OF SURETIES Bidder's name eL4ZC-4'-1on., gF-LC4 e-1.ECIV-iG. IMC -- 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): e6api+j Cn 4;2�t•1r — W I L-t'l S OF hli;-hl y 00V. -I j roc 96110 Modsp"OrrZ 0212-)OIIS-y-7&f 5utgry — Zut\GI , I dG . 117 S . f� G Vt 12dA 5T. , S U 1 TE 3900 Las AiJGgM4;. CA 1061-7 SUR.arTy — i Dr u Ty A-00 Qgp061r C0MfA?Jy of Mike y(,No 5�+��IyMF3eYlh IL toOl-i b 14 City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT — PHASE 6 Contract No. 5442 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name ELS-^t0YL 5P—L40 C,;LP T►210, tNC Record Last Five (5) Full Years Current Year of Record ME I he intormation required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Current Record Record Record Record Record Year of for for for for for Record 2013 2012 2011 2010 2009 Total 2014 No. of contracts g y 0 0 LJ S2_ Total dollar Amount of Contracts (in zp�'�d0° /00�►000 1�i,o40i (� a (0�/0 2,2, Thousands of $) No. of fatalities O O O O U a 0 No. of lost Workday Cases O O 0 p a No. of lost workday cases involving permanent transfer to another job or termination of UO O C)(� (� D employment ME I he intormation required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Legal Business Name of Bidder 1=1,�ott. 6ELZO Et_o�=rf- 61 It4C . Business Address:1n1U, C�} q ���o Business Tel. No.: (.gU�l)�i3-�41 a State Contractor's License No. and Classification: 75$,C118 Title The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date 4l 1'1 /24 1 tp Title I✓ Xtwe L,1r V1� V1C� �!f+�S� n �rr.►7' Signab�, re of dder Date 1.7 �Zut� Title dtio012Tq--ROiJ DIV1510� Signature of of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 16 State of California County of San Bernardino On April 17, 2014 before me, CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT Guadalupe S. Sandoval "Notary Public" (here insert narne and title of the officer) personally appeared Glenn De Soto and John Wong who proved to me on the basis of satisfactory evidence to be the persorvhose nam (�s iX/are subscribed to the within instrument and acknowledged to me that W,*-eAEej5 executed the same in V(S/Vr/ heir authorized capacity(ies), and that by / he' signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature OPTIONAL INFORMATION i^i7UA �� DAALUPE L . J�N.O OVAL 0 ` COMM. #2015515 z m Notary Public • California o Z M > + San Bernardino County Comm. Expires Mar. 26, 2017 (Seal) Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment to on unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of City of New Port Beach Traffic Signal Contract # 5442 containing 1 pages, and dated April 17, 2014 The signer(s) capacity or authority is/are as: Individual(s) I _] Attorney -in -Fact Corporate Officer(s) Title(s) ❑ Guardian/Conservator ❑ Partner-Limited/General ❑ Trustee(s) ❑ Other: representing: Name(s) of Person(s) or Entitybes) Signer is Representing Method of Signer Identification Proved to me on the basis of satisfactory evidence: Lo form(s) of identification O credible witness(es) Notarial event is detailed in notaryjournal on: Page If Entry # Notary contact: Other ❑ Additional Signer(s) ❑ Signer(s)Thurnbprint(s) El (0 Copyright 20072012 Notary Rotary, Inc. PO Box 41400, Des Moines, IA 50311-0507. All Rights Reserved. Part Number 101772. Please contact your Authorized Reseller to purchase copies of this form. City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT — PHASE 6 Contract No. 5442 ACKNOWLEDGEMENT OF ADDENDA Bidder's name E L.LvGnJ01L BLLCz F_L at?u-! G, I ti( C. . The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature 17 City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT — PHASE 6 Contract No. 5442 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: EUEC+,�fL—l3E Z- 6 CL&TYLI (_J / ^J( Business Address: 4-3,5( SCI -}UKP. /-V E . 5-kh •1o, (A '11110 Telephone and Fax Number: ('1010063 -`S4'70 F?' 4 Cqoei) -qti3-54ib California State Contractor's License No. and Class: (REQUIRED AT TIME OF AWARD) Original Date Issued.117* to Expiration Date: -7 I'S 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: F�1S 1 1014G - 14-t-45 POPAT1 o d V1V 1ezj UJ M ANAr,CLI_ 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 6Lr,,tJOJ 0P- SdN P—MCVndro V. P. 4331 SOrl-IMFe(LHMF 4+161v, (A 91-71 3 Corporation organized under the laws of the State of C4W 1°'U04J!A. in The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: 0A All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: 016 - 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 rovide:Provide the names, addresses and telephone numbers of the parties; 0 /A - Briefly summarize the parties' claims and defenses; 1,J% Have you ever had a contract terminated by the owner/agency? If so, explain. N0t-J G� Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / No Wel Are any claims or actions unresolved or outstanding? Yes /.No If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. G L re o 4 V e SUT'o (Print name of Owner or President of Corporation/Company) Bidder Authorized Sr_ nature/Title txiec uTl vle V . P Title 417/2-01 Date On Apv-k\ 11r 2-0\4 before me, GOLAPA&JWD, L ­ CMA lNotary Public, personally appeared _ Gi2lnn SCrro , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Scm Be1'YlmAl� Io , V_6fVYY ict, Notary Public in and for said State My Commission Expires: MAY. 2.0 i'201-1 20 (SEAL) GUADALUPE L. SANDOVAL COMM. #2015515 zz ° - Notary Public • California o Z San Bernardino County P ; ' Comm. Ex ires Mar. 26, 2017 City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT — PHASE 6 Contract No. 5442 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. 21 PR 1 of 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL TRAFFIC SIGNAL MODERNIZATION WEST NEWPORT — PHASE 6 CONTRACT NO. 5442 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. 5442 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 AND UNIT ITEM DESCRIPTION AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL PRICE 1. Lump Sum Mobilization @ uJ6 MTRO A Wr�oIIars and ZtiY1A Cents $ Zul00V 0 Lump Sum 2. Lump Sum Provide As -Built Plans Zb.Jo @ Dollars and 2�o Cents $ Z�UOU .6-b Lump Sum 3. Lump Sum Traffic Control 7c'�j @ Tle?l USA',*4 0 Dollars e7n'O Cents $ l d i 4 U U. f/t) Lump Sum PR2of9 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Phase 6A — San Joaquin Hills Road Corridor — Payment for Items 4 through 25 shall include work along San Joaquin Hills Road, including connection to City Hall and Ridge Park Road. These items are represented in Plan Sheets 5 through 12, 23, 25, and 26. This item includes San Joaquin Hills Road and Newport Coast Community Center bid items on Sheet 18. 0 20,460 LF Install 48 SMFO Cable @ ®/'3 (� Dollars ,rte and Zq SS'2 Gb Cents $ l $ i Per Linear Foot 5. 480 LF Install 6 SMFO Cable @ o Dollars and 2��" Cents $ 7-00 $ 9/00-6t Per Linear Foot 6. 13,480 LF Install #10 Green Trace Wire @ Dollars and Cents $ d $ O Per Linear Foot 7. 18,190 LF Install 12/10 Microduct @ d^� Dollars and TvJ Y Cents Per Linear Foot 8. 13,790 LF Remove Twisted Pair Copper SIC @ Dollars and T�r►7 �l Cents $ • 20 Per Linear Foot PR3of9 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. 16 EA Install #6 Pull Box @01'fr I+t/rJ0" Dollars Zeov and Cents $ 100 • $ `r, 4 od Oa Each 10. 6 EA Install Splice Vault BN t, -PtovS01*41O @ Dollars and Z f:YL� Cents Each 11. 6 EA Install Fiber Patch Panel 1-W a TM vSmW-,o @ Six r AO&W Dollars and ZCx—° Cents Each 12. 6 EA Install Fiber Optic Splice Closure luc/ " tfvi102l"b @/ Dollars and Cents Each 13. 4 EA Install Power Strip @F1 I/a' Hv,-Jon-f-W Dollars 7," and Cents Each 14. 7 EA Install Ethernet Switch @ Dollars and 7 -C -A-0 Cents Each $ It 8-00.00 $ 1 of kou.a $ 2,6do.uo $ 1 ,600. Ua $ f560." $ _C1106,6-0 $ 2,d0d. ra $ 21 l 60 ' rb PR4of9 I I EM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 15. 2 EA Install CCTV Equipment fvUO,Tez�j @ TIfiDUSi1,n Dollars and ►� Cents Each 16. 400 LF Install 2 inch PVC Conduit 17. 4 EA ik 8 EA 4 EA 20. 1 EA $ Iq-100d'n $ 21(j000,rD �b•1 7l+1 i?� �� @ Dollars and 3a � da ��� Cents $ Per Linear Foot Install FDU Termination Panels -rKO TIftvSA?4Yi @ ��``!� h'VW0)L1—V Dollars and Cents *2,-f00. 0-0$ i1/600.6b Each Remove Existing Pull Box. Connect Proposed Conduit into Existing Conduit @ Tib t'WAWD Dollars and Cents 1/2o0,Ub $ G1,4000 -Ob Each Remove Existing Splice Cabinet and Foundation. @ e;t`m-r HVd0#_cVDollars and Cents 80d , 0'a $ 42_00. 1!v Each Install Aggregation Switch � &I& HVA/ b>Z� @ Dollars .� and Cents $ ao Each PR5of9 ITEM QUANTITY AND UNIT ITEM DESCRIPTION AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL PRICE 21. 1 EA Install 19" Wall Mounted Rack SAX tijf4t0tQ9 @ Dollars and ZOO Cents -4600.0 $ Each 22. Lump Sum San Joaquin Hills Road /Crown Drive Traffic Signal Modific tion ON r �tJ flfi-tv @ '1-1+1LTI'-SEV0-3 Dollars and 2:4,F1u Cents 0 ! '377160 0. w $ i 37, 0 u o. OD Per Lump Sum 23. Lump Sum San Joaquin Hills Road /Crown Drive Temporary Traffic Signal Operation tI 6l'fT @ 11" V Sf-)14 Dollars 2C and Cents . $ $� a-". Ob Per Lump Sum 24. Lump Sum San Joaquin Hills Road /Marguerite Avenue Traffic Signal Mogipfa � @ T06WY T64 US-`'�boIIars and Z�71-d Cents lZe , G v . W $ �, U� • d'U Per Lump Sum 25. Lump Sum San Joaquin Hills Road/Marguerite Avenue Temporary Traffic Signal Operation ( WGj @ 17tp USl)?NW Dollars and Centso Per Lump Sum PR6of9 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Phase 6B - Newport Coast Drive Road Corridor - Payment for Items 26 through 46 shall include work along the Newport Coast Drive Road Corridor, including Pelican Hill Road South. These items are represented in Plan Sheets 13 through 22, 24 and 27. These items exclude the San Joaquin Hills Road and Newport Coast Community Center bid items on Sheet 18. 26. 20,040 LF Install 48 SMFO Cable @ Dollars and ® 'j"W �►J l ' 20 2-`f, � Cents $ $ Per Linear Foot 27. 1,650 LF Install 6 SMFO Cable @ TW tj Dollars 7-E-1710 and Cents $ 2 ' $ Per Linear Foot 28. 18,230 LF Install #10 Green Trace Wire @ ��' Dollars and Cents $ 1,00 $ i b lq3 & n Per Linear Foot 29. 19,060 LF Install 12/10 Microduct 30 31 @ Cali Dollars and Cents Per Linear Foot $ ) . 20 $ 2-2, R 72.. n 14,390 LF Remove Twisted Pair Copper SIC @ 0-6yIX Dollars and - f rh%��' i1 Cents $ $ Per Linear Foot 1 EA Install #6 Pull Box QQ�� @ ��PWollars and Cents $ �'OG U"o $ 1 !00'n Each PR7of9 ITEM QUANTITY AND UNIT ITEM DESCRIPTION AND UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 32. 6 EA Install Splice Vault t(s1�Cc" @ t UN'0D 'QD Dollars zx-y o and Cents $ it 80 Each 33. 7 EA Install Fiber Patch Panel "rwd T'Nv LIE&" @ Q?n tiV404cy;' Dollars 2 -w' -'o and Cents $ Z1 60 0. ov $ t &I 20 0 . vb Each 34. 7 EA Install Fiber Optic Splice Closure @ e5il6ft-C t401200 Dollars and :Z'�YLO Cents $ $ Each 35. 1 EA Fusion Splice Fiber Optic Cable in Existing Splice Closure F1 Jr Hv kj oa cv @ Dollars Zt42a and Cents $ JO' • (/� $ �0 ' Each 36. 7 EA Install Power Strip F1 ✓E (4Vt4 01'6V @ Dollars ZZ -7" and Cents $ go, 61 Each 37. 10 EA Install Ethernet Switch rWUL%r Hv"(0"-v @ Dollars and ?-mo 30c). Uo Cents $ $ Each ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 38. 2 EA Install CCTV Equipment 6JK-766-�j nfroUONP @ Dollars and Cents Each 39. 100 LF Install 2 inch PVC Conduit @ 'rig I fT%l Dollars ZI5*0 and Cents Per Linear Foot $ 30. Ua 40. 1 EA Remove Existing Pull Box @ �© 8Vtz`ac. Dollars and 7-moand .260.0 Each 41. 3 EA Remove Existing Splice Cabinet and Foundation. @� O460 Dollars 7b and Cents `q}F4 0.0 b Each 42. 2 EA Install 2070-1E CPU modules rftct T-/* ush-NV @ '%i�/0 /�7! /x(12 Dollars and ZC� Cents �3�2U . Uv Each 43. 1 EA Install 6 -Port FDU 0 %l & T"Nv v CA---.l� @ s6✓&'?�J hy^10(2-0 Dollars and Z -CR -o Cents 1/700,0-0 Each 3,a 0 a. n $ a-00. 6M $ 2j 0 d . !/b � I �7va.riv PR9of9 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 44. 2500 LF 45. Lump Sum 45. Lump Sum Remove 24 Strand Fiber Optic SIC @ 2-6k Dollars and TY� Cents Per Linear Foo Newport Coast Dr /Coast Highway Traffic Signal Modification O1IJen-nG tT. @T[jPU§A74 )9 Dollars and Cents A q t o 0a . UO $ �, li�U . Ue Per Lump Sum Newport Coast Dr /Coast Highway Temporary Traffic Siq_nal Operation (51:0 r 7)-4UsA-?.jP @ Dollars 2457k and Cents ��,000 . n$ �S1600. Ud Per Lump Sum TOTAL PRICE IN WRITTEN WORDS Sti/la/.l 17Uro► . TIhJZT`/_F0 vu—T17t"4 i9�47 t'SeVCC _" _T Dollars and �gYLo Cents $ 7 4 %Z 00 Total Price (Figures) 4%Z3 t20 Iy- Date Bidder _ (6,,0°I)61,13-Sg 10 F-(_ .54740, W Bidder's Telephone and Fax Numbers Bid er' Authoriz Bidder's License No(s). Bidder's Address and Classification(s) Bidder's email address: (11-, C,' UV i TAA IWoorol1 oil) der V • M >ignature and Title AV6 C+h- .1a, CAI 1-7 1.0 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS TRAFFIC SIGNAL MODERNIZATION PROJECT— PHASE 6 CONTRACT NO. 5442 PART 1 - GENERAL PROVISIONS SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-5.1.1 Plans. 2-5.1.2 Specifications. 2-6 WORKTO BE DONE 2-9 SURVEYING 2-9.1 Permanent Survey Markers 2-9.2 Line and Grade SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup Replace this section with the following: SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing SECTION 5 - UTILITIES 5-1 LOCATION 5-2 PROTECTION 5-7 ADJUSTMENTS TO GRADE 1 1 1 2 2 2 2 3 3 3 3 3 4 4 4 4 4 4 4 4 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 5 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 5 6-1.1 Construction Schedule 5 6-7 TIME OF COMPLETION 5 6-7.1 General 5 6-7.2 Working Days 5 6-7.4 Working Hours 6 6-9 LIQUIDATED DAMAGES 6 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7 7-1.2 Temporary Utility Services 7 7-7 COOPERATION AND COLLATERAL WORK 7 7-8 WORK SITE MAINTENANCE 7 7-8.4.3 Storage of Equipment and Materials in Public Streets 7 7-8.6 Water Pollution Control 8 7-8.6.2 Best Management Practices (BMPs) 8 7-8.7.2 Steel Plates 8 7-10 PUBLIC CONVENIENCE AND SAFETY 9 7-10.1 Traffic and Access 9 fil 7-10.3 Street Closures, Detours and Barricades 9 7-10.4 Safety 10 7-10.4.1 Safety Orders 10 7-10.5 "No Parking" Signs 10 7-10.7 Street Sweeping Signs and Parking Meters 11 7-15 CONTRACTOR'S LICENSES 11 7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS 11 SECTION 9 - MEASUREMENT AND PAYMENT 12 9-3 PAYMENT 12 9-3.1 General 12 SECTION 9 ---MEASUREMENT AND PAYMENT 12 PART 2 CONSTRUCTION MATERIALS 18 SECTION 201- CONCRETE, MORTAR, AND RELATED MATERIALS 18 201-1 PORTLAND CEMENT CONCRETE 18 201-1.1.2 Concrete Specified by Class is 201-2 REINFORCEMENT FOR CONCRETE 19 201-2.2.1 Reinforcing Steel 19 201-7 NON -MASONRY GROUT 19 201-7.2 Quick Setting Grout 19 PART 3 CONSTRUCTION METHODS 19 SECTION 300 ---EARTHWORK 19 300-1 CLEARING AND GRUBBING 19 300-1.3 Removal and Disposal of Materials 19 300-1.3.1 General 19 300-1.3.2 Requirements 20 300-1.5 Solid Waste Diversion 20 SECTION 303 ---CONCRETE AND MASONRY CONSTRUCTION 20 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 20 303-5.1 Requirements 20 303-5.1.1 General 20 303-5.5 Finishing 20 303-5.5.1 General 20 303-5.5.2 Curb 20 303-5.5.4 Gutter 21 SECTION 307 --- STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 21 307-2 TRAFFIC SIGNAL CONSTRUCTION 21 307-5 TEMPORARY STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 21 307-20 SALVAGED MATERIALS 21 SECTION 310 --- PAINTING 22 310-5 PAINTING VARIOUS SURFACES 22 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 22 310-5.6.6 Preparation of Existing Surfaces 22 310-5.6.7 Layout, Alignment, and Spotting 22 310-5.6.8 Application of Paint 22 310-5.6.11 Pavement Markers 23 SECTION 312 --- PAVEMENT MARKER PLACEMENT AND REMOVAL 23 312-1 PLACEMENT 23 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT .� * z CONTRACT NO. 5442 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. 6016); (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 (2009 Edition), 5) Standard Specifications and the Standard Plans of the State of California Department of Transportation (2006 Edition), including supplements. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works 7 News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517-0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: NOTE TO CONTRACTORS: This project includes installation or modification of Fiber Optic interconnect Cable and/or Ethernet communication equipment. The contractor and proposed sub contractors shall be qualified as detailed in the Contractor's Qualification (Section 2) of the attached Traffic Signal Special Provisions Supplemental. PART 1 - GENERAL PROVISIONS SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-5.1.1 Plans. Included as part of the Contract Documents are the fooling which show tge location, character, dimension and details of the Work: 1) Project Plans The plans and data provided with the Contract Documents are based on existing Plans and documents. The plans and data are provided for information per available records. The City does not guarantee their accuracy and correctness. Page 1 of 23 If the Bidder in preparing the Bid Proposal uses this information, the Bidder assumes all risks resulting from conditions differing from the information shown. The Bidder, in consideration for the information being provided, hereby releases the City from any responsibility of obligation as to the accuracy of such information or for any additional compensation for work performed due to assumptions based on the use of such information. 2) Standard Plans a. City of Newport Beach Standard Plans, latest edition b. Standard Plans for Public Works Construction (SPPWC), latest edition, promulgated by Public Works Standards, Inc. c. Standard Plans of the State of California Department of Transportation (Caltrans), 2006 edition 2-5.1.2 Specifications. The Work shall be performed or executed in accordance with these Special Provisions, the Traffic Signal Specification Supplemental and the following: 1) Standard Specifications for Public Works Construction, latest edition and supplements thereto, hereinafter referred to as the SPPWC, as written and promulgated by Public Works Standards, Inc. The Standard Specifications are published by BNi Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, Phone: (714) 517-0970. 2) State of California Department of Transportation (Caltrans) Standard Specifications, 2009 edition and supplements thereto. 2-6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of traffic signal modifications, installation of CCTV equipment, installation/modification of traffic signal communication interconnect and equipment, and other items shown on, but not limited to plan T -6016-S and as listed in the Summary of Work (Section 1) of the attached Traffic Signal Special Provisions Supplemental." 2-9 SURVEYING 2-9.1 Permanent Survey Markers Delete this section and replace with the following: "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 Page 2 of 23 the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work." 2-9.2 Line and Grade Add to this section: "The City will provide one set of construction staking as required to construct the improvements. Additional stakes or re -staking, and costs thereof, shall be the responsibility of the Contractor. The Contractor shall notify the City in writing two working days in advance of the time that the stakes are needed. All existing street and property corner monuments are to be preserved. The Contractor will be back -charged for the cost of restoring any survey ties and/or monuments damaged by the Contractor, including the cost of filing the required corner records or record of surveys with the County of Orange." SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup Replace this section with the following: "(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 ............................................ 15 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, one (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 (prior to any markups) 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. Page 3 of 23 SECTION 4 - CONTROL OF MATERIALS Elm IfiL.1t4iVAIR3al►llXYLO7Ntib 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 - hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor." SECTION 5 - UTILITIES 5-1 LOCATION Add the following after the 3rd paragraph: "Within seven (7) Calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre -construction condition or better." 5-2 PROTECTION Add the following: In the event that an existing pull or meter box or cover is damaged by the Work and is not re -useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City. 5-7 ADJUSTMENTS TO GRADE The Contractor shall adjust or replace to finish grade of City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor will be required to contact Southern California Edison, The Gas Company, AT&T Telephone, cable television, and any other utility facilities to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the Project Schedule. Page 4 of 23 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. 6-1.1 Construction Schedule Add the following between the first and second paragraphs of this section: No work shall begin until a "Notice to Proceed" has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to 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 that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. The schedule shall detail all planned traffic signal outages and when the signal is planned to be in "red -flash" operation. The scheduling of these items shall be maintained and updated as necessary. The City Engineer shall be notified immediately when these items are rescheduled." Traffic signal modification work shall be phased so that no more than one traffic signal shall be shut -down ("red -flash" or "dark") at the same time. 6-7 TIME OF COMPLETION 6-7.1 General Add to this section: The Contractor shall complete all work under the Contract within 100 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery 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 15t (New Year's Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President's Page 5 of 23 Day), the last Monday.in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th, (Christmas Eve), December 25th (Christmas), and December 31St (New Year's Eve). If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday." Traffic Signal Outages ("dark" or prolonged "red -flash") shall not be scheduled for the Coast Highway/Newport Coast Drive location prior to September 2, 2014. Add the following Section 6-7.4 Working Hours 6-7.4 Working Hours Normal working hours are limited to 7:00 a.m. to 5:00 p.m., Monday through Friday The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 5:00 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6 p.m. on Saturday only. A request for working outside the normal working 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 $146 per hour when such time periods are approved. (Night Work Alternative) At the request of the contractor, night work may be considered for the modification of the Coast Highway/Marguerite Avenue traffic signal to facilitate construction and minimize the disruption to the community. The following requirements shall apply: A. Night work hours shall be considered to be from 10:00 p.m. to 5:00 a.m. Sunday through Wednesday. No work is allowed Thursday, Friday or Saturday nights. B. The Engineer must approve all requests for night work. C. The Contractor shall notify the Engineer two weeks prior to the start of any requested night work. 6-9 LIQUIDATED DAMAGES Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6-7-1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500.00 Page 6 of 23 Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that the above liquidated damages 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. 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 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services Add to the end of this section: If the Contractor elects to use City water, he shall arrange for a meter and tender a $1,073.21 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any 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. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing of such water Add to this section: "The Contractor shall coordinate with Econolite, Inc. for concurrent traffic signal cabinet modification work and or a technician to be present during a traffic signal turn -on at locations which receive new traffic signal cabinets. Additionally, the Contractor shall coordinate a manufacturer's representative to be present during the turn -on for Emergency Vehicle Preemption systems and Battery Backup systems." 7-8 WORK SITE MAINTENANCE Add Section 7-8.4.3 Storage of Equipment and Materials in Public Streets 7-8.4.3 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 in Page 7 of 23 advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. 7-8.6 Water Pollution Control Add to this section, Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at www.newportbeachea.gov/publieworks and clicking on permits, then selecting the link Construction Runoff Guidance Manual. Additional information can be found at www.cleanwaternewport.com." 7-8.6.2 Best Management Practices (BMPs) Add to this section: The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 7-8.7.2 Steel Plates "Steel plates utilized for 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." Page 8 of 23 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)." 7-10.3 Street Closures, Detours and Barricades 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 (W.A.T.C.H), Latest Edition. Traffic control and detours shall incorporate the following items: 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, bicycle 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. To the extent possible, signs shall not be placed in a manner that blocks sidewalks or bike lanes. 4. The Contractor shall accommodate the City's trash collection. if the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3468 and all affected property owners. 5. Sidewalk closures in non-residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at the closest crosswalk or controlled intersection. Page 9 of 23 6. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs mounted on barricades in order on the approach and at the closure. 7. During a traffic signal outage ("dark" or prolonged "red -flash") "STOP" signs shall be furnished by the contractor. A minimum of two "STOP" signs shall be placed per approach. Signs will not be necessary during momentary "red - flash" while turning the traffic signal on." 8. Two (2) Changeable Message Signs (CMS) shall be placed one week prior to the first planned traffic signal shut -down ("red -flash" or "dark") for the traffic signal modification locations to give advance warning of roadway work and possible delays. The signs shall remain in place until the shut -downs are complete. Locations and messages shall be approved by the City Engineer prior to deployment. 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." Add the following Section 7-10.5 "No Parking" Signs 7-10.5 "No Parking" Signs The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty- eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. The City of Newport Beach "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. Page 10 of 23 7-10.7 Street Sweeping Signs and Parking Meters After posting temporary "NO -PARKING -TOW AWAY" signs, the Contractor shall cover street sweeping signs and parking meters, on those streets adjacent to the construction with a "PERMIT PARKING ONLY" sign, in a manner approved by the Engineer. The contractor shall also cover all street sweeping signs on the opposite side of the street from where he has posted the "PERMIT PARKING ONLY" signs, in a manner approved by the Engineer. Immediately after construction is complete and the alley is opened to traffic, the Contractor shall remove all signs and uncover the street sweeping signs. City of Newport Beach "PERMIT PARKING ONLY" signs are available from the Engineer. Add the following Section 7-10.8 Notice to Residents and Temporary Parking Permits Add the following Sections: 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 valid Business License issued by the City of Newport Beach. 7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As -Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress bill is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the "As -Built" drawings. The "As -Built' shall be submitted and approved by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material." Page 11 of 23 SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT NINAKCT-Tii--7"i.T' 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: SECTION 9 ---MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General. Revise paragraph two to read: `The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: This item is defined by and payments shall be made per Section 11 of the Standard Specifications of the State of California, Department of Transportation (2006 Edition). Fifty (50) percent of this bid item applies to the Phase 6A (San Joaquin Hills Road Corridor) and Fifty (50) percent applies to the Phase 6B (Newport Coast Drive Corridor). Item No. 2 Provide As -Built Drawings: Work under this item shall include all actions necessary to provide as -built drawings per the Special Provisions. Fifty (50) percent of this bid item applies to the Phase 6A (San Joaquin Hills Road Corridor) and Fifty (50) percent applies to the Phase 6B (Newport Coast Drive Corridor). Item No. 3 Traffic Control: Work under this item shall include providing all traffic control required by the project including, but not limited to signs, cones, barricades, flashing arrow boards and changeable message signs, temporary striping, flag persons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest edition and City of Newport Beach requirements. Fifty (50) percent of this bid item applies to the Phase 6A (San Joaquin Hills Road Corridor) and Fifty (50) percent applies to the Phase 6B (Newport Coast Drive Corridor). This item shall include cost to furnish, setup, and remove two (2) Changeable Message Signs one week prior to first planned traffic signal shut -down ("red -flash" or "dark") for Page 12 of 23 each of the traffic signal modification locations. The signs shall remain in place until the planned intersection shut -downs are complete. Signs may be relocated per construction phasing. Phase 6A — San Joaquin Hills Road Corridor — Payment for Items 4 through 25 shall include work along San Joaquin Hills Road, including connection to City Hall and Ridge Park Road. These items are represented in Pian Sheets 5 through 12, 23, 25, and 26. This item includes San Joaquin Hills Road and Newport Coast Community Center bid items on Sheet 18. Item No. 4 Install Fiber Optic Cable — 48 SMFO: Work under this item shall include the cost of all labor, equipment and materials, and testing required to furnish and install 48 Strand Single Mode Fiber Optic cable per the Plans, Special Provision, and Supplemental. Item No. 5 Install Fiber Optic Cable — 6 SMFO: Work under this item shall include the cost of all labor, equipment and materials, and testing required to furnish and install 6 Strand Single Mode Fiber Optic cable per the Plans, Special Provision, and Supplemental. Item No. 6 Install #10 Green Wire: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install #10 green trace wire per the Plans, Special Provision, and Supplemental. This item excludes #10 green trace wire installation as part of traffic signal installation or modification. Item No. 7 Install 12/10 Microduct: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install 12/10 Microduct per the Plans, Special Provision, and Supplemental. Item No. 8 Remove Twisted Pair Copper SIC: Work under this item shall include the cost of ali labor, equipment and materials required remove twisted pair copper SIC per the Plans, Special Provision, and Supplemental. Item No. 9 Install #6 Pull Box: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install #6 Pull Boxes per the Plans, the Special Provisions and Supplemental. This item includes conduit work, if necessary. This item excludes pull box installation as part of traffic signal installation or modification. Item No. 10 Install Splice Vault: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install Splice Vaults, per the Plans, the Special Provisions and Supplemental. This item includes conduit work, if necessary. Item No. 11 Install Fiber Patch Panel: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install Fiber Patch Panels in traffic signal cabinets per the Plans, the Special Provisions and Supplemental. This item includes termination of the fiber optic cable(s) at the new fiber patch panel. Page 13 of 23 Item No. 12 Install Fiber Optic Splice Closure: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install Fiber Splice Closures per the Plans, the Special Provisions and Supplemental. This item includes fusion splicing of fiber optic cables in new splice enclosures. Item No. 13 Install Power Strip: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install power strips in traffic signal cabinets per the Plans, the Special Provisions and Supplemental. Item No, 14 Install Ethernet Switch: Work under this item shall include the cost of all labor, equipment and materials required to install City -furnished Ethernet switches in traffic signal cabinets, including all connections required to operate as intended, per the Plans, the Special Provisions and Supplemental. Item No. 15 Install CCTV Equipment: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install CCTV equipment and cables per the Plans, the Special Provisions and Supplemental. Item No. 16 Install 2 inch PVC Conduit: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install 2 inch conduit from the San Joaquin Hills Road/Newport Coast Drive to the Community Center per the Plans, Special Provisions and Supplemental and/or replace damaged conduit as needed. This item may be removed or reduced in the contract at the City's discretion. No additional compensation shall be made for removed or reduced bid quantities. Item No. 17 Install FDU Termination Panels: Work under this item shall include the cost of all labor, equipment and materials required to Install FDU Termination Panels in existing City Hall FDU per the Plans, the Special Provisions and Supplemental. This item includes termination of the fiber optic cable(s) at the new fiber distribution panels. Item No. 18 Remove Existing Pull Box. Connect Proposed Conduit into Existing Conduit: Work under this item shall include the cost of all labor, equipment and materials required remove the existing pull box and conduit sweeps and connect the two conduits to form one continuous conduit per the Plans, the Special Provisions and Supplemental. Item No. 19 Remove Existing Splice Cabinet and Foundation: Work under this item shall include the cost of all labor, equipment and materials required to remove a splice cabinet and foundation per the Plans, the Special Provisions and Supplemental. This item includes conduit work, if necessary. Item No. 20 Install Aggregation Switch: Work under this item shall include the cost of all labor, equipment and materials required to install City -furnished Aggregation Ethernet switch, including all connections required to operate as intended, per the Plans, the Special Provisions and Supplemental. Page 14 of 23 Item No. 21 Install 19" Wall Mounted Rack : Work under this item shall include the cost of all labor, equipment and materials required to furnish and install a 19" wall mounted rack per the Plans, the Special Provisions and Supplemental. Item No. 22 San Joaquin Hills Drive/Crown Drive Traffic Signal Modification: Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal at the San Joaquin Hills Drive/Crown Drive intersection per the Plans, the Special Provisions and Supplemental. This item excludes installation of Ethernet communication equipment per above bid items. Item No. 23 San Joaquin Hills Drive/Crown Drive Temporary Traffic Signal Operation: Work under this item may include, but not be limited to, temporary relocation of the traffic signal cabinet, temporary traffic signal poles, and temporary traffic signal wiring to maintain traffic signal operation at the San Joaquin Hills Drive/Crown Drive intersection, including pedestrian and bike push buttons per the Plans, the Special Provisions and Supplemental. Vehicle detection may be excluded from the temporary operation of the traffic signal. NOTE: The contractor shall review the location. Temporary overhead wiring is intended to limit required signal outages. The bid shall include items needed to complete the overhead wiring. Other methods may be considered during construction and must be approved by the City. Should other methods be approved that convenience the contractor, payment for some, or all, of this bid item may be reduced by the City dependent on work performed. Item No. 24 San Joaquin Hills Drive/Marguerite Avenue Traffic Signal Modification: Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal at the San Joaquin Hills Drive/Marguerite Avenue intersection per the Plans, the Special Provisions and Supplemental. This item excludes installation of Ethernet communication equipment and CCTV system per above bid items. Item No. 25 San Joaquin Hills Drive/Marguerite Avenue Temporary Traffic Signal Operation: Work under this item may include, but not be limited to, temporary relocation of the traffic signal cabinet, temporary traffic signal poles, and temporary traffic signal wiring to maintain traffic signal operation at the San Joaquin Hills Drive/Marguerite Avenue intersection, including pedestrian and bike push buttons per the Plans, the Special Provisions and Supplemental. Vehicle detection may be excluded from the temporary operation of the traffic signal. NOTE: The contractor shall review the location. Temporary overhead wiring is intended to limit required signal outages. The bid shall include items needed to complete the overhead wiring. Other methods may be considered during construction and must be approved by the City. Should other methods be approved that convenience the contractor, payment for some, or all, of this bid item may be reduced by the City dependent on work performed. Page 15 of 23 Phase 613 — Newport Coast Drive Road Corridor - Payment for Items 26 through 46 shall include work along the Newport Coast Drive Road Corridor, including Pelican Hill Road South. These items are represented in Plan Sheets 13 through 22, 24 and 27. These items exclude the San Joaquin Hills Road and Newport Coast Community Center bid items on Sheet 18. Item No. 26 Install Fiber Optic Cable — 48 SMFO: Work under this item shall include the cost of all labor, equipment and materials, and testing required to furnish and install 48 Strand Single Mode Fiber Optic cable per the Plans, Special Provision, and Supplemental. Item No. 27 Install Fiber Optic Cable — 6 SMFO: Work under this item shall include the cost of all labor, equipment and materials, and testing required to furnish and install 6 Strand Single Mode Fiber Optic cable per the Plans, Special Provision, and Supplemental. Item No. 28 Install #10 Green Wire: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install #10 green trace wire per the Plans, Special Provision, and Supplemental. This item excludes #10 green trace wire installation as part of traffic signal installation or modification. Item No. 29 Install 12/10 Microduct: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install 12110 Microduct per the Plans, Special Provision, and Supplemental. Item No. 30 Remove Twisted Pair Copper SIC: Work under this item shall include the cost of all labor, equipment and materials required remove twisted pair copper SIC per the Plans, Special Provision, and Supplemental. Item No. 31 Install #6 Pull Box: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install #6 Pull Boxes per the Plans, the Special Provisions and Supplemental. This item includes conduit work, if necessary. This item excludes pull box installation as part of traffic signal installation or modification. Item No. 32 Install Splice Vault: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install Splice Vaults per the Plans, the Special Provisions and Supplemental. This item includes conduit work, if necessary. Item No. 33 Install Fiber Patch Panel: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install Fiber Patch Panels in traffic signal cabinets per the Plans, the Special Provisions and Supplemental. This item includes termination of the fiber optic cable(s) at the new fiber patch panel. Item No. 34 Install Fiber Optic Splice Closure: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install Page 16 of 23 Fiber Splice Closures per the Plans, the Special Provisions and Supplemental. This item includes fusion splice fiber optic cables in new splice enclosures. Item No. 35 Fusion Splice Fiber Optic Cable in Existing Closure: Work under this item shall include the cost of all labor, equipment and materials required to fusion splice fiber optic cables in existing splice enclosures per the Plans, Special Provisions, and Supplemental. Item No. 36 Install Power Strip: Work under this item shall include the cost of all labor, equipment and materials required to install City -furnished power strips in traffic signal cabinets per the Plans, the Special Provisions and Supplemental. Item No. 37 Install Ethernet Switch: Work under this item shall include the cost of all labor, equipment and materials required to install City -furnished Ethernet switches in traffic signal cabinets, including all connections required to operate as intended, per the Plans, the Special Provisions and Supplemental. Item No. 38 Install CCN Equipment: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install CCTV equipment and cables per the Plans, the Special Provisions and Supplemental. Item No. 39 Install 2 inch PVC Conduit: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install 2 inch conduit per the Plans, Special Provisions and Supplemental and/or replace damaged conduit as needed. This item may be removed or reduced in the contract at the City's discretion. No additional compensation shall be made for removed or reduced bid quantities. Item No. 40 Remove Existing Pull Box: Work under this item shall include the cost of all labor, equipment and materials required to remove a traffic signal pull box per the Plans, the Special Provisions and Supplemental. This item includes conduit work, if necessary. Item No. 41 Remove Existing Splice Cabinet and Foundation: Work under this item shall include the cost of all labor, equipment and materials required to remove a splice cabinet and foundation per the Plans, the Special Provisions and Supplemental. This item includes conduit work, if necessary. Item No. 42 Install 2070-1 E CPU Modules: Work under this item shall include the cost of all labor, equipment and materials required to install a 270-1 E CUP module in an existing controller per the Plans, the Special Provisions and Supplemental. Item No. 43 Install 6 -Port FDU: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install a 6 -Port FDU per the Plans, the Special Provisions and Supplemental. This item includes termination of the fiber optic cable(s) at the new fiber distribution unit. Page 17 of 23 Item No. 44 Remove 24 Strand Fiber Optic SIC: Work under this item shall include the cost of all labor, equipment and materials required remove 24 strand fiber optic SIC per the Plans, Special Provision, and Supplemental. Item No. 45 Newport Coast Drive/Coast Highway Traffic Signal Modification: Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal at the Newport Coast Drive/Coast Highway intersection per the Plans, the Special Provisions and Supplemental. This item excludes installation of Ethernet communication equipment and CCTV system per above bid items. Item No. 46 Newport Coast Drive/Coast Highway Temporary Traffic Signal Operation: Work under this item may include, but not be limited to, temporary relocation of the traffic signal cabinet, temporary traffic signal poles, and temporary traffic signal wiring to maintain traffic signal operation at the Newport Coast Drive/Coast Highway intersection, including pedestrian and bike push buttons per the Plans, the Special Provisions and Supplemental. Vehicle detection may be excluded from the temporary operation of the traffic signal. NOTE: The contractor shall review the location. Temporary overhead wiring is intended to limit required signal outages. The bid shall include items needed to complete the overhead wiring. Other methods may be considered during construction and must be approved by the City. Should other methods be approved that convenience the contractor, payment for some, or all, of this bid item may be reduced by the City dependent on work performed. 9-3.2 Partial and Final Payment. Delete the third paragraph and replace with the following: "From each progress estimate, five (5) percent will be retained by the Agency, and the remainder less the amount of all previous payments will be paid." 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." 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. Page 18 of 23 201-2 REINFORCEMENT FOR CONCRETE 201-2.2.1 Reinforcing Steel Add to this section: Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans. 201-7 NON -MASONRY GROUT 201-7.2 Quick Setting Grout Add to this section: The Contractor shall grout the area between an existing reinforced concrete structure and the new storm drain pipe with a quick setting grout. 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 Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link Franchised Haulers List." 300-1.3.1 General Add to this section: "The work shall be done in accordance with Section 300-1.3.2 of the Standard Specifications for Public Works Construction except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. 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. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items." Page 19 of 23 300-1.3.2 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 1-1/2 '/2 inch" of the last sentence with the words "two (2) inches". Add the following Section 301.5 Solid Waste Diversion 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 and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention." SECTION 303 ---CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 3,000 psi! 303-5.5 Finishing 303-5.5.1 General Add to this section: "The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." 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 Page 20 of 23 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 curb face to the valve. A two (2)day notice to the Engineer is required for requests to the City to determine the location of sewer laterals and water services." 303-5.5.4 Gutter Add to this section: `The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." SECTION 307 --- STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS In addition to the details in this section, Refer to Section 86 of the State of California Department of Transportation Standard Specifications, May 2006 unless otherwise detailed in the Traffic Signal Specifications Supplemental. 307-2 TRAFFIC SIGNAL CONSTRUCTION Add to this section: "The Contractor shall install temporary overhead wiring and equipment to maintain full signal operation (except for vehicle detection) and safety lighting at locations designated as bid items. This wiring shall include operation of pedestrian push buttons. Exceptions shall approved by the Engineer." 307-5 TEMPORARY STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 307-5.3 Temporary Standards, Signals, Luminaries and Lamps. Replace the last paragraph with: "Shutdowns, flashing operations, and turn -ons shall be requested at least one week in advance. Notification shall be given to the project Inspector and Newport Beach Police Dispatch (949.644.3717). Police Dispatch shall be notified a second time on the day of the outage, prior to the commencement of work." 307-20 SALVAGED MATERIALS Replace this section with: "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. Any salvaged value shall be reflected in the bid. 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. Page 21 of 23 At the City's request, existing equipment to be removed and not reused including, but not limited to items listed below, shall be salvaged to the City. • Opticom detectors and phase selectors; • Traffic signal controllers; • Conflict monitors and other plugables; • Programmable Visibilty Signal Heads; • Battery Backup Systems; and • Traffic Signal Cabinets (as requested by City Staff). Items not requested by the City to be salvaged to the City shall become the property of the Contractor and shall be removed from the site by the Contractor. The Contractor shall provide all labor, equipment, and materials necessary to remove, salvage, transport, and dispose of equipment not reused." SECTION 310 --- PAINTING 310-5 PAINTING VARIOUS SURFACES 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310-5.6.6 Preparation of Existing Surfaces Modify and amend this section to read: "The Contractor shall remove all existing thermoplastic traffic striping and pavement markings prior to application of slurry seal by a method approved by the Engineer." 310-5.6.7 Layout, Alignment, and Spotting Modify and amend this section to read: "The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310-5.6.8 Application of Paint Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline Page 22 of 23 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.25 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. Primer shall be applied to concrete surfaces prior in application of thermoplastic striping. The primer shall be formulated for the intended application. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and re -notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the work area, he shall re-stripe/replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." Add the following Section: 310-5.6.11 Pavement Markers All Pavement markers shall comply with Section 85 of the State of California Standard Specifications. Non -reflective markers shall be ceramic. All new markers shall have glass faces or be 3M series 290. SECTION 312 --- PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT Amend this section with: 1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD -902-L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." Page 23 of 23 Traffic Signal Modernization Project - Phase 6 March 11, 2014 1.0 Summary of Work.......................................................................................................6 1.1 CONTRACT LIMITS.................................................................................................................. 6 1.2 DESCRIPTION OF WORK.......................................................................................................... 6 1.3 SCHEDULING OF TRAFFIC SIGNAL WORK .._.............................................................................. 7 1.4 PHYSICAL AND MECHANICAL REQUIREMENTS..............................................................................7 1.5 ELECTRICAL AND ENVIRONMENTAL REQUIREMENTS...................................................................... 8 1.6 CABLING REQUIREMENTS........................................................................................................ 9 1.7 RESPONSIBILITIES OF THE CONTRACTOR..................................................................................... 9 2.0 Contractor's Qualifications........................................................................................ 10 2.1 GENERAL........................................................................................................................... 10 2.2 REQUIREMENTS... ................................................................ ....................... ....................... 10 3.0 Fiber Optic Cable....................................................................................................... 11 3.1 REQUIREMENTS................................................................................................................... 11 3.2 PAYMENT........................................................................................................................... 12 3.3 QUALITY CONTROL.............................................................................................................. 13 3.4 GENERAL CONSIDERATIONS...................................................................................................13 3.5 FIBER CHARACTERISTICS........................................................................................................ 13 3.6 COLOR CODING................................................................................................................... 14 3.7 GENERAL CABLE PERFORMANCE............................................................................................. 14 3.8 DROP CABLE....................................................................................................................... 15 3.9 FIBER PATCH CORDS............................................................................................................ 16 3.10 FIBER OPTIC FAN -OUT KITS................................................................................................... 16 3.11 FIBER OPTIC CONNECTORS.................................................................................................... 17 3.12 FIBER OPTIC INSTALLATION.................................................................................................... 17 3.13 SPLICING............................................................................................................................ 20 3.14 FIBER OPTIC CABLE ASSEMBLIES............................................................................................. 21 3.15 FIBER ASSIGNMENTS............................................................................................................ 22 3.16 FIBER OPTIC CABLE LINK TESTING........................................................................................... 22 3.17 INSERTION LOSSTEST EQUIPMENT (FIBER OPTIC CABLE)............................................................. 25 3.18 INSERTION LOSS TEST PROCEDURES AND EXECUTION ............................................ a..................... 25 3.19 FIBER OPTIC CABLE ROUTE RECORDS...................................................................................... 26 3.20 #10 GREEN TRACER WIRE., ........................................... ....................................... .............. 26 4.0 Microduct................................................................................................... - 26 4.1 GENERAL........................................................................................................................... 26 4.2 REQUIREMENTS................................................................................................................... 26 4.3 QUALITY CONTROL.............................................................................................................. 26 4.4 MATERIAL.......................................................................................................................... 26 4.5 INSTALLATION..................................................................................................................... 27 5.0 Fiber Patch Panel/Wall Interconnect Unit.................................................................. 27 5.1 GENERAL........................................................................................................................... 27 5.2 DESCRIPTION...................................................................................................................... 27 6.0 Fiber Distribution Unit (FDU) and Rack...................................................................... 28 6.1 GENERAL........................................................................................................................... 28 6.2 DESCRIPTION OF FDU.......................................................................................................... 28 6.3 DESCRIPTION OF RACK.......................................................................................................... 29 6.4 INSTALLATION..................................................................................................................... 29 7.0 Splice Closures.......................................................................................................... 29 7.1 GENERAL........................................................................................................................... 29 7.2 INSTALLATION..................................................................................................................... 30 8.0 Ethernet System........................................................................................................ 31 8.1 GENERAL..........................................................................................................................Al 8.2 CAT6-A CABLE................................................................................................................... 31 8.3 INSTALLATION..................................................................................................................... 31 8.4 TESTING............................................................................................................................. 32 8.5 WARRANTY........................................................................................................................ 32 9.0 Power Strip...............................................................................................................32 9.1 GENERAL........................................................................................................................... 32 9.2 WALL -MOUNTED POWER STRIP............................................................................................. 32 9.3 19 -INCH RACK -MOUNTED POWER STRIP................................................................................. 33 10.0 Ethernet Radio System.............................................................................................. 33 10.1 GENERAL........................................................................................................................... 33 10.2 REQUIREMENTS................................................................................................................... 33 10.3 TESTING.............................................................................................................................34 10.4 WARRANTY........................................................................................................................ 34 11.0 CCTV System............................................................................................................. 34 11.1 GENERAL........................................................................................................................... 34 11.2 CCN DOME CAMERA... ........................................................................................... .......... 34 11.3 CCN VIDEO ENCODER........................................................................................................ 35 11.4 CCN INTEGRATED CAMERA CABLE........................................................................................ 36 12.0 Conduit.....................................................................................................................36 12.1 GENERAL........................................................................................................................... 36 12.2 REQUIREMENTS................................................................................................................... 36 12.3 QUALITY CONTROL.............................................................................................................. 37 12.4 HDPE SCHEDULE 80 CONTINUOUS CONDUIT........................................................................... 37 12.5 PVC SCHEDULE 80 CONDUIT................................................................................................. 37 12.6 INSTALLATION..................................................................................................................... 38 13.0 Pull Boxes................................................................................................................. 39 13.1 GENERAL...........................................................................................................................39 13.2 PULL BOX AND PULL BOX COVER............................................................................................ 39 13.3 INSTALLATION REQUIREMENTS............................................................................................... 40 13.4 INSTALLATION DETAIL........................................................................................................... 41 14.0 Twisted Pair Cable..................................................................................................... 41 14.1 GENERAL........................................................................................................................... 41 14.2 REQUIREMENTS................................................................................................................... 41 14.3 CABLE MARKING................................................................................................................. 42 14.4 QUALITY CONTROL.............................................................................................................. 42 14.5 GENERAL CONSIDERATIONS................................................................................................... 42 14.6 INSTALLATION..................................................................................................................... 42 14.7 COMMUNICATION LINK TESTING............................................................................................ 43 15.0 Controller Cabinet Assemblies...................................................................................43 15.1 GENERAL...........................................................................................................................43 15.2 DOCUMENTATION............................................................................................................... 44 15.3 WARRANTY........................................................................................................................ 44 15.4 CABINET STANDARDS........................................................................................................... 44 15.5 CABINET WIRING................................................................................................................. 44 15.6 CABINET EQUIPMENT............................................................................................................ 47 16.0 Standards, Steel Pedestals, and Posts........................................................................ 48 16.1 GENERAL...........................................................................................................................48 16.2 FOUNDATIONS .... :.......................... ................................... .................................................. 48 16.3 PAINT AND POWDER COATING............................................................................................... 49 ServiceEnclosures...............................................................................................................49 16.4 GENERAL........................................................................................................................... 49 17.0 signal FACES..............................................................................................................49 17.1 VEHICLE SIGNAL FACES......................................................................................................... 49 17.2 PEDESTRIAN SIGNAL FACES.................................................................................................... 50 17.3 LIGHT EMITTING DIODE (LED) MODULES................................................................................ 50 17.4 PAINT AND POWDER COATING............................................................................................... 50 18.0 Vehicle Detectors......................................................................................................50 18.1 INDUCTIVE LOOP DETECTORS................................................................................................. 50 19.0 Push Button Assemblies............................................................................................ 51 19.1 PEDESTRIAN PUSH BUTTON ASSEMBLIES.................................................................................. 51 19.2 BICYCLE PUSH BUTTON ASSEMBLIES........................................................................................ 51 19.3 PAINT AND POWDER COATING............................................................................................... 51 20.0 Lighting.....................................................................................................................51 iv 20.1 HIGH PRESSURE SODIUM LUMINAIRES..................................................................................... 51 20.2. HIGH PRESSURE SODIUM LAMP BALLASTS................................................................................ 51 20.3 LAG-TYPE REGULATOR BALLASTS... ......................................................................................... 52 20.4 LEAD TYPE REGULATOR BALLASTS........................................................................................... 52 20.5 PHOTOELECTRIC CONTROLS................................................................................................... 52 20.6 INTERNALLY ILLUMINATED STREET NAME SIGNS........................................................................ 52 20.7 PAINT AND POWDER COATING............................................................................................... 53 21.0 Opticom Priority Control System............................................................................... 53 22.0 Battery Backup System.............................................................................................. 53 22.1 BATTERY BACKUP CABINET.................................................................................................... 54 23.0 PAINT and powder coating........................................................................................54 24.0 SIGNS........................................................................................................................54 24.1 GENERAL...........................................................................................................................54 V k RUMM1ILTJ I►M01YAWAITlI T;1 1.1 CONTRACT LIMITS Below are the contract limits for work to be done on City right-of-way. Street Name Limits Approximate Length San Joaquin Hills Rd Jamboree Road to MacArthur Blvd 5,500' San Miguel Dr Newport Center Dr to Avocado Ave —1,000' Newport Center Dr (East) Newport Center Dr to San Miguel Dr — 1,600' Newport Center Dr (West) Santa Barbara Dr to Santa Rosa Dr — 2,600' Newport Center Dr Corporate Plaza Dr to Newport Center Dr (East/West) —1,500, Santa Cruz Dr San Joaquin Hills Rd to Newport Center Dr 1,400' 1.2 DESCRIPTION OF WORK The work to be performed under this Contract shall consist of, but not be limited to, the following, which will be referred to as Field Work: • Furnish and install new 48 -strand SMFO cable in new microduct along the project corridors as shown on the plans. • The existing twisted pair cable shall be removed at locations as shown on the plans and used as pull wire for installation of microduct. The existing twisted pair cable shall remain in place during the installation of the microduct between signalized intersections at the locations as shown on the plans. At signalized intersections, it may be necessary to remove existing twisted pair cable and reinstall cable with microduct. All microduct shall be colored red. • Furnish and install one new 6 -strand SMFO drop cable in new microduct at all signalized intersections as shown on the plans. • Furnish and install new conduit, at locations shown on the plans • Furnish and install pull boxes, splice vaults, and fiber optic splice closures, at locations shown on the plans. • Furnish and Install CCTV Camera System at locations shown on the plans. • Furnish and install new #10 green trace wire at locations shown on the plans • Installation and acceptance testing of City -Furnished Ethernet switches. • Furnish and install fiber optic communication equipment and accessories and fiber optic patch panel at locations shown on the Plans. • Testing of all equipment and system furnished and installed under this Contract, including items furnished by others, including but not limited to the fiber optic communication system, CCN camera system, associated fiber optic communication equipment, and copper SIC. • Furnish accurate project documentation, as specified in these Special Provisions. • Install City -Furnished Type "P" Cabinets at locations shown on the plans. • Contractor shall be responsible for the traffic signal modification and installation at the locations shown on the plans per City Standards. • Contractor shall perform communication link testing for the locations that will utilize the existing twisted pair cables for Ethernet communication as shown on the plans. 2 The communications equipment and fiber optic cable installed as part of this contract are to support the elements installed as part of this project, as shown on the plans, which include all project CCN cameras, as shown on the plans. 1.3 SCHEDULING OF TRAFFIC SIGNAL WORK Traffic Signal shutdown shall be limited to four hour periods between the hours of 9:00 a.m. and 3:00 p.m. on weekdays (Monday through Thursday), except as authorized by the Engineer. Turn -on of new or rewired traffic signals, or those with a new controller cabinet shall only be scheduled for hours between 9 a.m. and 12 p.m. and shall not begin the functional test on a Friday, weekend, or any day preceding a holiday, except as authorized by the Engineer. The Contractor may perform sub -surface work consisting of the installation of conduit, foundations, and detectors, prior to receipt of all electrical materials and equipment. Above -ground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, and said work shall start within 15 days after said date. Above -ground signal work shall be scheduled such that the signal turn -on shall occur within 10 days of the pole installation. All vehicle and pedestrian indications that are to be installed prior to signal turn -on shall be covered until the signal is turned on. Existing street lighting shall remain in operation until new lighting is operational. All striping, pavement markings, and signing shall be in place prior to signal turn -on and/or opening of street to public travel. Prior to installation of signal detector loops, the location of proposed striping and crosswalks shall be marked in the field and approved by the Engineer. 1.4 PHYSICAL AND MECHANICAL REQUIREMENTS All materials, equipment and components furnished shall be new, be of the latest design and manufacture, and be in an operable condition. All parts shall be of high quality workmanship, and no part or attachment shall be substituted or applied contrary to the manufacturers recommendations and standard practices. Like components shall be of the same manufacturer. Equipment shall be furnished in matching, or closely coordinating, colors and materials. The equipment shall be readily accessible for service or replacement. Equipment shall be neatly located within cabinets such that there are no obstructions to air flow. There shall be proper cooling of all equipment. No equipment shall be considered which requires direct/dedicated ventilation systems. All equipment shall have conveniently located, protected on-off switches 7 It shall be the responsibility of the Contractor to supply and install all necessary power distribution devices including power switches, circuit breakers, grounding straps, etc., for equipment within each cabinet. All free standing equipment, including but not limited to equipment racks, video wall and monitors, console, etc., shall be secured to the floor, walls, or ceiling to prevent damage during seismic activity. Floor space in front and behind equipment racks and cabinets should provide sufficient clearance for service and maintenance and the Americans with Disabilities Act (ADA) requirements. The method used to attach the freestanding equipment shall be submitted to the Engineer and approved prior to the installation of all freestanding equipment. All equipment shall be tagged clearly indicating the type of equipment. Where specified in the plans or these specifications, the Contractor shall provide all material and equipment per the manufacturer's name and model or catalog number. Products of other manufacturers will not be considered. 1.5 ELECTRICAL AND ENVIRONMENTAL REQUIREMENTS The equipment shall meet all the specified performance requirements under the following ranges of electrical and environmental conditions (unless otherwise noted). • Primary Power -120 volts single phase, voltage variation ± 10%; frequency range, 60 Hz ± 1. • High Frequency Interference - Spikes of 50 volts. • Low Voltage Transients - +20% of the nominal line voltage for maximum duration of one power cycle. • Temperature Range -+50 to+85 degrees F. • Temperature Gradient - 10 degrees F per hour. • Humidity - 50 to 60 percent, non -condensing. All electronic equipment shall be of solid-state design (unless otherwise noted) and modular construction. Individual electrical components in any module shall be removable and replaceable without resulting damages to the module or equipment. The design shall be such as to prevent reversed assembly or installation of connectors, fasteners, etc., where possible malfunction or personnel hazards might occur. Each item of equipment shall be designed to protect personnel from exposure to high voltage and temperature during equipment operation, adjustments, and maintenance. All video display system and computer equipment shall be suitably protected against Electro -Magnetic Interference (EMI) and shall be sufficiently shielded so as not to produce any EMI, which would interfere with any other equipment in the City TMC. Any equipment failing to meet this requirement shall not be used. All video power circuits shall be on the same phase and dedicated for video use only. The equipment shall be protected from surges and transients in the electrical service and dedicated interconnect cable system. I The equipment shall be provided with manually re-settable or replaceable circuit protection devices to protect the equipment and power sources. All such devices shall be readily accessible. 1.6 CABLING REQUIREMENTS All cable plugs and connectors shall be labeled and keyed to preclude improper connection. The use of ribbon type cables to connect between equipment is not acceptable unless the cables are shielded and have an extra layer of heavy-duty protection from the environment, as well as connectors on each end with some form of locking mechanism. 1.7 RESPONSIBILITIES OF THE CONTRACTOR It shall be the Contractor's responsibility to perform site inspection of the work area prior to beginning Field Work and to identify any factors that will affect the unit cost and the total cost to implement the System per the Plans and these Special Provisions. The Contractor shall be responsible for all work necessary for delivery, installation, testing, configuration, calibration and maintenance of all Field Work equipment installed as part of this contract, such that they operate as an integrated functional system until final acceptance. The Contractor shall also be responsible for all incidental accessories necessary to make the installed system, including the fiber optic communication system and CCN system, complete and ready for operation, even if not particularly specified. Such incidentals shall be furnished, delivered and installed by the Contractor without additional expense to the Engineer or the City. Minor details not usually shown or specified but necessary for the proper installation and operation, shall be included in the work and in the Contractor's cost proposal, the same as if herein specified. The Contractor shall note that approval by the Engineer is required before ordering or installing any material and equipment that is to be used for the Contract. All communication equipment should be operationally tested before they are shipped to the project site. The Contractor shall fully inform himself/herself regarding any and all peculiarities and limitations of spaces available for installation of all Field Work and materials furnished and installed under this Contract. The Contractor shall exercise due and particular caution to determine that all parts of the Field Work are made quickly and easily accessible after installation. Although the location of equipment may be shown on the Plans in certain positions, the Contractor shall be guided by details and conditions at job; the Plans are essentially diagrammatic, intended to indicate the scope of work to be done, and are not to be used for fabrication. It shall be the responsibility of the Contractor to make sure that the equipment he/she proposes to use will fit into the available space with proper clearances. The Contractor shall verify all controlling field dimensions before ordering or fabricating any material. No equipment or materials to be installed as part of this contract shall be ordered prior to receiving written approval from the Engineer. The Contractor shall maintain the project site in a neat condition. No debris shall be left under any circumstances. The Contractor shall keep material and equipment at his facility and shall deliver only material needed at a given time to the project site. The material shall be delivered in a coordinated manner, and as approved by the Engineer. A When the installation of all equipment is completed, the Contractor shall dispose all unused materials. Prior to disposal, the Contractor shall identify all unused materials with the Engineer and obtain the approval from the Engineer. The Contractor is required to observe all regulations and ordinances of the City as they apply to work in City buildings, streets, and other rights-of-way or City property. The Contractor shall procure encroachment permits for all work done outside City right -or -way, including work completed on Caltrans right -or -way, at the Contractors expense. The Contractor shall coordinate the Field Work with all required agencies and utility companies. The Contractor shall coordinate with Irvine Company contractors to minimize conflicting construction. The Contractor shall coordinate with Econolite, as directed by Engineer, for Field Work and TMC Work being completed by others. If other equipment not mentioned in this Special Provisions is deemed necessary by the Contractor for a complete and successful installation of the Field Work described in Section 1.2, the Contractor shall do so in concert with the equipment list submittal. This section of the submittal shall be entitled "OTHER PERTINENT EQUIPMENT" and the Contractor shall include a brief justification statement relative to the inclusion of this equipment. The purchase of additional equipment is subject to approval by the Engineer. It is the Contractor's responsibility to ensure that a complete and working system installation is achieved. The Contractor shall assign project management staff to coordinate all project activities with the City, the Engineer and other vendors. 2.0 CONTRACTOR'S QUALIFICATIONS 2.1 GENERAL This section describes mandatory experience requirements for General Contractors bidding on this project. General Contractors not meeting the requirements of this section will have their bid deemed non-responsive. 2.2 REQUIREMENTS The Contractor shall have sufficient experience in the installation and integration of fiber optic cable, CCTV cameras, and electronic communication equipment. The minimum requirements for sufficient experience are as follows: 1. The Contractor (or its subcontractor(s)) shall have three (3) years experience in the installation of fiber optic cables, including fusion splicing, terminating and testing of single - mode fiber optic cable. 2. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where fiber optic cables were installed in outdoor conduits and the systems have been in continuous satisfactory operation for at least one year. 3. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where communications equipment was installed in and the systems have been in continuous 10 satisfactory operation for at least one year. 4. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where CCN cameras and associated equipment were installed in and the systems have been in continuous satisfactory operation for at least one year. 5. The Contractor (or its subcontractor(s)) shall have completed at least one (1) system where a minimum of 1000 feet of microduct and fiber optic cable were installed in conduit. Each qualifying project must have included at least two (2) miles of underground conduit with fiber optic cabling. In addition, each qualifying project must have been constructed within a public street or within a public easement. 3.0 FIBER OPTIC CABLE 3.1 REQUIREMENTS Fiber optic cables shall be supplied in the configurations shown on the plans and specified in these Special Provisions. There shall be two (2) principal cable types as well as incidental cabling procured under this specification. They are identified using a naming convention as follows: 1. Mainline cable which shall contain forty-eight (48), strand single -mode optical fibers, and the cable shall be installed in microduct. 2. Drop cable which shall contain six (6) single -mode optical fibers, and the cable shall be installed in microduct. Each fiber optic cable shall be suitable for underground duct placement. The length of fiber optic cable to be installed within City Buildings does not require the fiber optic cable to be plenum and fire rated. Additionally, there will be ancillary connecting (patching) optical fiber cables furnished and installed by Contractor under this Contract and this Supplemental, which are more precisely described elsewhere in this document. All materials furnished, assembled, fabricated or installed under this item shall be new, corrosion resistant and in strict accordance with the details shown on the plans and in these Special Provisions. All fibers in the cables shall be usable fibers and free of surface imperfections and occlusions, in order to meet or exceed all of the optical, mechanical, and environmental requirements contained in this Supplemental. All cables shall be free of material or manufacturing defects and dimensional non-uniformity that would: • Interfere with the cable installation employing accepted cable installation practices. • Degrade the transmission performance and environmental resistance after installation. • Inhibit proper connection to interfacing elements. • Otherwise yield an inferior product. • Each fiber optic outside plant cable for this project shall be all -dielectric, dry water -blocking material, duct type, with loose buffertubes, and shall conform to these Special Provisions. 11 The Contractor shall furnish, install, splice and test all the required fiber optic cable. All splicing kits, fiber optic cable caps, moisture/water sealants, terminators, splice trays, patch cords, connectors, pig tails and accessories to complete the fiber optic network shall be provided as incidentals. All equipment for installation, splicing and testing shall be provided by the Contractor per manufacturer's specifications and as detailed in these specifications. All fiber optic glass/cable on this project shall be from the same manufacturer and who is regularly engaged in the production of optical fiber material. The cable shall be qualified as compliant with Chapter XVII, of Title 7, Part 1755.900 of the Code of Federal Regulations, and "REA Specification for Filled Fiber Optic Cables." 3.1.1 PACKAGING 1. The completed cable shall be packaged for shipment on non -returnable wooden reels. Required cable lengths shall be stated in the purchase order. 2. Top and bottom ends of the cable on spools shall be available for testing. 3. Both ends of the cable shall be sealed to prevent the ingress of moisture. 4. Each reel shall have a weather resistant reel tag attached identifying the reel and cable. 3.1.2 CABLE MARKING 1. The optical fiber cable outer jacket shall be marked with manufacturer's name, the month and year of manufacture, the words "Optical Cable," telecommunications handset symbol as required by Section 350G of the National Electrical Safety Code" (NESC'), fiber count, fiber type, and sequential feet marks. 2. The markings shall be repeated every two (2) feet. 3. The actual length of the cable shall be within ±1% of the length marking. 4. The marking shall be in a contrasting color to the cable jacket. 5. The marking shall be approximately 2mm in height regardless of the cable diameter. 3.2 PAYMENT The payment for the installation of the fiber optic cable will be allocated per the following: • 50% of bid price - After fiber optic cable installation • 30% of bid price - After fiber optic cable testing received by City b Remainder - After City acceptance and approval Upon acceptance and approval of the fiber optic cable, the City will pay the remaining amount as calculated by the actual measured quantity of installed fiber optic cable at the unit bid price minus the previously paid amount (80% of bid price). NOTE: Overruns of installed fiber optic cable will be verified using cable markings. Length in addition to that specified in Plans, Special Provisions or this Special Provision Supplemental installed in pull boxes, cabinets and or splice vaults will be reduced from the bid quantity. Acceptance and approval is achieved as determined by the City and includes: • Approved fiber optic test results • Completed cable/splice repairs or replacement as determined by the test results 12 • Measured and approved quantities of installed cable • Uninterrupted operation of fiber optic communication network, including fiber optic cable and communication devices for one week. This item may include items installed by others. 3.3 QUALITY CONTROL The manufacture(s) of supplied optical cable, optical cable assemblies, and hardware shall be TL 9000 and/or ISO 9001 registered. All cabled optical fibers shall be 100% attenuation tested. The attenuation of each fiber shall be provided with each cable reel. 3.4 GENERAL CONSIDERATIONS Fiber optic cable installed in microduct shall be single mode fiber of the size as specified on the plans and shall be OFS MiDia FX Plus fiber optic cable, or approved equal. 3.5 FIBER CHARACTERISTICS One hundred percent (100%) of the optical fibers shall meet or exceed the requirements contained in this specification. The cable shall be tested in accordance with TIA/EIA-455-3A (FOTP-3), "Procedure to Measure Temperature Cycling Effects on Optical Fiber, Optical Cable, and Other Passive Fiber Optic Components." The average change in attenuation at extreme operational temperatures (-40 °C to +70 °C) will not exceed 0.05 dB/km at 1550 nm. The magnitude of the maximum attenuation change of each individual fiber will not be greater than 0.15 dB/km at 1550 nm. This figure includes an allowance of up to 0.05 dB/km for measurement repeatability. The cable shall meet the requirements of ITU -T G.652.D and shall be a low water peak fiber. All fibers within the finished cable shall be composed primarily of silica and shall have a matched clad index of refraction profile as well as the physical and performance characteristics that shall meet the requirements in the following table: Parameters Value Mode Single Type OFS Media FX Plus or approved equivalent Core diameter 8.3 pm (nominal) Cladding diameter 125 pm ± 1.0 µm Core to Cladding Offset < 0.7 µm Coating Diameter 240 µm ±0.5 pm Cladding Non -circularity defined as: [1- (min. cladding dia a max. cladding dia.)]x100 < 1.0% Proof/Tensile Test 100 kpsi, min. Attenuation: @ 1310 nm @ 1385 nm @ 1550 nm <_ 0.35 dB/km <_ 0.31 dB/km 5 0.25 dB/km Attenuation Uniformity No point discontinuity greater than 0.1 dB at either 1300 nm or 1550 nm 13 Parameters Value Attenuation at the Water Peak s 2.1 dB/km @ 1383 ±3nm Attenuation At Extreme Operational Temperatures <+0.05 dB @ 1310 nm or 1550 nm Chromatic Dispersion: Zero Dispersion Wavelength (A.) Zero Dispersion Slope 1302 < k< 1322 nm < Z 0.092 ps/(nm ,km) Maximum Dispersion: < 3.5 ps/(nm,km) for 1285 - 1330 nm <_ 18 ps/(nm,km) for 1550 nm Cut -Off Wavelength <1260 nm Mode Field Diameter (Petermann II) 9.2 ±0.4 pm at 1310 nm 10.5 ± 0.5 µm at 1550 nm Cable Outer Diameter 0.30" (7.6 mm) Buffer Tube Size 0.08" (2.0 mm) 3.6 COLOR CODING Optical fibers shall be distinguishable from others in the same buffer tube by means of color -coding according to the following: 1. Blue (BL) 7. Red (RD) 2. Orange (OR) 8. Black (BK) 3. Green (GR) 9. Yellow (YL) 4. Brown (BR) 10. Violet (VL) 5. Slate (SL) 11. Rose (RS) 6. White (WT) 12. Aqua (AQ) The colors shall be targeted in accordance with the Munsell color shades and shall meet TIA/EIA-598B "Color Coding of Fiber Optic Cables" and RUS 7 CFR 1755.900. The color formulation shall be compatible with the fiber coating and the buffer tube filling compound, and be heat stable. It shall not fade or smear or be susceptible to migration, it shall not affect the transmission characteristics of the optical fibers and shall not cause fibers to stick together. 3.7 GENERAL CABLE PERFORMANCE The fiber optic cable shall withstand water penetration when tested with a one meter static head or equivalent continuous pressure applied at one end of a one meter length of filled cable for one hour, no water shall leak through the open cable end. Testing shall be done in accordance with TIA/EIA-455-82 (FOTP-82), "Fluid Penetration Test For Fluid -Blocked Fiber Optic Cable." The cable shall exhibit no flow (drip or leak) for 24 hours at 80° C. The weight of any compound that drips from the sample shall be less than 0.05 grams (0.002 ounce). A representative sample of cable shall be tested in accordance with TIA/EIA-455-81B (FOTP-81), "Compound Flow [Drip] Test for Filled Fiber Optic Cable". The test sample shall be prepared in accordance with method A. iml Crush resistance of the finished fiber optic cables shall be 220 N/cm applied uniformly over the length of the cable without showing evidence of cracking or splitting when tested in accordance with TIA/EIA-455- 41 (FOTP-41), "Compressive Loading Resistance of Fiber Optic Cables." The 220 N/cm (125 Ibf/in) load shall be applied at a rate of 2.5 mm (0.1 in) per minute. The load shall be maintained for a period of 1 minute. The load shall then be decreased to 110 N/cm (63 Ibf/in). Alternatively, it is acceptable to remove the 220 N/cm (125 Ibf/in) load entirely and apply the 110 N/cm (63 Ibf/in) load within five minutes at a rate of 2.5 mm (0.1 in) per minute. The 110 N/cm (63 Ibf/in) load shall be maintained for a period of 10 minutes. Attenuation measurements shall be performed before release of the 110 N/cm (63 Ibf/in) load. The change in attenuation shall not exceed 0.4 dB during loading at 1550 nm for single - mode fibers and 1.0 dB during loading at 1300 nm for multimode fiber. The repeatability of the measurement system is typically 0.05 dB or less. No fibers shall exhibit a measurable change in attenuation after load removal. The cable shall withstand 25 cycles of mechanical flexing at a rate of 30±1 cycles/minute with a sheave diameter not greater than 20 times the cable diameter. The cable shall be tested in accordance with Test Conditions I and III of TIA/EIA-455-104A (FOTP-104), "Fiber Optic Cable Cyclic Flexing Test." The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% of the fibers will not experience an attenuation change greater than 0.1 dB at 1550 nm. The repeatability of the measurement system is typically ±0.05 dB or less. The cable jacket will exhibit no cracking or splitting when observed under SX magnification. Impact testing shall be conducted in accordance with TIA/EIA-455-256 (FOTP-25) "Repeated Impact Testing of Fiber Optic Cables and Cable Assemblies." The cable shall withstand 20 impact cycles. The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% of the fibers will not experience an attenuation change greater than 0.1 dB at 1550 nm. The repeatability of the measurement system is typically ± 0.05 dB or less. The cable jacket will not exhibit evidence of cracking or splitting at the completion of the test. Using a maximum mandrel and sheave diameter of 560 mm, the finished cable shall withstand a longitudinal tensile load of 1330 N (300 lbs.) applied for one hour (using 'Test Condition II" of the test plan). The test shall be conducted in accordance with TIA/EIA-455-33 (FOTP-33), "Fiber Optic Cable Tensile Loading and Bending Test." The measured fiber tensile strain shall be < 60% of the fiber proof strain. The cable will not experience a measurable increase in attenuation when subjected to the rated residual tensile load, 400 N (90 Ibf). The repeatability of the measurement system is typically ± 0.05 dB or less. The cable shall be capable of withstanding a bending radius of fifteen (15)times the cable diameter under tensile loading and ten (10) times the cable diameter under a no-load condition. 011 r : �LiE113 As may be required, the Contractor shall provide a single -mode optical fiber cable, installed in microduct, between each mid -span splice location and each traffic control equipment cabinet, which shall contain six (6) optical fibers. The drop cable shall have one (1) or two (2) fiber strand(s) spliced into the appropriate fiber strand in the mainline cable as prescribed elsewhere in the Plans and/or these Special Provisions. The drop cable shall have the six optic fibers terminated at its other end with connector as described elsewhere in this specification. 15 Optical fiber cable used for a drop cable shall comply with all other aspects of the specifications as set forth in the Special Provisions for optical fiber cable. The drop cable shall have sufficient length to extend from the fiber splice location to the optical interface of the associated communications equipment, allowing for routing and securing with nylon ties plus fifty (50) feet of slack at all splice points and fifteen (15) of slack inside the cabinet, unless otherwise specified in the Plans orthese Special Provisions or directed by the Engineer. The drop cable shall be sufficiently de -sheathed within the traffic control cabinet to allow adequate slack fiber to afford ease of routing of the active fiber to the communications equipment. The Contractor shall provide a thermal shrink sleeve dam or other appropriate wrapping at the beginning of the de -sheathed cable area so as to prevent loss of any aqueous gel filling from the remainder of the service drop cable. 3.9 FIBER PATCH CORDS The fiber optic cable patch cords, assemblies and components shall be compatible components, designed for the purpose intended, and manufactured by a company regularly engaged in the production of material for the fiber optic industry. All components or assemblies shall be best quality, non -corroding, with a design life of at least twenty (20) years. All patch cords, components or assemblies of the same type shall be from the same manufacturer. The Contractor shall furnish and install Patch cords, which are fiber optic cables with connectors on both ends. Patch cords are used to connect fiber optic transmission equipment to connector panel modules. The patch panel shall interface to patch cords with approved connectors. Patch cords shall have 900JAm single fiber single mode cable with approved connectors. The patch cords shall be at least six (6) feet in length and shall be pre -sized in the factory to the required lengths. The attenuation of the cable shall be between 1.0 and .75 dB. All patch cords shall be installed without exceeding the manufacturer specified bending radius. Acceptable equipment shall be from OFS, Corning Cable System or approved equal 3.10 FIBER OPTIC FAN -OUT KITS If required, fan -out kit connects the fiber optic jumper cable to the fiber optic transmission equipment located in the cabinet. The fan -out shall be equipped to terminate 250µm fiber (loose tube cable) and shall provide protection for the bare fibers. The fan -out kit shall have two (2) 6- or one (1) 12 -fiber fan - out insert and 2 -meter lengths of fan -out tubing with twelve (12) single mode fibers that are ready for field installable connectors. The fan -out cable kit shall also meet the following specifications. 16 Housing Length 132 mm (5.2 in) Diameter 31 mm (1.22 in) Fan Out Tubing Length 2 m (78.8 in) Diameter 2.9 mm (0.11 in) Environmental -408Cto708C The fan -out kit, when installed in the existing traffic cabinets or proposed fiber optic terminal cabinet attached to the existing traffic cabinet, shall be securely anchored to the side wall of the cabinet by suitable ties. Acceptable Fan -Out Kit shall be from OFS, Corning Cable System or approved equal. 3.11 FIBER OPTIC CONNECTORS The Contractor shall furnish and install fiber optic pre -manufactured connectors that are single mode SC or LC type connectors that meet the requirements for outdoor installation with Gigabit Ethernet communications. SC type connectors will be used for field (outdoor) installations and LC type connectors will be used for indoor installations. Both types of connectors shall meet the following specifications. Interconnection Compatibility The Connectors shall be compliant with EIAJTIA and AS specifications for SC compatible connectors. Insertion Loss 0.4 dB (typical) Reflectance < -40 dB between a temperature range of -408 C to 758 C Durability 550.3 dB change, 200 rematings. Tensile Strength <_ 0.2 dB change, 10 Ib, Temperature Cycling 50.3 dB change, -408 C to 758 C Nominal Fiber OD 125µm Materials Ferrule: Ceramic Housing: Composite Accepted equipment shall be SC and LC Compatible Single Mode, as required, from OFS, Corning Cable System or approved equal. 3.12 FIBER OPTIC INSTALLATION Fiber optic cables shall be installed in continuous lengths without intermediate splices throughout the project, except at the location(s) specified in the Plans. 17 When ordering fiber optic cable the Contractor shall exercise extreme caution so as to ensure that no additional splicing, beyond that indicated in the Plans, shall be required. Should the Contractor believe additional splices are required; this matter shall be immediately brought to the attention of the City's Engineer for resolution. The Contractor shall install the fiber optic cable in strict adherence to the manufacturer's recommended procedures. Care shall be taken to avoid cable damage during handling and placing. Fiber optic cable is sensitive to excessive pulling, bending and crush forces. The minimum bending and maximum tension requirements for installing the fiber optic cables shall be according to the manufacturer's specifications. Cable installation personnel shall be familiar with the cable manufacturer's recommended procedures including, but not limited to the following: • Proper attachment to the cable strength elements for pulling during installation. • Cable tensile limitations and tension monitoring procedures. • Cable bending radius limitations. To accommodate long continuous installation lengths, bi-directional pushing of the optical fiber cable in microduct is permissible and shall generally be implemented as follows: 1. From the midpoint of a pull station, push or blow the optical fiber cable into the microduct from the shipping reel in accordance with the manufacturer's specifications. 2. When this portion of the push/blow is complete, the remainder of the cable should be removed from the reel to make the inside end available for pulling in the opposite direction. 3. This is accomplished by hand pulling the cable from the reel and laying it into large "figure eight" loops on the ground. The purpose of the figure eight pattern is to avoid cable tangling and kinking. 4. The figure eight loops shall be laid carefully one upon the other (to prevent subsequent tangling) and shall be in a protected area. 5. The inside reel end of the cable should be available for testing. 6. Should it be necessary to set up a air compressor to blow the fiber at an intermediate pull box, the required length of cable shall be pushed to that point and brought out of the pull box and coiled into a figure eight. 7. The figure eight is then turned over to gain access to the free cable end. This can then be reinserted into the conduit system for installation into the next section. The installation of loose tube fiber on Caltrans right-of-way shall be installed per Caltrans standards. Contractor shall be responsible for making himself/herself fully aware of the Caltrans standards. Mechanical aids may be used to assist cable installation. The pulling eye/sheath termination or cable grip hardware on the optical fiber cables shall not be pulled over any sheave blocks. Field installed pulling grips with a rotating type swivel shall be used to pull the fiber optic cable. A OFS or Corning Cable System GRP series or equivalent woven wire type of grip is recommended. When power equipment is used to install optical fiber cabling, the pulling speed shall not exceed 30 meters per minute. The pulling tension and bending radii limitation for optical fiber cables shall not be exceeded under any circumstances. A tension measuring device or break -away swivel shall be placed between the pull line and the end of the cable to ensure that the tension does not exceed 80 percent of recommended tension or 2225 N, whichever is less. A ball bearing swivel shall be utilized between the pull line and the end of the cable to prevent the cable from twisting during installation. Large diameter wheels, pulling sheaves, and cable guides shall be used to maintain the appropriate bending radius. During cable installation, the bend radius shall be maintained at a minimum of twenty times the outside diameter of the cable. The cable shall not be stressed beyond the minimum bend radius at any time during installation. Tension monitoring shall be provided at all times during the pulling operation and shall be accomplished using commercial dynamometers or load -cell instruments. When microduct is not used, the fiber optic cable shall be installed using a cable pulling lubricant recommended by both the fiber optic cable and the conduit manufacturer, and a non-abrasive pull rope/tape conforming to the provisions described under "Conduit' elsewhere in these Special Provisions. Cable lubricant shall be compatible with the fiber optic cable outer sheath and existing cable where fiber cable is installed in a conduit with other existing cable. Lubricant shall be applied according to the manufacturer's recommendations. Contractor's personnel shall be stationed at each vault and pull box through which the cable is to be pulled to lubricate and prevent kinking or other damage to the cable. The Contractor shall submit the manufacturers recommended procedures for pulling the fiber optic cable to the Engineer for review and approval at least twenty (20) working days prior to installing cables. The pull plan shall state the exact operational procedures to be utilized and identifies the physical locations for equipment placement, proposed equipment setup at each location, location of the manpower, the pulling methodology and the estimated pulling tensions for each pull section. The Contractor shall provide the pulling tension calculations and any backup information with the pull plan. Where the fiber optic cable is installed in existing conduit or utility ducts that contain existing cables, the Contractor shall install the microduct and fiber in conduit without removal of the existing cables, unless otherwise specified on the plans. The Contractor shall be responsible for replacing any cables damaged during removal and reinstallation at the cost of the Contractor and not the Engineer or the City. Cable slack shall be provided for each cable at each fiber optic splice location, as shown on the plans and as specified in these Special Provisions. Cable slack shall be divided equally on each side of a splice closure or pull box. Sufficient slack shall also be provided at all pull boxes to facilitate placing the optical fiber cable against the side of the pull box. At all pull boxes and cable vaults, cable slack, as shown on the plans, shall be left by the Contractor for all unspliced cable. Cable slack shall be coiled and secured to the racking hardware with tie wraps. The Contractor shall ensure that the minimum bending radius of the optical fiber cable is not compromised when preparing this stored cable slack. Following installation of the cable in duct, all duct entrances in cabinets, pull boxes and vaults shall be sealed with mechanical plugs; or at the discretion of the Engineer, duct sealing compound, to prevent the ingress of moisture, foreign materials and rodents. 19 3.13 SPLICING Fiber optic cable shall be installed without splices except where specifically allowed on the Plans or described in these Special Provisions. The single -mode fiber optic cables designated as mainline cable shall be spliced only at pull box locations as shown on the plans. When splicing into a mainline cable, only those fibers associated with a specific traffic control device shall be severed. All other fibers shall remain intact. The Engineer may allow additional splices between these specified locations. S to icine - Optical fibers shall be spliced using the fusion splice method and the insertion loss shall not exceed 0.07 d8 of loss per splice. Field splicing is permitted for the following: • Connection of cable reel sections. • Connection of a mainline cable to a drop cable. • Connection of service drop cable or breakout cable to an optical fiber pigtail at traffic equipment cabinets or the patch panels in a hub equipment cabinet or at the TMC. • Connection of the mainline cable to an optical fiber pigtail at the FDU in the TMC or at the field location as shown on the plans. • Connection of two or more mainline fiber optic cables as shown on the plans. The Contractor shall not exceed the maximum number of field splices permitted as shown on the plans. Completed splices shall be placed in a splice tray. The splice tray shall then be placed in a watertight splice enclosure. Field splices shall be conducted only at locations as shown on the plans as an approved splice location. All splicing equipment shall be in good working order, properly calibrated, and meeting all industry standards and safety regulations. Cable preparation, closure installation, and splicing shall be accomplished in accordance with accepted and approved industry standards. Using a mid -span splicing method, a drop cable shall be joined to the fibers in the fiber optic cable span, The termination splices shall be placed in a splice tray and the splice tray(s) shall then be placed in a watertight splice closure. Equipment cabinets shall be equipped with splice trays suitable for storage and protection of each single -mode optical fiber pigtail and the splice connection to cable fibers. Equipment cabinets shall be equipped with a suitable means for routing and securing of cables, fibers, and pigtails to prevent damage to fibers during all regular operation and maintenance functions All splices shall be protected with a thermal shrink sleeve. All fibers shall be labeled in the splice tray with permanent vinyl markers. Pigtail ends shall also be labeled to identify the destination of the fiber. Pigtail ends shall also be labeled to identify the destination of the fiber. Upon completion of the splicing operation, all waste material shall be deposited in suitable containers, removed from the job site, and disposed of in an environmentally acceptable manner. 910 3.14 FIBER OPTIC CABLE ASSEMBLIES Cable assemblies (connectors, pigtails and jumpers) shall be products of the same manufacturer. The cable used for cable assemblies shall be made of fiber meeting the performance requirements of these Special Provisions for the fiber optic cable being connected, except that the operating temperature shall be modified to -20° C. to +70° C. Manufacturer's attenuation test results shall be provided for all cable assemblies. The outerjacket of jumpers shall be yellow. Optical Fiber Connectors - All optical fiber termination components shall meet or exceed the applicable provisions of TIA/EIA-455-B, Standard Test Procedure for Fiber Optic Fibers, Cables, Transducers, Sensors, Connecting and Terminating Devices, and Other Fiber Optic Components. All optical fiber connectors shall be of industry standard approved connector for single -mode optical fiber and shall meet or exceed the applicable provisions of TIA/EIA-455-2C (FOTP-2), Impact Test Measurements for Fiber Optic Devices, TIA/EIA-455-5B (FOTP-5), Humidity Test Procedure for Fiber Optic Components, and TIA/EIA-455-34A (FOTP-34), Interconnection Device Insertion Loss Test. When tested in accordance with FOTP —2, the connector assembly will be subjected to ten impact cycles by being dropped from a height of 1.5 m. The maximum insertion loss measured before and after the impacts should be < 0.50 dB. The mean insertion loss of the before and after impacts should be < 0.30 dB. The insertion loss increase measured before and after the impacts should be < 0.30 dB. The maximum reflectance measured before and after the impacts should be < 40 dB. When tested in accordance with FOTP — 5, the connector assembly will be subjected to test conditions of 75 °C and 95% relative humidity for 7 days. Measurements of loss and reflectance will be made at the beginning of the test, at a minimum of six hour intervals during the test, and at the end of the test. The maximum insertion loss measured before, during, or after the test should be < 0.50 dB. The mean insertion loss of the before, during, or after the test should be < 0.30 dB. The insertion loss increase measured before, during, or after the test should be < 0.30 dB. The maximum reflectance measured before, during, or after the test should be < 40 dB. Optical fiber connectors shall satisfy all of the interface parameters of equipment components as may be defined by the transmission equipment specifications. All optical fiber connector assemblies shall be machine polished for low back -reflection and low insertion losses at both 1310 nm and 1550 nm operating wavelengths. Single -mode pigtails shall be provided with factory pre-connectorized single -mode connectors. Connectors shall have maximum insertion loss of 0.27 dB or better. Connectors shall have a stainless- steel barrel (coupling nut) with a bayonet connection design, ceramic (zirconia) ferrule. Each connector shall be capable of 200 repeated matings with a total maximum additional increase in insertion loss after 200 matings limited to 0.30 dB. Each connector shall have a return loss (back reflection) equal to or better than 55 dB. All connectors shall be factory -assembled and tested. There shall be no fabrication of connectors in the field. 21 All unmated connectors shall have protective caps installed. Couplers - Couplers shall be made of nickel plated zinc or a glass reinforced polymer that is consistent with the material forming the associated approved connector. The design mechanism for mounting the coupler to the connector panel may be flanged or threaded but shall coincide with the connector panel punch -outs. All coupler sleeves shall be ceramic of the split clamshell or cloverleaf design. The temperature operating range for couplers shall be the same as that specified for the connectors. Pigtails - Pigtails shall be of simplex (one fiber) construction, in 900 (Dm tight -buffer form, surrounded by aramid for strength, with a connector on one end. The outer jacket shall be yellow PVC with a nominal diameter of 3 mm, marked with the manufacturer's identification information. All pigtails shall be of adequate length for the intended connection purpose, but not less than one meter in length. Pigtails installed in conduit shall follow the installation procedures outlined for fiber optic cables, except that the pulling tension shall not exceed 500 N (110 IV.). Jumpers - Jumpers shall be duplex. All jumpers shall be at least two (2) meters in length, sufficient to avoid stress, and allow orderly routing. Jumpers shall have appropriate connectors on both ends. 3.15 FIBER ASSIGNMENTS The fiber assignments tables and schematics will be provided as part of the plans 3.16 FIBER OPTIC CABLE LINK TESTING The installed optical fiber cable shall be tested for compliance with the transmission requirements of this specification, the cable and hardware manufacturer's specifications, and prescribed industry standards and practices. The Contractor shall provide all personnel, equipment, instrumentation, and materials necessary to perform all testing herein. Multiple tests shall be required prior to shipment as well as before and after installation of the cable. The results of these tests shall be logged and posted in the cabinet and in a conspicuous location for future comparisons. Documentation of all test results shall be provided to the Engineer within two working days after the field tests are performed. The documentation shall also be made part of and submitted as part of the Operations & Maintenance Manual. The types of acceptance tests required by the City of fiber optic cable system certification are: • Documentation of compliance with the fiber specifications, as specified in these Technical Provisions, shall be supplied by the fiber manufacturer. Before shipment, but while on the shipping reel, 100% of all fibers shall be tested for attenuation. Copies of the results shall be: - Maintained on file by the fiber manufacturer, with a file ID number for a period of five (5) years. - Attached to each fiber cable shipping reel in a waterproof pouch. - Results of test to be submitted to the city in a CD. - Submitted to both Contractor and Engineer and shall be made part of the Operations and Maintenance Manual. WA Continuity Testing (Before Installation) The fiber cable shall be physically inspected on delivery and the attenuation shall be measured for 100% of the fibers. In addition, the continuity test procedure shall be used on short links (less than 300 feet) of the cable system during construction to validate continuity of fiber elements. Failure of any single fiber within the cable to comply with these Technical Provisions shall be cause for rejection of the entire reel. Test results shall be recorded, dated, compared and filed with the copy accompanying the shipping reel in a waterproof pouch. Attenuation deviations of greater than 5% from the shipping records shall be brought to the attention of the Engineer. The cable shall not be installed until completion of this test sequence and the Engineer provides written approval. Copies of traces and test results shall be submitted to the Engineer in a CD. If test results are unsatisfactory, the reel(s) of fiber optic cable shall be rejected. The rejected reel(s) of cable shall be replaced with new reel(s) of cable at the Contractor's expense. The new reel(s) of cable shall be tested upon delivery as described herein. Cable continuity shall be verified using a visual light source, typically a 635 -nm laser diode. For cables with insertion loss of less than 3 dB, the light source shall be the Corning Cable System OS -1 ODD test set, a RIFOCS 263A visual fault finder, OFS, or equivalent. The continuity test procedure shall also be used to verify continuity on all fibers prior to measuring pre -installation attenuation using an Optical Time Domain Reflectometer (OTDR). This insures that the fibers are completely continuous from end to end, since single -ended OTDR tests cannot reveal fiber discontinuities close to the cable endpoints. Continuity Testing (After Installation) These tests shall occur after the termination process has been completed. Each point-to-point link shall be tested for optical power loss with an OTDR in both directions. The connectors shall be identified by numbered colored tape, where each tape color shall be consistent throughout the project. The Contractor shall use OTDR testing to insure that each fiber is one continuous length (contains no splices within the cable structure) and meets the attenuation specifications of the manufacturer and cognizant industry standards. OTDR measurements made before the cable installation provide baseline data for comparison to post -installation OTDR tests. The OTDR test also provides useful measurements and documentation for the installed system. Therefore, OTDR traces shall be generated into a hard copy and software file on a CD for the purpose of developing historical as -built, documentation regarding the cable's condition before and after it was installed. The hard -copy and CD documentation shall be provided to the City. The recordings shall also be made part of and submitted as part of the Operations & Maintenance Manual. If specialized software (i.e. other than Microsoft Office Products) is needed to access and read OTDR electronic test results, the Contractor shall provide licensed software to the City at no cost. Prior to conducting OTDR tests, the Contractor shall provide the City with information regarding the test equipment to be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor. Quality tests shall consider both attenuation and localized loss discontinuities. The OTDR shall be equipped with a switchable, dual wavelength module with 1300 nm and 1550 nm light sources, and be 23 compatible with single mode test fibers. The OTDR shall either be capable of writing to a floppy disk or configured with a plotter to provide a hard copy record of each test measurement. The OTDR shall be equipped with sufficient internal masking to allow the entire cable section to be tested. This may be achieved by using an optical fiber pigtail of sufficient length to display the required cable section, or by using an OTDR with sufficient normalization to display the required cable section. A hard copy XY plot shall be provided to the City for all fiber optic tests. All traces shall display the entire length of cable under test, highlighting any localized loss discontinuities. The trace shall display fiber length (in meter/feet), fiber loss (dB), and average fiber attenuation (in dB/mile) as measured between two markers placed as near to the opposite ends of the fiber under test as is possible while still allowing an accurate reading. Time averaging shall be used to improve the display signal-to-noise ratio. If connectors exist in the cable under test, then two traces shall be recorded. One trace shall record the fiber loss (dB) and average attenuation (dB/mile) of the entire cable link, including connectors. The second trace shall display a magnified view of the connector regions, revealing the connector losses (dB). All connector losses shall be measured using the Least Squares Approximation (LSA) or 5 -point splice loss measurement technique. The OTDR trace shall also include the following information: • The date and time of the test • The Cable ID number • The fiber color or ID number • The optical wavelength used for the test • The refractive index setting of the OTDR • The pulse width setting of the OTDR *The averaging interval of the test Each connector shall be tested for optical loss using an OTDR. Measure each connector in both directions, at 1550 nm, for single mode connectors. An XY plot, from the OTDR, shall be provided for each connector measurement. Connector loss shall meet or exceed the requirements of the connector specifications. The OTDR shall be calibrated for correct index of refraction to provide proper length measurement for the known length of reference fiber. Insertion Loss Testing (After Installation) Insertion loss testing is performed after the cable has been installed, terminated with connectors, and connected to the patch panels. It is used to closely emulate the losses incurred in a fully assembled optical data link. it measures actual losses through connector panels and fiber cable. A light source from an insertion loss test set directly replaces the data transmitter at the output launch point and an optical power meter replaces the data receiver at the data receiver input port. The Contractor shall conduct insertion loss testing on all installed and terminated optical fiber elements. Insertion loss test measurements for each fiber on each cable shall be documented by the Contractor and the results provided to the City. Testing shall be conducted at 1550 nm for all single mode cables. Total end-to-end loss for each fiber in each cable shall be within the fiber optic modem manufacturer's allowable loss budget specifications. If it is not, the Contractor shall take corrective measures to bring E the cable link's insertion loss into compliance with the manufacturer's specifications, including remating and re -termination of the connectors, and/or replacement of the cable. The Contractor shall provide the City with information regarding what type of test equipment will be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor prior -to conducting this test routine. The test recordings for all fiber cables shall be provided on documentation sheets in a form to be determined by the City and submitted to the City within two (2) weeks after termination of the fiber elements. The recordings shall also be made part of and submitted as part of the Operations & Maintenance Manual, discussed elsewhere in these Special Provisions. 3.17 INSERTION LOSS TEST EQUIPMENT (FIBER OPTIC CABLE) 1. Testing Light Source: An LED laser light source with a wavelength equal to the operational system wavelength shall be used. The LED shall be stable within 0.1 dB in output power over a time period sufficiently long to perform the measurement. 2. Launch Reference Cable: It shall provide for attachment to the light source. The launch reference cable shall be of the same fiber size and type as the fiber under test. To eliminate cladding modes, a self -mode -stripping cable or a low loss (-0.5 dB) mandrel wrap mode filter shall be used. 3. Power Meter: The detector in the power meter shall have an effective numerical aperture (NA) and active area that is larger than the fiber under test. The power meter shall have a sufficient measurement range to measure the insertion loss of the cable and connectors in the link. The power meter must be linear over the range of losses to be measured in the system and have sufficient resolution for the proposed measurements (0.05 dB). The power meter must be able to measure both absolute power in units of dBm and relative loss in units of dB. The power meter must also be able to change its calibration wavelength to match the system (1310 nm, or 1550 nm) operation wavelength. The meter shall be capable of measuring to -70 dBm. 3.18 INSERTION LOSS TEST PROCEDURES AND EXECUTION The Contractor shall provide all personnel, equipment, instrumentation and supplies as necessary to perform all testing. • Zero Reference Cable: Connect the launch reference cable between the test light source and the power meter detector. Illuminate the reference cable and record the optical power as Ref. Power 1 in dBm. • System Insertion Loss: The system to be tested shall be inserted between the launch reference cable and the power meter, completing the optical path from the LED to the power meter. Record the optical power shown on power meter as Test Power 1 in dBm. System Insertion Loss 1 is then calculated by the following equation: NOTE: Record insertion loss as a positive value. System Insertion toss 1 (dB) = Ref. Power 1 (dBm) —Test Power 1 (dBm) The system under test shall then be tested from the other end in a similar fashion as above. Here, record the output of the launch reference cable as Ref. Power 2 and the output of the system link as Test Power 2. System Insertion Loss 2 is calculated identically: 25 System Insertion Loss 1 (dB) = Ref. Power 1 (dBm) — Test Power 1(dBm) The results of the insertion loss testing shall be recorded along with the test date, name of person performing the test, and the brand name, model number and serial number of the equipment used during the test. All results shall be made part of and submitted as part of the Operations & Maintenance Manual, discussed elsewhere in these Special Provisions. 3.19 FIBER OPTIC CABLE ROUTE RECORDS The Contractor shall provide the City with a cable route diagram indicating the actual cable route and foot marks, for all intersections, directional change points in the cable routing, and all termination points. The Contractor shall record these points during cable installation. Cable system As -Built drawings showing the exact cable route shall be provided by the Contractor to the City. Information such as the location of slack cable and its quantity shall also be recorded in the cable route diagram. This information shall be included as part of the Operations & Maintenance Manual. Each fiber connectors and patch panel connectors shall be tagged with its fiber number and associated field element location. Each tag shall be permanently attached by a nylon tie -lock to the cable or connectors. 3.20 #10 GREEN TRACER WIRE The Contractor shall furnish and install #10 green wire in all conduit segments where fiber optic cable is installed, as shown in the plans, including all new and existing conduit segments where work is completed. All #10 wires entering a pull box shall be joined by a split -bolt connector. 4.0 MICRODUCT 4.1 GENERAL This section shall govern to furnish and install microduct in conduit of the type and sizes specified herein and as directed by the Engineer. 4.2 REQUIREMENTS 1. Microduct shall be high density polyethylene (HDPE) ducts designed for installation within conduit. 2. Microduct shall be red in color. 3. Microduct shall be smooth wall with microribs inside. 4. Microduct shall have outside/inside diameter of 12/10 mm for installation of single mode MiDia FX Plus Cable, by OFS, or approved equal. 5. Microduct shall have sequential markings in feet. 6. Microduct shall be continuous between pull boxes and/orsplice vaults. 7. Microduct shall extend and be cut 6 to 8 inches past the end of the conduit in pull boxes and splice vaults to allow for the slack fiber optic cables and to prevent damage. 4.3 QUALITY CONTROL All microduct furnished and installed as part of the Contract shall be new, UL -listed, and meet NEMA and NEC requirements pertaining to electrical conduits and components. 4.4 MATERIAL Microduct shall be Dura -Line or approved equivalent. 26 4.5 INSTALLATION 1. All microduct shall be installed at locations as shown on the plans, or as directed by the Engineer. Microduct is to be installed in a combination of existing and new conduit. Locations where microduct is to be installed in conduit are approximate and may be changed to suit field conditions as directed or approved by the Engineer. 2. Microduct shall be installed using installation equipment that meets Caltrans standards. 3. Microduct shall be placed in a manner to allow the cable/wire to be pulled in a straight line and clearthe side of the pull box by at least two inches. 4. Microduct shall be placed in a manner to allow the installation of the fiber optic cable by blown method or hand push method. 5. Where the microduct is installed in existing conduit, the Contractor shall not remove any existing cable(s) without prior approval by the Engineer. Only those cables specified for removal shall be removed. Existing cable(s) shall only be removed if the microduct cannot be installed with the existing cable(s) remaining in place. If removed, the cable(s) shall be installed with the microduct in same pull to minimize risk of damage to the cable(s). The Contractor shall be responsible for replacing any cables damaged during removal and reinstallation at the cost of the Contractor and not the City. 6. Microduct and fittings shall be supplied with an ultraviolet inhibitor. 7. After cables have been installed, the exposed end of microduct remaining in pull boxes and controller cabinets shall be sealed with a sealing compound as approved by the microduct vendor. 5.0 FIBER PATCH PANEL/WALL INTERCONNECT UNIT 5.1 GENERAL Fiber Patch Panel (also called Wall Interconnect Center (WIC)) shall be furnished and installed at the locations shown on the Plans.. The section includes material and installation for fiber patch panel. 5.2 DESCRIPTION The fiber patch panel shall act as the demarcation point between the fiber optic cable via the fiber pigtail from the splice closure and the terminal equipment via the fiber optic patch cords. The Contractor shall furnish and install matching connectors. The approved type optical connectors on the end of each pigtail shall screw into a sleeve securely mounted to a patch panel within the fiber patch panel enclosure. The maximum optical loss across the connection shall not exceed 0.4 dB. The fiber patch panel housings installed in 332 cabinets shall be rack -mounted in the outdoor traffic signal controller cabinets, as shown on the plans. Contractor to verify rack space for fiber patch panel prior to procurement. If space limitations exist, Contractor shall notify Engineer. The fiber patch panel housings installed in NEMA cabinets shall be wall or shelf mounted in the outdoor traffic signal controller cabinets, as shown on the plans. Preference is for fiber patch panel to be wall mounted on side of cabinet. Contractor shall verify space in cabinet and provide recommendation to Engineer for mounting. The fiber patch panel shall accept a minimum of twelve (12) fiber terminations (in and out). The cabinet shall have fiber optic cable entrances with cable sheath strain relief, leading to the fiber patch panel. All fiber terminations on the patch panel, located in the traffic signal controller cabinet, shall be SC type connectors. 27 The Fiber Patch Panel shall be OFS, Corning Cable System or approved equal. Rack mounted fiber patch panel shall be Corning CCS -01Q, shelf/wall mounted fiber patch panel shall be Corning SPH -01P, or approved equals. 6.0 FIBER DISTRIBUTION UNIT (FDU) AND RACK 6.1 GENERAL The Contractor shall furnish and install fiber distribution unit (FDU) sized to be rack -mounted in the new or existing equipment rack in the City Building equipment room as shown on the Plans. The FDU shall have the capacity to terminate and connect all fiber optic cable strands installed by Contractor as part of this Project, as shown on the Plans. Contractor shall coordinate installation of rack and FDU with Engineer. The section includes material and installation for fiber distribution unit. The FDUs at the City Buildings shown in the plans shall serve as the demarcation point for work to be completed by Contractor and work to be performed by others. The Contractor shall be fully responsible for furnishing, installing and testing of the FDU at each City Building and all Field Work elements. From, but excluding the FDU, others will be responsible for elements inside the City Buildings. 6.2 DESCRIPTION OF FDU FDU shall consist of two parts: a splice shelf and a fiber patch panel. The splice shelf shall house and protect fusion splices of fibers to optical fiber pigtails with six (6) feet of pigtail slack on each fiber. The FDU shall house and protect the required quantity of connectors and splices on each pigtail and slack for fiber optic patch cords. The fiber pigtail slack shall be neatly coiled and secured in a manner that does not allow the minimum operational bending radius of the pigtail to be exceeded. The approved type optical connectors on the end of each pigtail shall screw into a sleeve securely mounted to a patch panel within the FDU enclosure. The maximum optical loss across the connection shall not exceed 0.4 dB. The patch panel shall be capable of single mode terminations grouped by six (6) to eight (8) connector sub -panels. The housing shall have fiber optic cable entrances with cable sheath strain relief. All fiber terminations on the FDU, located at communication hubs, shall be LC type connectors. The Contractor shall provide pre -wired connectors panels, fiber pigtails, interconnection sleeves, and connector panels as required to make the indicated connections. The FDU shall have the spare capacity to hold the required number of connector panel modules and fiber capacity splice trays. The Contractor shall provide trays to house the entire number of fibers within the cable for future use. Prior to ordering the FDU and associated equipment, the Contractor shall provide submittals of the exact equipment proposed to the Engineer. The Engineer must approve the equipment submittals prior to ordering. The FDU shall be OFS, Corning Cable System or approved equal. 0 6.3 DESCRIPTION OF HACK One (1) open -framed cable management rack shall be installed in the communication room at the General Services. The rack shall be affixed to the floor. Rack shall include a cable management ladder that extends beyond the top of the rack and is affixed to a cable tray. Contractor shall receive direction from Engineer on location of rack within room. Specific requirements of the communication rack include: • Adjusts to a 23" racking width without extra hardware. • Adjustable depth from 10" to 18". • Ideal for high-density racking. • Extra -large 9.5" interior cabling channel between posts. • Corner posts allow for a 2.5" vertical cable channel and include pass-through holes for inner ganging. • Multiple mounting points for cable ties and cable management spools. • Side cutouts provide cable access between racks. • 12-24 tapped mounting holes. • Rack Units — 45 • Uninterrupted Power Supply (UPS) with at least 15 minutes capacity shall be installed in rack • Black in color • Warranty — Lifetime The Rack shall be Chatsworth Model #46353-701 with Cable Management Model #30530-719 and 11730-701 or approved equal. 6.4 INSTALLATION The Contractor shall furnish and install the communication rack at the designated City Buildings based on direction from Engineer and Newport Beach IT Department. The FDU(s) shall be installed in new or existing 19" EIA rack, as shown on the plans or specified in these Special Provisions, unless otherwise directed by the Engineer. 7.0 SPLICE CLOSURES 7.1 GENERAL Any below ground fiber optic splices or fiber optic splices exposed to the elements shall be contained in a waterproof, rodent proof, re -enterable fiber optic splice closure designed for use on optical fiber cables in a cable vault environment where total and continuous submersion in water may be expected. Splice closures shall be complete with outer and inner closures, splice organizer trays, brackets, plugs, clips, cable ties, seals and sealant, and a dry encapsulate and shall conform to the following Special Provisions. 1. The fiber optic splice closure shall conform to the requirements of Bellcore GR 771 and shall be designed for a temperature range of -40° C. to +70° C. 2. The splice closure shall be suitable for either a direct burial or pull box/vault application. 3. The size of the closure shall allow all the fibers of the largest fiber optic cable to be spliced to a second cable of the same size. The closure shall be not more than 18 inches in length 29 and not more than 4 inches in diameter. The closures shall be designed for both horizontal and butt splicing. 4. All materials in the closures shall be non-reactive and shall not support galvanic cell action. The outer -closure shall be compatible with the other closure components, the inner closure, splice trays, and cables. 5. The outer -closure shall protect the splices from mechanical damage; shall provide strain relief for the cable, and shall be resistant to salt corrosion. The outer -closure shall be waterproof, and re -enterable. The outer -closure shall be flash -tested at 100 kPa. 6. The inner -closure shall be of metallic construction. The inner -closure shall be compatible with the outer closure and the splice trays and shall allow access to and removal of individual splice trays. 7. The splice trays shall be compatible with the inner -closure and shall be constructed of rigid plastic or metal. 7.2 INSTALLATION 1. Adequate splice trays shall be provided to splice all fibers of the communication cable with the greatest fiber count entering the closure. 2. Upon completion of the splices, the splice trays shall be secured to the inner closure. The Contractor shall verify the quality of each splice prior to sealing the splice closure. 3. The closure shall be sealed using a procedure recommended by the manufacturer that will provide a waterproof environment for the splices. Encapsulant shall be injected between the inner and outer closures. 4. Care shall be taken at the cable entry points to ensure a tight salt resistant and waterproof seal is made which will not leak upon aging. It is acceptable to have multiple service drop cables enter the fiber optic splice closure through one hole as long as all spaces between the cables are adequately sealed. 5. The splice closure shall be mounted horizontally in a manner that allows the cables to enter at the end of the closure without exceeding any minimum bending radius specification. 6. All fiber optic cable splicing performed on this project shall be of the fusion type. All fiber optic cable splices shall be of the fusion type and shall not exceed 0.1 dB loss per splice. 7. The field splices shall connect the fibers of the two (2) fiber optic cable lengths together. The termination splices shall connect the fiber optic cable span ends with pig tails. The field splices shall be placed in a splice tray, and then the splice tray with splice shall be placed in a splice closure. 8. The termination splices shall be placed in a splice tray and the splice tray with splice shall then be placed in a fiber distribution unit or field cabinet as required. All splices shall be protected with a thermal shrink sleeve. 9. The fiber optic field splices shall be enclosed in splice closures, which shall be waterproof, rodent proof, and re -enterable, and shall accommodate all the fibers in a single cable. 10. The microduct coupling shall house the fiber optic cable up to the cable opening in the splice closure. The Contractor shall furnish and install fiber optic splice closures capable of accommodating a minimum of six (6) splice trays and a maximum of 72 splices. The splice closure shall also include the required encapsulant. The splice closure shall be able to accommodate up to four (4) cable entries. If all four cable entry holes are not required, the remaining unused entry holes will be closed such that moisture does not enter the splice closure and affect the operation of the fiber optic cable. The splice closure 30 shall have sleeves to size the cable entry to the appropriate cable diameter. Each splice closure shall come equipped with the required number of single mode splice trays. Included within the splice closure, the Contractor shall also supply and install splice trays. Each spice tray shall be appropriately sized to fit inside the splice closure. The splice trays shall be of injection molded plastic type with a clear plastic cover so allow visibility of fibers without opening the tray. Each splice tray shall handle up to twelve (12) single mode fusion splices. A minimum of three unopened kits required for the resealing of the splice closure shall be supplied with this contract and considered as part of the necessary equipment. Splice closures, encapsulant trays, and reseal kits shall be from OFS, Corning Cable Systems, or approved equal. 8.0 ETHERNET SYSTEM The following items are included in the Ethernet System: 1. Ethernet System 2. Testing 3. Warranty 8.1 GENERAL All Ethernet switches will be City -Furnished. The locations for the installation of Ethernet and aggregation switches are shown on the corresponding design plans. Aggregation Ethernet Switches will be Contractor- installed in City -Facilities as shown on the plans. The Ethernet Switches with power supplies shall be City -Furnished and installed by the Contractor. Contractor shall furnish and install CAT6 cable and fiber optic jumpers to complete connections to fiber patch panel and installed hardware. 8.2 CAT&A CABLE Contractor shall furnish and install CAT6-A cable and complete connections from Ethernet Switch and installed equipment in controller cabinet including traffic signal controller and video encoder, at locations as shown on the plans. Contractor shall furnish and install CAT6-A cable and complete connections from Aggregation Switch and installed equipment in rack, at locations as shown on the plans. 8.3 INSTALLATION The Ethernet Switches and Aggregation Switches will be City -Furnished and configured by others. Contractor shall install switches as shown on the plans and as directed by Engineer. 31 8.4 TESTING Contractor shall complete on-site acceptance testing of installed items and certify in writing to City that installed items operate within manufacturer's requirements. 8.5 WARRANTY The supplier of equipment shall warranty on work performed to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on work performed shall be a minimum of one (1) year from date of acceptance. 1 .9 9.1 GENERAL The Contractor shall furnish and install one power strip at each intersection as shown in the plans. The power strip shall be used to power the Ethernet switches and other proposed equipment at each location as shown on the Plans. Power strips installed in NEMA cabinets shall be wall -mounted. Power strips installed in Caltrans standard cabinets shall be 19 -inch rack -mounted. 9.2 WALL -MOUNTED POWER STRIP The power strip shall be designed for installation in a traffic signal controller cabinet. The power strip shall be wall -mountable in NEMA cabinets (locations to receive ASC/3 controllers). Power strips shall meet the following minimum requirements. 1. 15A 125V AC 2. UL and cUL listed 3. 6 heavy duty 15A sockets minimum. 4. All sockets unswitched 5. 2450 Joules 6. Clamping voltage: 330V 7. 12 foot 14/3 SJT cord — Contractor shall shorten cable length once installed to minimize slack cable 8. Spike Current: 84000 AMPS 9. Power shut down 10. 12 to 16 inches long Wall -mounted power strip shall be installed on the side of the controller cabinet near the front of the inside portion of the cabinet. Contractor shall plug power strip into accessory receptacle in the traffic signal controller cabinet. 32 9.3 19 -INCH RACK -MOUNTED POWER STRIP Power strips shall meet the following minimum requirements. 1. 15A 125V AC 2. UL and cUL listed 3. 6 heavy duty 15A sockets minimum. 4. All sockets unswitched 5. 2450 Joules 6. Clamping voltage: 330V 7. 12 foot 14/3 SJT cord — Contractor shall shorten cable length once installed to minimize slack cable 8. Spike Current: 84000 AMPS 9. Power shut down 10. 19 inches long for rack -mounting 11. Rack mountable in 1U space Rack -mounted power strip shall be installed on the rear side of the cabinet in the uppermost portion of the rack. Contractor shall plug power strip into accessory receptacle in the traffic signal controller cabinet. The power strip shall be Tripp -Lite ISOBAR8Ultra-NEMA and ISOBAR12UItra-Rack-Mount, or approved equal. 10.0 ETHERNET RADIO SYSTEM The following items are included in the Ethernet Radio System: 1. Ethernet Radio System 2. Testing 3. Warranty 10.1 GENERAL The Ethernet Radio System will be Contractor Furnished and Installed. The locations for the installation of the Ethernet Radio System are shown on the corresponding design plans. 10.2 REQUIREMENTS The Ethernet Radio System shall meet the following requirements: 1. 5.8 GHz Broadband Ethernet Radio 2. Dynamic Frequency Selection 3. 802.11 a compliant with bandwidth up to 35 Mbps 4. Environmentally hardened outdoor units 5. Include appropriate feet of CAT6 cable (per plans) and power injector The Ethernet Radio System shall be Encom EP-COMMPAX BB58INT or approved equal 33 10.3 TESTING Contractor shall complete on-site acceptance testing of installed items and certify in writing to City that installed items operate within manufacturer's requirements. The Ethernet Radio System shall comply with all rules and regulations of the Federal Communications Commission (FCC) and these Special Provisions. 10.4 WARRANTY The supplier of equipment shall warranty on work performed to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on work performed shall be a minimum of one (1) year from date of installation. 11.0 CCTV SYSTEM MA WClUTB i7R The Closed Circuit Television (CCN) Camera System shall comply with all rules and regulations of the Federal Communications Commission (FCC) and these Special Provisions. The CCN camera system including the dome camera, CCN cable (video/data/power), CCN camera mounting hardware and video encoder shall be Contractor -furnished. The Contractor shall install the CCN camera and mounting hardware at locations as shown on the Plans. The Contractor shall install the CCTV camera cable as shown on the Plans. The CCN data and video transmission between the TMC and the CCN camera locations identified herein will be done by a pair of IP video encoders. 11.2 CCTV DOME CAMERA The Camera shall be analog DSP, Color CCD and capable of producing no less than 470 horizontal lines of resolution and communicate using non-proprietary control protocol. It shall have Pan, Tilt, Zoom (PTZ) capabilities, NTCIP control language, and a minimum optical zoom of 23 X and be manual as well as auto focus capable. The camera shall be able to operate with a continuous 360° rotation (no stops). The camera shall be able to operate a light rating of 3.0 lux at 60 frames per second color and at 0.3 lux at 60 frames per second black and white. The camera shall operate at NEMA TS2 voltage levels of 89 VAC to 135 VAC and environmental temperatures of -34° to 74°C. The camera shall have a minimum of 6 programmable privacy zones, zones at which the video is blanked, and 32 presets. The camera shall be in a pressurized with dry nitrogen sealed enclosure and have a built in character generator for site ID name and/or number, and alarm codes. The camera shall weigh no more than 30 lbs. and shall have dimensions no greater than 18 inches tall and 15 inches long. All equivalencies must be approved by the Engineer prior to procurement. Camera shall use pole -mounting hardware provided by the dome CCN camera vendor, capable of mounting to a vertical traffic signal pole. The pole mount shall be affixed to the pole to extend the 34 camera towards the center of the signalized intersection. The dome CCN camera and mounting hardware shall withstand a wind load of 80 mph when affixed to traffic signal pole without permanent damage to mechanical and electrical equipment. The CCN Dome Camera shall be COHU Model 3925-5200, or approved equal. 11.3 CCTV VIDEO ENCODER The one -channel video and data encoder (CODEC -1) shall provide compressed MPEG-1, MPEG-2 or MPEG -4 video streams onto an IP network. MPEG -4 will be used for as part of this project at the locations supported by fiber optic cable as shown on the Plans, unless otherwise specified by Engineer. The video streams shall have video latency of under Sooms (video delay) and a frame rate of 30 fps. Compression data rates shall be user selectable from 384 Kbits/second to 15 Mbits/second. The CODEC - 1 shall be a shelf or wall mounted when installed in a NEMA cabinet. Contractor shall recommend mounting procedures to Engineer for approval, including the Contractor furnishing and installing a 19 - inch rack mounted shelf in cabinets where communication equipment is installed. The CODEC -1 shall provide at least one video input for an NTSC CCN camera. Camera control shall be RS422/RS485 to interface with the CODEC -1. In addition, the CODEC -1 shall include a second COM port that can be utilized for RS232 or RS422 pass through of commands for other field equipment. Access to the CODEC -1, including the MPEG video streams, camera control and setup, shall be through the on board web server. The TMC computers operating the CCN camera video management software shall connect to the encoder's web server using Microsoft Internet Explorer (IE5 or above) or proprietary browser to access all functions of the CODEC -1. The web server shall at a minimum include the camera protocols for the CCN cameras installed as part of this contract, and shall control pan, tilt, zoom, presets, and on-screen display. The CODEC -1 shall have optional support for ISDN, wireless 802.11 and Tl protocols. In addition, the CODEC -1 shall be stereo analog audio ready. The encoder shall provide audio communications at rates up to 96 Kbits/s. The CODEC -1 shall have the following features as a minimum: • NTSC or PAL video standards • Composite and S -Video inputs • One video input with optional two or four inputs • MPEG-1, MPEG-2 and MPEG -4 Video Compression • Compressed video data rate adjustable from 384 Kb/s and 15 Mb/s • Resolution settings include: o SIF o NTSC @ 320X240, 640X480 and 720X480 o PAL @ 352X288 and 720X586 • NTSC frame rate is 30 fps and PAL frame rate is 25 fps • Analog audio at rates from 8 to 96 Kb/s o Output formats are MPEG-1 & 2 (Ll, L2), MP3 and AC3 • System management/setup and integrated camera control is through TCP/IP • TCP/IP network protocols include Multicast (IGMP), Unicast and Broadcast • Control 1/0 using COM port, RS232 protocol 35 • Input power from 85 to 250 VAC (auto -ranging power supply) • Power supply rated at 250 watt maximum power consumption (60 — 80 watts typical) • Operating temperature range from -20 to +70 degrees Celsius • Standard 19" rack unit at lU (Type 332 and 334 cabinets) or shelf mounted (NEMA cabinet) • System control via standard web browsers including IE 5.0 or better • Camera protocols for the vendor CCN cameras installed as part of this contract. • Minimum camera controls include pan/tilt/zoom, presets (set/move to), OSD on/off The CODEC -1 shall be equipped with a minimum of one independent LAN Ethernet port that can be configured with unique IP addresses. The compressed video streams shall be output through the LAN port. The CCTV Video Encoder shall be COHU i-linx Model 9905-4500, or approved equal. 11.4 CCTV INTEGRATED CAMERA CABLE The integrated CCN camera cable shall be procured from the CCN camera vendor. No exceptions shall be allowed. The CCN cable shall be COHU Model CA295M, or approved equal. 12.0 CONDUIT 12.1 GENERAL This section shall govern to furnish and install conduit of the type and sizes shown on the plans and as directed by the Engineer. 12.2 REQUIREMENTS It is envisioned that all conduit will be installed by directional drill method and be high density polyethylene (HDPE) Schedule 80 UL continuous conduit. HDPE conduit shall be designed and engineered for direct burial, directionally drilled installation, or encased underground applications, and shall be installed at locations as shown on the plans. The PVC Schedule 80 UL conduit shall be designed and engineered for direct burial or encased underground applications, and shall be installed at the pull box modification locations where conduit elbows are upgraded to sweeps, or as shown on the plans. The PVC conduit shall be straight and the ends shall be cut square to the inside diameter. The PVC conduit system shall be designed so that straight sections and fittings will assemble with the need for lubricants or cement. All conduits shall be free from defects including non -circularity, foreign inclusions, etc. It shall be nominally uniform (as commercially practical) in color, density, and physical properties. If new conduit is being installed into an existing pull box location, the Contractor shall protect existing pull box and conduit from damage. Should the existing pull box and/or conduit become damaged, the Contractor shall repair and/or replace damaged pull box and conduit at the cost of the Contractor and not the City. Prior to repair/replacement, the Contractor shall notify the City of exact location and contents of damaged pull box and conduit. 36 All pavement markings shall be returned to existing conditions. If disturbed, the Contractor shall replace or repair any and all pavement markings. All work shall be approved by the Engineer. The Contractor shall obtain written approval from the Engineer before installing any conduit. 12.3 QUALITY CONTROL All conduits furnished, as part of the Contract shall be new, UL -listed, and meet NEMA and NEC requirements pertaining to electrical conduits and components. 12.4 HDPE SCHEDULE 80 CONTINUOUS CONDUIT The size of the HDPE conduit shall be as shown on the plans and shall meet the following requirements: The HDPE Schedule 80 continuous conduit shall conform to NEMA TC -2 and UL651B. The conduit leading to splice vaults or pull boxes shall be terminated with a manufacture -produced terminator connector to seal the wall of the spice vault/pull box. The conduit shall be color coded black. The conduit shall also be marked with data traceable to plant location, date, shift, and machine of manufacture. Conduit shall be Carlon or Endot made or approved equivalent 12.5 PVC SCHEDULE 80 CONDUIT The size of the PVC Schedule 80 conduit shall be as shown on the plans and shall meet the following requirements: The PVC Schedule 80 conduit shall conform to NEMA TC -2 and UL 651 specifications. The conduit shall have an extended 6" integral "bell" end. The conduit shall have a circumferential ring on the spigot end, which shall be used to insure proper insertion depth when connecting conduit ends. The conduit shall also be marked with data traceable to plant location, date, shift, and machine of manufacture. A complete line of fittings, adapters, and bends (sweeps) shall be provided by the conduit manufacturer and shall be manufactured from the same materials and manufacturing process as the conduit. The complete system will allow for all these fittings: Coupling Kits, Manhole Terminator Kits, Lubrication Fittings, and Repair Kits. Conduit shall be Carlon or Endot made or approved equivalent 37 12.6 INSTALLATION All conduits shall be installed at locations as shown on the plans, or as directed by the Engineer. Locations of proposed conduit are approximate and may be changed to suit field conditions as directed or approved by the Engineer. Conduit shall be laid to a depth as shown on the plans. A minimum of thirty- (30) inches of cover to the top of the conduit is required at all locations. Conduit shall be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two inches. Where conduits are shown on the plans to be installed parallel and adjacent to each other, they shall be installed together in a common trench or directional drill bore. Make right angle bends in conduit runs with long -radius elbows or conduits bent to radii not less than three (3) feet. All bend radii shall be three (3) feet unless otherwise set forth elsewhere in this Special Provisions or as directed by the Engineer. The sum of the angles for conduit bends between two consecutive pull boxes shall not exceed 270 degrees. All conduit bends shall be factory bends done by the manufacturer. Hot box or other field bends will not be accepted. The bell and spigot ends of each PVC conduit shall be chamfered by the manufacturer. Transition of the conduit without bends shall not exceed more than one foot for every ten feet. Make bends and offsets so that the inside diameter of conduit is not effectively reduced. Unless otherwise indicated, keep the legs of a bend in the same plane and the straight legs of offsets parallel. Do not use diagonal runs except when specifically noted in the drawings. Provide a waterproof label on each end of the pull rope to indicate the destination of the other end. Conduits entering vaults shall terminate flush with the inside walls of each pull box. Conduits entering vaults and pull boxes shall be capped or sealed to prevent ingress of water, debris, and other foreign matters into the conduit. Immediately prior to installing cables, conduits shall be blown out with compressed air until all foreign material is removed. After cables have been installed, the ends of conduits shall be sealed with a reusable mechanical plug. Conduit and fittings shall be supplied with an ultraviolet inhibitor. Within pull box, conduit shall be placed to provide a minimum clearance of two (2) inches between the lowest portion of the opening and the bottom of the pull box. And there shall be a minimum clearance of eight (8) inches between the top portion of the opening and the top of the pull box. in Conduit shall enter the pull box at not more than a 45 -degree angle. in addition, conduit may not be terminated less than 45 degrees to the ground level, except for pull boxes with extension. Conduit ends shall be terminated three (3) inches above the gravel surface and nine (9) inches clearance between the top of the bushing and the top of the pull box shall be provided. Within the splice vault, the conduit shall be laid no closer than two (2) inches from any wall of the splice vault. After conductors/cables have been installed, the exposed end of conduits remaining in pull boxes and controller cabinets shall be sealed with a sealing compound as approved by the Engineer. 12.6.1 DIRECTION BORE Conduit shall be installed by directional drilling method at the locations shown on the plans, unless specified otherwise by the Engineers. Drilling pits shall be kept at least two (2) feet clear of the edge of any type of pavement wherever possible. Conduit alignment shall be located under stamped pedestrian cross walks to prevent check pits in special pavement. Excessive use of water, such that pavement might be undermined or subgrade softened, will not be permitted. 12.6.2 TRENCHING Trenching in Newport Beach right of way shall conform to Newport Beach Standards. Installation of conduit in unpaved areas (dirt) shall conform to the following: Conduit shall be placed in a trench approximately two (2) inches wider than the outside diameter of the conduit to be installed. Trench shall not exceed eight (8) inches in width. A minimum of thirty- (30) inches of cover to the top of the conduit is required. For all pull boxes the trench may be hand dug to required depth. Where cover to top of conduit is less than thirty- (30) inches, the conduit shall be placed in the bottom of the trench and the trench shall be backfilled with sand -cement slurry backfill, containing not less than two (2) sacks (188 pounds) of cement per cubic yard of Type I or 11 Portland cement added per cubic yard of imported sand and sufficient water for workability. The top four (4) inches shall be backfilled and compacted with native soil. 13.0 PULL BOXES 13.1 GENERAL This section shall govern to furnish and install pull boxes as shown on the plans, complete with cover. 13.2 PULL BOX AND PULL BOX COVER Pull boxes shall conform to the provisions in the latest version of the Caltrans Standard Specifications and Standard Plan ES -8 and these Special Provisions for TRAFFIC pull boxes. All new TRAFFIC pull boxes shall be pull box number 6 (PB#6), or pull box number 6 with extension (PB#6E), as noted on the Plans. PB#6 shall have nominal dimensions of 30.5 inch L x 17.5 inch W x 12 inch D, as 39 stated in these Special Provisions and per the Plans. PB#6E shall have nominal dimensions of 30.5 inch L x 17.5 inch W x 24 inch D, as stated in these Special Provisions and per the Plans. The cover marking for each pull box containing fiber optic cable shall read "TRAFFIC SIGNAL" on one line and "FIBER OPTIC' on second line. The cover marking for each pull box not containing fiber optic cable shall only read "TRAFFIC SIGNAL" on one line. Pull boxes shall be provided with locking mechanisms as specified in the Caltrans Standard Plans. All splice boxes shall have vertical proof -load strength of 25,000 lbs. This load shall be placed anywhere on the box and cover for a period of one minute without causing any cracks or permanent deformations. Splice boxes shall have nominal dimensions of 36 inch L x 24 inch W x 12 inch D, as stated in these Special Provisions and per the Plans. Where pull boxes are installed in sidewalk, sidewalk shall be removed and replaced from score line to score line as directed by Engineer. Pull boxes and covers in the sidewalk or behind the curb shall be per below, Christy "Fiberlite" models, or Engineer approved equivalent, unless otherwise noted on the Plans. Size Approved Models #5 Box Christy N30 Electrical Box #5 Lid Christy FL30T #6 Box Christy N36 Electrical Box #6 Lid Christy FL36T #6E Extension Christy B36X12 Splice Box & Lid Armorcast A600197APCX12 13.3 INSTALLATION REQUIREMENTS All pull boxes shall be located at the locations shown on the Plans, or as directed by the Engineer. However, these locations may be changed to suit field conditions as directed or approved by the Engineer. No pull box shall be located on the driveway apron, or above catch basin, or within one (1) foot of any existing, proposed or future (as shown on plans) wheelchair ramp, or within one foot from the curb in case of streets without gutter, or within thirty (30) inches from any pole foundation, or other locations which may interfere with the movement of people orvehicles, unless approved by the Engineer. Pull boxes within unimproved areas shall have a Class 1 flexible Post Delineator, per Caltrans Standard Plan A73 -C installed adjacent to the pull box. Within the pull box, the conduit shall be placed in a manner that the lowest portion of the opening shall be a minimum of two (2) inches above the bottom of the pull box. The top portion of the conduit shall be not less than eight (8) inches from the top of the pull box. The maximum thickness of the rock shall be one (1) inch. a The conduit shall also be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two (2) inches. The distance between pull boxes shall not exceed 800 feet, unless otherwise shown on the plans, unless otherwise specified in the Plans or these Special Provisions, or as directed by the Engineer. A minimum of fifteen (15) feet of slack fiber optic cable, or length as shown on plans, shall be coiled in each pull box at all locations, unless otherwise specified in the Plans or these Special Provisions, or as directed by the Engineer. If new pull boxes are replacing existing pull boxes, the Contractor shall protect existing conduit and cable from damage. Should the existing conduit or cable become damaged, the Contractor shall repair and/or replace damaged conduit or cable. Prior to repair/replacement, the Contractor shall notify the Engineer and the City of exact location, and provide a detailed description of damage. Any existing features or improvements damaged by the Contractor shall be replaced in kind, at the cost of the Contractor and not the Engineer orthe City. 13.4 INSTALLATION DETAIL Pull boxes shall be installed with lid and completely secured prior to any conductor or cable installation. Where the sump of an existing pull box is damaged by the Contractors operations, the sump shall be reconstructed and if the sump was grouted, the old grout shall be removed and new grout placed at the cost of the Contractor and not the City. Excavating and backfilling shall conform to the provision in section 86.2.01, "Excavating and Backfilling" of Caltrans Standard Specifications except that the backfill material shall not contain rocks graded larger than one(1)inch. 14.0 TWISTED PAIR CABLE 14.1 GENERAL This item shall govern to furnish and install twisted pair cable in designated locations as shown on the plans and as detailed in accordance with these Special Provisions. 14.2 REQUIREMENTS Twisted pair cable shall be supplied in the configurations shown on the plans and specified in these Special Provisions. All materials furnished, assembled, fabricated or installed under this item shall be new, corrosion resistant and in strict accordance with the details shown on the plans and in these Special Provisions. All pairs in the cable shall be usable and free of defects, in order to meet or exceed all of the requirements contained in these Special Provisions. The Contractor shall furnish, install, terminate and test all the required twisted pair cable. All equipment for installation, terminating and testing shall be provided by the Contractor. 41 The twisted pair cable shall conform to the latest reversions of the REA (Rural Electrical Administration) and the NEC (National Electrical Code) specification for Filled Telephone Cables RUS-PE-39. 14.3 CABLE MARKING • The twisted pair cable outer jacket shall be marked with manufacturer's name, the month and year of manufacture, pair count and conductor size, and sequential feet marks. • The markings shall be repeated every two (2) feet. • The actual length of the cable shall be within ±1% of the length marking. • The marking shall be in a contrasting color to the cable jacket. • The marking shall be approximately one-half (%:) of the diameter of the cable and must be permanent and weatherproof. 14.4 QUALITY CONTROL The manufacture(s) of supplied optical cable, optical cable assemblies, and hardware shall be TL 9000 and/or ISO 9001 registered. 14.5 GENERAL CONSIDERATIONS The twisted pair cable shall meet the following: • Conductors: Solid # 19 AWG copper conductors • Insulation: solid virgin high density polyethylene with telephone industry color -coding • Twisted Pairing: Individual conductors twisted into pairs of varying twist to minimize crosstalk with specific color combinations to provide pair identification( telephone industry color coding) • Filling Compound: the cable shall be gel -filled to prevent water intrusion • Shielding: the cable shall employ a thick (0.005") corrugated copper shield to provide a 100% electrical shielding coverage • Outer Jacket: a black, low density, high molecular weight virgin polyethylene, compounded to withstand sunlight, temperature variations, and other environmental conditions, including abuse during installation. • Footage Marking Printed sequentially every two feet along the outer jacket to provide readily accurate records of cable usage and reel contents When terminating the cable, the following shall be complied to: • Each pair of matched wire shall have a minimum of ten twists after leaving the cable sheaf • All copper pairs are to be properly cleaned to remove residue • Cable shall be installed free of kinks, cuts or damages • All pairs shall be installed (landed) in a termination box in the cabinet • One end of the copper shielding cable shall be grounded 14.6 INSTALLATION The twisted pair cable shall be installed in new and existing conduit as shown on the plans. The new cable shall be terminated on existing terminal blocks located in the traffic signal controller cabinets and at the Central Library, as shown on the Plans. The new twisted pair cable will support communications with existing twisted pair cable, as shown on the Plans. Proposed and existing twisted pair cables contain 12 pairs. Contractor shall terminate the new twisted pair cable to match pairs of the existing twisted pair cable. 42 14.7 COMMUNICATION LINK TESTING The twisted pair cable will support Ethernet over copper communications along at the locations shown on the plans. This will require one pair of the twisted pair cable to create a daisy -chain communications link between the Ethernet switches at the project intersections. Upon installation of the new twisted pair cable at the locations as shown on the Plans, the Contractor shall test the signal strength of all twisted pair cables between the intersections listed above. Note that this requires the Contractor to test not only the new twisted pair cable installed as the locations as shown on the Plans, but also to test existing twisted pair cable This information shall be provided to the Engineer to determine the optimum pair of twisted pair cables to use between each intersection listed above for Ethernet communications. The Contractor shall provide all personnel, equipment, instrumentation, and materials necessary to perform all testing herein. • Results of test to be submitted to the City in a CD. • Submitted to both Contractor and Engineer and shall be made part of the Operations and Maintenance Manual. 15.0 CONTROLLER CABINET ASSEMBLIES Controller Assembly Testing Solid-state traffic actuated controller units, cabinets and auxiliary equipment shall conform to the provisions in these special provisions, Section 86-3 "Controller Assemblies" of the CALTRANS Specifications, and NEMA TS2-2 standards. Cabinet Construction The following items are included in the cabinet assembly: • For 16 position main panel • Type "O", "P", and "R" aluminum cabinet powder -coated white inside and out. • Fully wired eight phase NEMA Type 2 main panel — Horizontal hardwired swing down load bay. • Type 16 Malfunction Management Units (programmed for intersection) Econolite MMU • 16 -channel detector rack w/ BIU slot (minimum) • 8- 2 -channel Detectors (minimum) or (16 channel max.) • Bus Interface Units— detector rack only • 12/16- Load switches All auxiliary equipment to completely operate an eight -phase traffic intersection control cabinet. 15.1 GENERAL National Electrical Manufacturers Association, Traffic Control Systems, NEMA Standards Publication: TS2-Latest release. 43 15.2 DOCUMENTATION The City reserves the right to reject traffic signal control equipment and auxiliary equipment items in which the manufacturer of such items does not have at least nine million dollars of product liability insurance. 15.3 WARRANTY The supplier of equipment shall warranty their product to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on a wired cabinet shall be a minimum of one (1) year from date of acceptance including the Bus Interface Units and Cabinet Power Supply. Equipment such as the Controller and Malfunction Management Unit shall have a minimum of a two-year warranty. 15.4 CABINET STANDARDS 15.4.1 CABINET CONSTRUCTION A complete NEMA TS2 Type 2 Plug N Go in a Type "0", "P" or "R" aluminum cabinet as indicated on the plans shall be supplied. Cabinets shall meet, as a minimum, all applicable sections of the NEMA Standard Publication. Where differences occur, this specification shall govern. The cabinets shall meet the following criteria: • Material shall be 5052-H32 0.125 -inch thick aluminum. • The cabinet shall be supplied powder coated aluminum with white powder coat inside and out Federal color#17875 • The door hinge shall be of the continuous type with a stainless steel hinge pin. • The door handle shall be cast aluminum. With the provisions for padlock installation. • All seams shall be sealed with RTV sealant or equivalent material on the interior of the cabinet. All out side seams shall are to be continuous welded. • Cabinet lock shall be of the Corbin #1548-1 (#2 Key). • A roll out computer table shall be mounted under the Controller location on the First shelf. • Each cabinet shall have 3 sets of cabinet wiring diagrams. • Each cabinet shall have 2 sets of equipment manuals (Controller, MMU, etc.). 15.4.2 SHELVES Type "P" cabinets shall have two (2) substantial metal shelves extending across the back of the cabinet the cabinet shall be provided to support the controller unit, auxiliary equipment and detector rack. The lower shelf shall be easily removable without tools. Four "C" mounting Channels shall be installed on both side walls and two rear wall allowing versatile positioning of shelves and side panels. Type 110" and "R" cabinets shall have three (3) shelves. 15.5 CABINET WIRING 15.5.1 EQUIPMENTACCESSIBILITV All mounted panels and equipment shall have a minimum tool access clearance of 6". ELI, 15.5.2 VENTILATING FAN The cabinet shall be provided with a thermostatically controlled adjustable between 80-150(degrees Fahrenheit) ventilation fan and shall be installed in the top of the cabinet plenum and protected by a .5 amp fuse. 15.5.3 AIR FILTER ASSEMBLY The cabinet Air Filter shall be a one-piece removable, medium efficiency, synthetic air filter and shall be firmly secured to the air entrance of the cabinet. To provide for a positive air flow through the cabinet. (12' x 16") minimum. 15.5.4 CABINET LIGHT ASSEMBLY The cabinet shall be equipped with a florescent lighting fixture that shall be mounted on the inside top of the cabinet near the front edge. The florescent light shall be activated by an on/off switch that is turned on when the cabinet door is opened and turned off when the door is closed. 15.5.5 LIGHTENING SUPPRESSION The cabinet shall be equipped with an EDCO model SHP-300-10 surge arrester. 15.5.6 POWER PANEL The Power Panel shall house the following equipment: • A 40 -amp main breaker shall be supplied. This breaker shall supply power to the main panel, controller, MMU and cabinet power supply. • A 20 -amp auxiliary breakershall supply power to the fan, light and GFCI outlet. • An EDCO model SHP-300-10 or equivalent surge arrester. • A 50 amp, 125 VAC radio interference line filter. • A normally -open, 60 -amp, mercury contractor • A spare 15 amp, auxiliary breaker shall be provided. 15.5.7 CONVENIENCE OUTLET Three Duplex outlets shall be supplied. 1. Is for short term equipment use and shall be a 120 volt AC, 15 Amp NEMA 5-15 GFCI 2- gang duplex outlet shall be mounted in the lower right corner of the cabinet facing the inside of the cabinet door and within 6" of the front edge of the opening of the door. 2. Is for long term equipment use and shall be a 120 volt AC, 15 Amp NEMA 2- gang duplex outlet shall be mounted in the upper right corner and upper left corner of the cabinet facing the inside of the cabinet. Power shall be supplied from filtered power. 15.5.8 INSIDE AUX CONTROL PANEL SWITCHES The inside door panel shall contain three (3) switches: AUTO/FLASH, STOP TIME and CONTROLLER POWER ON/OFF. Auxiliary door panel switches shall be hard wired only. (No printed circuit boards shall be used for the door panel switches.) Controller panel shall also contain plunger style vehicle and pedestrian test switches for all phases in use (typically phase 1 to 8 & peds). 15.5.9 2 -POSITION AUTolFLASH SWITCH In the Auto position the intersection shall operate normally. When in the Flash position, power shall be maintained to the controller and the intersection shall be placed in flash. The controller shall not be stop timed when in flash. A guard (sk3036) shall be installed to prevent the switch from being shut off accidentally. IN 15.5.103 -POSITION AUT01OFF/ON STOP TIME—SWITCH When in the Auto position the controller shall be stop timed when the police door AUTO/FLASH switch is in the flash position or MMU flash. If in the off position the switch will release all stop time from controller. In the On position the switch shall maintain a continuous stop time to the controller. 15.5.112 -POSITION CONTROLLER POWER ONIOFF—SWITCH This switch shall control the controller's AC power. A guard (sk3036) shall be installed to prevent the switch from being shut off accidentally. 15.5.12 POLICE PANEL SWITCHES The Police Panel shall contain one (1) switch: The AUTO/FLASH. All police panel switches shall be hard wired. A switch guard shall be provided for each switch. 15.5.131 -POSITION SIGNALS ON/OFF SWITCH In the On position the field displays shall show either normal operation or flash. In the Off position, power shall be removed from signal heads in the intersection. The controller shall continue to operate. In the OFF position, the MMU shall not conflict or require reset. 15.5.142 -POSITION AUTO/FLASH SWITCH In the Auto position the intersection shall operate normally based on all other switches. In the Flash position, power shall not be removed from the controller and stop time shall be applied based on the STOP TIME switch. 15.5.15CABLES All Controller and MMU cables shall be of sufficient length to access any shelf position. All cables shall be encased in a protective sleeve along their entire free length. All cables shall be fixed to the bottom front of each shelf. Cables shall be neatly dressed and not hang down in front of other equipment. 15.5.15 COLOR CODING All cabinet wiring shall be color coded as follows: • Purple = Flash color programming • Brown = Green Signal Wiring • Yellow = Yellow signal wiring • Red = Red signal wiring • Blue = Controller wiring • Gray = DC ground(return),(logic ground) • Black = AC+ • White = AC - Green = Chassis 15.5.17MAIN-PANEL AND WIRE TERMINATIONS All wires terminated behind the main -panel and other panels shall be soldered. No pressure or solder less connectors shall be used. Printed circuit boards shall Not be used on main panels. 15.5.18FLASHING OPERATION Cabinet shall be wired for NEMA flash. All cabinets shall be wired to flash red for all phases. Flashing display shall alternate between phases 1,4,5,8 and phases 2,3,6,7. 15.5.19DETECTOR RACKAND INTERFACE W: A minimum of one vehicle loop detector rack and one detector interface panel shall be provided in each cabinet. Each rack shall support up to (16) sixteen channels of loop detection, two 2- channel of EVP devices, and one (1) BIU. 15.5.20 PREEMPTION WIRING The cabinet shall be completely wired for Rail Road or EVP preemption as needed if specified on the plans. 15.5.21 MAIN PANEL CONFIGURATION The main panel shall be fully wired in the following configuration: • The Main -Panel shall be a hardwired horizontal swing down sixteen position load socket load bay or as called for on the plan sheet, for a "P" cabinet. • Four or Six flash transfer relay sockets as required. • One flasher socket. • Wiring for one Type -16 MMU. • All connector cables shall be dressed neatly along the front edge of the cabinet shelf the equipment (controller & MMU) will be installed on. NO cables shall hang freely in the cabinet. 15.5.22 FIELD TERMINAL LOCATIONS Field terminals shall be located at the bottom of the main panel and angled forward for easy viewing and wiring. Their order shall be left to right beginning with phase one and following the order of the load switches. Field terminals shall be of the barrier type. 15.6 CABINET EQUIPMENT 15.6.1 CONTROLLER UNIT Shall be an ASC/3-2100 Controller provided with NTCIP level 2 protocol, ECPIP & AB3418 basic with Ethernet communications module and data key. 15.6.2 DETECTORS Cabinets shall be equipped with eight (8) TS2 detectors in single detector rack cabinet and sixteen (16) in a two (2) detector rack configuration. Econolite G-68 and G-70 detectors shall be provided or approved equivalent. 15.6.3 MMU (MALFUNCTION MANAGEMENT UNIT) Cabinets shall be equipped with NEMA TS2 Type 16 Malfunction Management Unit with latest current released software. MMU jumper cards shall be programmed to each intersections requirements or standard 8 phase configuration for spare units. 15.6.4 BIU (BUS INTERFACE UNIT) BIU's shall meet all TS2-1992 section 8 requirements. In addition all BIU's shall provide 3 separate front panel indicators. Power, Valid Data and Transmit. 15.6.5 CABINET POWER SUPPLY The cabinet power supply shall meet the NEMA TS2 specification. All power supplies shall also provide a separate front panel indicator LED for each of the four power outputs. Front panel banana jack test points for 24 VDC and logic ground shall also be provided. 15.6.6 TELEMETRY INTERFACE PANEL All cabinets shall be wired with a telemetry interface panel and telemetry connecting cable so as to work with the CENTRAX central control system. The interface panel shall also contain wiring for door open and flash alarms. E, VA 15.6.7 POWER BUS ASSEMBLY The power bus assembly shall provide filtered power for the controller, MMU, cabinet power supply and all auxiliary equipment. It shall include the SDLC Bus connecting cables wired into a surface mounted compression terminal block. It shall also include up to 6 filtered power connectors and 2 terminal strips to hardwire the power connections. 15.6.8 INTERCONNECT TERMINATION All cabinets shall be supply with interconnect termination blocks, Siemons model N 566M1-50 and sub- base. 15.6.9 LOAD SWITCH All load switches shall meet NEMA TS -2, Section 6 requirements and shall be PDC SSS -86-1/0 or City Approved Equal. All load sockets shall be equipped with a load switch. 15.6.10 FLASHER UNIT All flasher units shall meet NEMA TS -2, Section 6 requirements and shall be EDI model 810 or equivalent. 15.6.11 INTERSECTION DIAGRAM An intersection diagram, shall be made on 8 1/2" X 11" sheet of paper enclosed in plastic cover, it shall be located on the inner side of the door above the auxiliary panel. The diagram shall depict the general intersection layout, controller location, traffic signal conduit crossings, phases, overlaps, detector assignments, and north arrow. The top of the diagram will be North and the diagram shall be approved by the City representative. 15.6.12 CABINET WIRING PRINTS The cabinet wiring prints shall be arranged in a simplistic way in terms of reading prints on three pages. 15.6.13 TESTING FACILITY The testing facility shall have up to fourteen days to test the controller assembly. Cabinet loaded shall be tested under full load for 14 days straight without any problems. The testing facility shall be selected by the City Engineer. 25.6.14 EQUIPMENT TURN ON REQUIREMENTS An Econolite representative and a signal technician from the city shall be present at the time of the controller assembly turn on. The representative shall be fully qualified to work on the controller assembly equipment. The City shall be notified at least 7 working days prior to intersection turn -on. 16.0 STANDARDS, STEEL PEDESTALS, AND POSTS 16.1 GENERAL Contractor shall furnish all hardware to meet the state specifications for all new and relocated equipment as shown on the plans. The hardware shall be hot -dip galvanized or stainless steel as detailed. 16.2 FOUNDATIONS Portland Cement Concrete (PCC) shall be Class 560-C-3250 concrete prepared in accordance with the 2003 Standard Specifications for Public Works Construction. Portland cement used shall be Type V. Placement of concrete shall conform to the provisions in Section 51, "Concrete Structures" of the State Standard Specifications. W. Non -conflicting foundations to be abandoned shall be removed to a depth not less than 36 inches (3 feet) below the surface of the sidewalk or unfinished ground. All conflicting foundations shall be removed completely. Foundation concrete shall be vibrated to eliminate air pockets. The Contractor shall define exact location of all utilities in the vicinity of the new foundations, by hand digging if necessary. After all utilities are established, Contractor shall contact the Engineer for authorization of specific foundation location. Foundations shall be hand -dug until clear of obstructions. 16.3 PAINT AND POWDER COATING If shown on plans, Standards, Steel Pedestals, and Posts shall have a finished color coating per Section 24.0 of the Special Provision Supplemental. SERVICE ENCLOSURES 16.4 GENERAL Electrical service shall be modified Type II or Type III -BF, unless otherwise shown on the plans, and furnished by the Contractor. It shall be equipped with five (5) circuit breakers (50 amp main, 15 amp ISNS (illuminated street name sign), 30 -amp lighting, and 15 amp spare, and 50 -amp signal) and test blocks inside cabinet. For Type If Enclosures refer to State Standard Plans ES -213 and City Standard 910-L (P and R cabinets) and for Type III -BF Enclosures refer to State Standard Plan ES -2E for further details. If service equipment cabinet design deviates in any way from the details shown on the plans, details of such deviation shall be submitted to the Engineer for review before fabrication of the contract cabinet. If deemed necessary by the Engineer, one complete prototype cabinet shall be delivered to the Engineer for review at least 30 days before fabrication of the contract fixtures. The prototype cabinet will be returned to the Contractor and, if permitted by the Engineer, the cabinet may be installed in the work. It shall be the contractors responsibility to verify the location of service to make arrangements for necessary connection for the traffic signal and lighting system. If an alternate service location is necessary due to a utility conflict or Edison requirement. The alternate location shall be approved by the Engineer. The Contractor shall contact Edison within three days of receiving the Notice to Proceed. Contractor is responsible to determine and verify the exact location of electrical service. Failure to comply shall be a basis for rejecting requests for additional working days based upon utility company delays. 17.0 SIGNAL FACES 17.1 VEHICLE SIGNAL FACES Installed vehicle indications/heads shall be furnished new, including mounting framework and hardware. New vehicle indications shall be nominal 12 -inch diameter (300 mm), furnished with Light Emitting Diode (LED) indications, visors, and back plates. All new TV -1-T indications shall be furnished with bronze terminal compartments. Vehicle heads shall be furnished new by the Contractor with the LED units installed. Where vehicle indications are to be powder coated, new vehicle heads, visors, and back plates shall be metal. Otherwise, new vehicle heads, visors, and back plates shall be polycarbonate. Top openings of vehicle indications shall be sealed with neoprene gaskets. If shown on the plans, the Contractor shall furnish and install Lingo Industrial Electric Model LESVIT (or Agency -approved equal) terminal compartments. 17.2 PEDESTRIAN SIGNAL FACES Installed pedestrian indications/assemblies shall be furnished new, including mounting framework and hardware. Where pedestrian signal faces are to be powder coated, new pedestrian housings shall be metal. Otherwise, new pedestrian assemblies shall have structural polycarbonate. Type A indications with Stainless steel hardware and shall be furnished with bronze terminal compartments. 17.3 LIGHT EMITTING DIODE (LED) MODULES All Vehicle indications shall be 12 inch LED and shall be Gelcore or Dialight brand (or Agency approved equal). All Pedestrian indications shall be Countdown LED and shall be Gelcore or Dialight brand (or Agency approved equal). 17.4 PAINT AND POWDER COATING If shown on plans, Vehicle and Pedestrian faces and equipment shall have a finished color coating per Section 24.0 of the Special Provision Supplemental. 18.0 VEHICLE DETECTORS 18.1 INDUCTIVE LOOP DETECTORS The number of sensor units and lead-in cables required to achieve the specified detection shall be installed. Traffic signal loop detectors shall be installed per Caltrans Standard Plans ES -5A and ES -56 and shall be Type E spaced ten feet apart. Front loops shall be a 6' diameter, modified Type E per the detail on the plan and will be placed immediately behind the limit line/crosswalk. Loop wire shall be Type 2. Loop detector lead-in cable (DLC) shall be Type B. Loop sealant shall be Hot -Melt Rubberized Asphalt Sealant 50 All installed loop detectors shall be completely functional to the satisfaction of the Engineer prior to the turn -on of the modified traffic signal. 19.0 PUSH BUTTON ASSEMBLIES 19.1 PEDESTRIAN PUSH BUTTON ASSEMBLIES Installed pedestrian and bicycle push buttons/assemblies shall be furnished new, including mounting hardware. Pedestrian push button signs, for push button assemblies to be installed on pedestrian push button posts shall be 5" x 7-1/2". All other pedestrian push button signs shall be 9" x 12" and shall not extend beyond the mounting framework. Pedestrian push button assemblies shall comply with ADA requirements (Federal Register/Vol. 59, No. 117, Section 14.2.5). 19.2 BICYCLE PUSH BUTTON ASSEMBLIES Installation of push button assemblies for bicycle use shall be in accordance with City Standard Plans STD -913-L and STD -914-L and shall be 5" x 7-1/2". 19.3 PAINT AND POWDER COATING If shown on plans, Pedestrian and Bicycle push button assemblies shall have a finished coating per Section 24.0 of the Special Provision Supplemental. 20.0 LIGHTING 20.1 HIGH PRESSURE SODIUM LUMINAIRES Luminaires shall be the full -cutoff type. Glare shields are not required. Each luminaire shall be die-cast aluminum, (86-6.07A) with integral regulator ballast and Type IV photoelectric control for use in multiple 120V circuit. The optical assembly shall provide true 90 -degree cutoff and shielding (without external glare shield) and shall consist of a glass or glass -coated gasket reflector; a heat and impact resistant flat glass lens; and porcelain -enclosed mogul multiple screw shell socket with lamp grips. The optical assembly shall contain activated charcoal filter, which prevents particulate and gaseous contamination. All luminaires shall be General Electric M -250A2 series 250W OR 20OW (see plans) HPS with light distribution M -C-3, approved equal, or as shown on the approved plans. 20.2 HIGH PRESSURE SODIUM LAMP BALLASTS The twelfth paragraph in Section 86-6.01A, "High Pressure Sodium Lamp Ballasts", of the Standard Specifications is amended to read: 51 "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." 20.3 LAG-TYPE REGULATOR BALLASTS Each lag-type regulator ballasts shall have the primary and secondary windings electrically isolated and, when operated with the appropriate lamp shall have the following characteristics and shall maintain the following lamp operations: 1. The power factor shall be not less than 90 percent throughout the life of the lamp at nominal line voltage with the nominally rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 18 percent, 10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballasts design center shall not vary more than 7-1/2 percent from rated lamp watts. 4. The ballasts shall be designed so that a capacitance variance of 6 percent will not cause more than a 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of 10 percent at any lamp voltage from initial thorough life. 20.4 LEAD TYPE REGULATOR BALLASTS Each lead type regulator ballast (CWA-constant wattage autoregulator) shall, when operated with the appropriate lamp, have the following characteristics and shall maintain the following lamp operation: 1. The power factor shall be not less than 90 percent when the ballast is operated at nominal line voltage with a nominally -rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 30 percent for 10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballast design center shall not vary by more than 7-1/2 percent from rated lamp watts. 4. The ballast shall be designed so that a capacitance variation of 6 percent will not cause more than an 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of 10 percent at any lamp voltage from initial through life." 20.5 PHOTOELECTRIC CONTROLS Type IV photoelectric (shorting caps) controls shall be provided on each luminaire. 20.6 INTERNALLY ILLUMINATED STREET NAME SIGNS All street name signs shall be furnished and replaced new, including mounting brackets and hardware. Internally illuminated street name signs shall conform to Section 86-6.065 of the State Standard Specifications. Type A signs with Type IV photoelectric controls shall be installed where shown on the 52 plans. The contractor shall provide shop drawings of all of the required sign legends for review by the Engineer. Sign legends shall be white on a green background. 20.7 PAINT AND POWDER COATING If shown on plans, Internally Illuminated Street Names Sign Housings shall have a finished coating per Section 24.0 of the Special Provision Supplemental. Emergency Vehicle Pre-empt (EVP) systems are to be furnished new and installed by the Contractor per the plans. The Contractor shall arrange for a representative of the manufacturer to test the operation of the systems after installation. On new cabinet installations, the Model 764 phase selector units shall be installed in the vehicle detection rack by the cabinet manufacturer. For modifications of existing cabinets, the phase selector units shall be installed in a new Model 760 rack or if vehicle detector rack is not available/full. The EVP system shall consist of the following components: • Model 764 phase selector units, • Model 760 rack (if required), • Model 722 Optical Detector Units • Model 138 Optical Detector Cable Contractor shall coordinate with the Manufacturer to have a technician onsite the date of the signal turn -on. 22.0 BATTERY BACKUP SYSTEM The Contractor shall furnish and install a 24 volt Dimensions Battery Backup System (BBS) for use with a Nema system (shelf -mount) as detailed on plans. The Contractor shall furnish new and install all necessary cables, wiring harness, and all other equipment and incidentals, including batteries, to connect the UPS to the traffic signal controller cabinet wiring harness to provide the intended operation. The Dimension BBS shall consist of but not be limited to: • Inverter/Charger (with RS232 port): 24M11-WBE • Combined Manual Bypass Switch -511020-2 (closed back) • 12 VDC, 79 AH Group 24 AGM batteries (four per system) — 390003 • All necessary hardware and interconnect wiring • Shelf mount brackets #141418 (left and right) The BBS shall be installed per the manufacturer's guidelines. 53 The Contractor shall at his own expense, arrange to have a technician, qualified to work on the BBS assembly and employed by the BBS assembly manufacturer, or his representative, present at the time the equipment is turned on. The Engineer shall be notified at least two working days prior to the beginning of the functional test period. 22.1 BATTERY BACKUP CABINET Where BBS system is to be installed on a Type "0" or "P", a separate battery cabinet shall be furnished and installed to house the batteries and inverter. The battery cabinet shall be P/N FCU104664 or approved equal, made of Aluminum alloy, and of a size and details as shown on EXHIBIT B. The battery cabinets for NEMA controller cabinets shall be finished in white to match the signal cabinet. The battery cabinet shall be mounted to the side of the signal cabinet at a minimum height of 30" above the foundation. 23.0 PAINT AND POWDER COATING All new traffic signal equipment to be installed in the Newport Center Area and/or as shown on the plans, including controller cabinet and service, poles, mast arms, vehicle heads (except inside visors and faces of back plates), pedestrian heads (except screens), push buttons assemblies, framework, terminal blocks, and signal mounting assemblies, etc. shall be coated Valmont Frost White, No. 652 (or equal) in accordance with the following requirements: Traffic signal poles and mast arms shall be coated as detailed bellow: • Galvanize: The product shall be galvanized in accordance with ASTM 123; • Surface Preparation: Brush blast exterior surface to SSP7 specifications; • Application Instructions: The product shall be painted prior to delivery to the job site. Apply in conformance to the manufacturer's instructions. The total application shall be 10 to 16 mils D.F.T. consisting of 5-8 mils of epoxy primer and 5-8 mils of gloss urethane color top coat. • Touch Up: The manufacturer shall provide extra coating for field touch up due to transportation and handling. Other items to be coated shall be properly pretreated with environmentally safe, ultraviolet resistant, polyester powder coating, which shall be applied electro statically at 90 K.V. and baked for 20 minutes at 375 degrees F, per ASTM D-3359, ASTM D-3363 and ASTM D-522. Traffic signal control cabinet shall be coated as detailed in the Spec Supplemental. The service cabinet shall be coated to match the control cabinet. 24.0 SIGNS 24.1 GENERAL Sign shall be standard size per the California MUTCD unless otherwise shown. Retroreflective sheeting shall be, Type 4 or greater. Sign shall be made of aluminum (.08 inch thickness). 54 New Sign Posts shall be 14 gauge 2 inch square (OD) unistrut installed into a 12 gauge 2 Y4 inch unistrut (OD) base. Unistrut base shall be installed at a depth of 18 inches in concrete and 30 inches in dirt. Contractor shall USA location prior to installing sign. Sign mounting hardware and brackets shall be stainless steel. Anti -seize lubricant shall be applied to mounting hardware prior to installation. Signs shall be installed at a clear height of seven feet unless otherwise shown on plans. Location of signs shown on plans is approximate and shall be approved by the City prior to installation. 55 CITY OF NEWPORT BEACH City Council Staff Report May 13, 2014 Agenda Item No. 20. TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: David A. Webb, Public Works Director- (949) 644-3330, dawebb@newportbeachca.gov PREPARED BY: Brad Sommers, Senior Civil Engineer PHONE: 949-644-3326 TITLE: Traffic Signal Modernization Project - Phase 6 (San Joaquin Hills Road and Newport Coast Drive) - Award of Construction Contract No. 5442 (CAP 14-009) ABSTRACT: Phase 6 of the Traffic Signal Modernization Project is part of the eight phase modernization of the traffic signal system. Staff advertised and has now received bids for construction of Phase 6 that will modernize the existing traffic signals on San Joaquin Hills Road and Newport Coast Drive. Staff now requests City Council approval to award the Construction Contract to Elecnor Belco Electric, Inc. RECOMMENDATION: a) Approve the project drawings and specifications; b) Award Contract No. 5442 to Elecnor Belco Electric, Inc. for the total bid price of $734,072.00 and authorize the Mayor and the City Clerk to execute the contract; c) Establish an amount of $73,000 (10%) to cover the cost of unforeseen work; and d) Approve Budget Amendment No. 14BA-_ transferring $150,000 from 7181-C3001007 to 7181-C3002018. FUNDING REQUIREMENTS: Upon approval of the Budget Amendment, sufficient funding is available for the award of this contract. The following funds will be expensed: Account Description Account Number Amount 419 Gas Tax Transportation / Circulation Proposed uses are as follows: Vendor Elecnor Belco Electric, Inc. Elecnor Belco Electric, Inc. DISCUSSION: 7181-C3002018 $606,900.00 7261-C3002018 $200,172.00 Total $807,072.00 Purpose Amount Construction $734,072.00 Construction Contingency $ 73,000.00 Total: $807,072.00 At 11:00 AM on April 23, 2014, the City Clerk opened and read the following bids for this project: BIDDER Low Elecnor Belco Electric, Inc. 2 Select Electric, Inc. 3 KDC Inc. dba Dynalectric 4 Steiny and Company, Inc. 5 DBX, Inc. 6 International Line Builders, Inc. 7 California Professional Engineering 8 PTM General Engineering 9 Crosstown Electrical & Data, Inc. 10 Flatiron Electric Group, Inc. TOTAL BID AMOUNT $734,072.00 $750,443.50- $785,158.00 $835,445.00 $875,560.10 $883,850.00' $889,983.00' $897,798.00 $914,376.20 $972,693.00 *Corrected Bid Amount The low total bid amount is approximately five percent below the Engineer's Estimate of $769,000.00. The low bidder, Elecnor Belco Electric, Inc. possesses a California State Contractors License Classification C-10 as required by the project specifications. A check of the contractor's references indicates they have satisfactorily completed similar projects for other municipalities. The City was awarded $480,000 in grant funds for traffic signal modernization of the San Joaquin Hills Road and Newport Coast Drive corridors as part of the 2012 OCTA Measure M2 Traffic Signal Synchronization Program. To expedite construction, the two corridors have been combined into Phase 6 of the Traffic Signal Modernization Project (Attachment A). These grant funds were used for design services, equipment procurement and maintenance services for this project. Construction along the San Joaquin Hills Road corridor includes: Installation of fiber optic signal interconnect cable and Ethernet communication equipment; Installation of new traffic signal control equipment at seven (7) existing signalized intersections, including one intersection on Ridge Park Road; Closed Circuit Television Cameras (CCTV) at the San Joaquin Hills Road/Marguerite 420 Avenue and San Joaquin Hills Road/Newport Coast Drive intersections; and Provide fiber optic communication node for future connection to the Newport Coast Community Center and Fire Station #8. Construction along the Newport Coast Drive corridor includes: Installation of fiber optic signal interconnect cable and Ethernet communication equipment; Installation of new traffic signal control equipment at ten (10) existing signalized intersections, including two intersections on Pelican Hills Road South; Installation of Closed Circuit Television Cameras (CCTV) at the Newport Coast Drive/Ridge Park Road and Newport Coast Drive/Coast Highway intersections. In addition to the above improvements within the Newport Beach right of way, Ethernet communication equipment will be added to two City of Irvine traffic signals on Newport Coast Drive. These items are included as part of the OCTA Measure M2 grant. For efficiency purposes, Staff incorporated the 2013/2014 Traffic Signal Rehabilitation CIP Project into the Traffic Signal Modernization Project. Rehabilitation of existing traffic signals includes replacement equipment that is outside the scope of the Traffic Signal Modernization Project, but is essential to the operation of the traffic signals. The following intersections will be rehabilitated: San Joaquin Hills Road/Crown Drive; San Joaquin Hills Road/Marguerite Avenue; and Newport Coast Drive/Coast Highway. Rehabilitation of the San Joaquin Hills Road/Crown Drive intersection includes the addition of protected left -turn phasing to facilitate the westbound San Joaquin Hills Road to southbound Crown Drive movement. The Phase 6 field equipment will be integrated to the City's Traffic Management Center in the Civic Center utilizing a new fiber optic connection to the City's existing Ethernet network. Pursuant to the Contract Specifications, the contractor will have 100 consecutive working days to complete the work. Traffic Signal Modernization Project Update Currently, six of the eight Traffic Signal Modernization Project phases have been completed, modernizing 100 of the City's 123 traffic signals, building an Ethernet communication network, and the creation of the Traffic Management Center at the Civic Center. To date, cost of the completed project phases is approximately $5,070,000. Of this, approximately $1,100,000 has been funded through OCTA Measure M and M2 grants. Phase 6 of the project has an estimated completion cost of approximately $1,380,000 including $480,000 in OCTA Measure M2 grant funding. Phase 6, including integration of the 421 modernized traffic signals and implementation of the new timing, is planned to be complete in Winter 2015. This project will modernize 17 traffic signals. The eighth and final phase of the project will modernize the remaining six traffic signals and install Fiber Optic communication cable at locations that could not be completed as part of previous phases. Design work on Phase 8 is just beginning, with the project completion planned for Summer 2015. The FY 2014-15 CIP budget includes $900,000 for construction of this project. Upon completion, the city-wide Traffic Signal Modernization Project will have created a Fiber Optic Ethernet communication network and updated control equipment, retimed and integrated all 123 City traffic signals in the City's Traffic Management Center. Additionally, the Public Works and Information and Technology Departments are working together to improve reliability of the connection to City facilities by utilizing the new traffic signal Ethernet communication network that was installed through the Traffic Signal Modernization Project. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15301 (for repair, maintenance and minor alteration of existing public facilities with negligible expansion) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENTS: Description Attachment A - Traffic Signal Modernization Exhibit Attachment B - Budget Amendment 422 �ap4h TRAFFIC SIGNAL MODERNIZATION CITY OF NEWPORT BEACH ►rc Traffic Signal Modernization Phasing Exhibit M �@YOBHI'a[ - elvVplp4p! V ATTACHMENT A LEGEND PHASES 1-6!7COA ET (%ffiC ALS) POASE 6 PLAN.SEO CONSTRUMON (13 ffiGNALS) I'tlASE 6 PCTOES 1'LANNIA CONST (16 MCNALS) Ftl MI -!&]CCTV CA6188A3 CONIPLST (31 CAILEAS) y� PNASE 6 PLANN80 CCl'V(6 CAIXEAS) PNAEE B EL .. CCTV(!CAA "m . COAPNL "WON9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-5442 05/13/2014 423 City of Newport Beach NO. BA- 14BA-044 ATTACHMENT B BUDGET AMENDMENT 2013-14 AMOUNT: $150,000.00 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance Decrease Expenditure Appropriations AND Decrease in Budgetary Fund Balance rX1 Transfer Budget Appropriations qX No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To transfer expenditures from the Traffic Signal Replacement Program account to Traffic Sig Modern: Phase 6 account in the Gas Tax fund. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account REVENUE ESTIMATES (3601) Fund/Division Account EXPENDITURE APPROPRIATIONS (3603) Amount Description Debit Credit Description /79 Signed: 717-1 Signed: Signed: Finance Approval: City Manager City Council Approval: City Clerk ` Automatic 150,000.00 -/ly Date :511011 Lr Date Date 424 Description Division Number 7181 Gas Tax Account Number C3001007 Traffic Signal Rplcmnt Prg $150,000.00 Division Number 7181 Gas Tax Account Number C3002018 Traffic Sig Modern: Phase 6 /79 Signed: 717-1 Signed: Signed: Finance Approval: City Manager City Council Approval: City Clerk ` Automatic 150,000.00 -/ly Date :511011 Lr Date Date 424