Loading...
HomeMy WebLinkAboutC-6079 - Traffic Signal Modernization Project - Phase 8October 11, 2017 Pro Tech Engineering Corporation Attn: Mike Niknafs 1051 N. Patt Street Anaheim, CA 92801 Subject: Traffic Signal Modernization Phase 8 — C-6079 Dear Mr. Niknafs: CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 FAx newportbeachca.gov On October 11, 2016, 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 October 13, 2016 Reference No. 2016000499354. The Surety for the contract is Old Republic Surety Company and the bond number is WCN 2159084. Enclosed is the Faithful Performance Bond. Sincerely, o'+tnY Leilani I. Brown, MMC City Clerk Enclosure ** In Duplicate ** EXHIBIT B -,14e Figki- PREONUM Iia PREDICATED CITY OF NEWPORT BEACH FtWAL cotctpAci PRIGS BOND NO, wCN 2159084 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $25 First $100K, $15 Next $400K & $10 *, being at the rate of $ 10.202.00 thousand of the Contract price. * Balance WHEREAS, the City of Newport Beach, State of California, has awarded to Pro Tech Engineering Corporation *hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract consists of traffic signal rehabilitation and modification, installation of CCTV equipment, installation of LED intersection luminaires, installation of LED internally illuminated street name signs with custom sign panels, installation/modification of curb access ramps and other items shown on, but not limited to plan T -6027-S and as listed in the Summary of Work (Section 1) of the attached Traffic Signal Special Provisions Supplemental, 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. ** dba Pro Tech Electric 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 Old Republic Surety Company , 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 Six Hundred Seventy Thousand Two Hundred Twenty Five Dollars ($670,225.00) 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 Pro Tech Engineering Corporation Page B-1 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. 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 12th day of October 2015 Pro Tech Engineering Corporation dba Pro Tech Electric By Name of Contractor (Principal) Authori ed Signatu /Title Old Republic Surety Company sy/ylzozzla Name of Surety Authorized Agent Signatu 15338 Central Avenue, Suite 106, Chino, CA 91710 Address of Surety 1(909) 203-7939 Telephone APPROVED AS TO FORM: CITYDate: TO N Y� I� OFFICE Date:_' By: ��I�V�= Aaron C. Harp uM ttltill� City Attorney Matthew R. Dobyns, Attomey-in-Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Pro Tech Engineering Corporation Page B.2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange ) ss. On October 12th , 20 15 before me, Erika Guido Notary Public, personally appeared Mat R. Dobyns who proved to me on the basis of satisfactory evidence to be the person whose name(p) is/are subscribed to the within instrument and acknowledged to me that ihe/she/they executed the same in his/her/their authorized capacity(ik§), and that by his/her/their signatures(j) on the instrument the person(t), 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. 1RIKAGUIDO +(•_ 55� COMM. # 2022671 +rr NOTARY PUBLIC CALIFORNIA 57 �i _ ORANGE COUNTY 1 tr 1 r -11�'� a� My Comm. expires May 5, 2017 Slgnatt)r8.. Erika Guido, Ndtar(y P rblic Jh I-•-o'�'�''' ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared 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 (seal) Pro Tech Engineering Corporation Page B-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of ORANGE On OCTOBER 12, 2015 before me SOHELA KAIDI Personally appeared MIKE NIKNAFS ® 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. s,,.: s.. of Coary Pool, y2025670 V� NotPunhCalifolNt € � r _ Orange --cnty comm. E,��;;_. , 20 r Signature of Notary Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ® CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ❑ ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY (IES) DESCRIPTION OF ATTACHED DOCUMENT PRO TECH ENGINEERING, CORP. * Is * t OLD REP'UBLI'C SURETY COMPANY * POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY' COMPANY, a Wisconsin stock insurance corporation, does make, constitute and ..appoint: RANDY SPOHN, MATTHEW R. DOBYNS, HAMILTON KENNEY, OF SANTA ANA, CA its trueand lawful Attomey(s)-in-Fact, with full power and authority, not exceeding $50,000,000, for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), Bonds, undertakings, recognizances or other written obligations in the nature thereof, (othei than bail bonds, bank depposdory bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, asbestos abatement contract. bonds, waste management onds, hazardous waste remediation bonds or black long bonds), as follows. ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED AN: AGGREGATE OF - TEN MILLION DOLLARS ($10,000,000) ` ----------------- FOR ANY SINGLE OBLIGATION, REGARDLESS OF THE NUMBER OF INSTRUMENTS ISSUED FOR THE OBLIGATION, and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are ratified and confirmed. This document is not valid unless pr intedon colored background and is multi colored. This appomimeht is made under artd by authority of the board of directors: at a.. special meeting held on February 18, 1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February I8, 1982. - RESOLVED that, the president, any vice-president, or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company 4o execute and deliver and affix the seal of the company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove ' any such attomey-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation' shall be valid and binding upon the Company. (i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant secretary; or (u) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be required) by a duly authorized attomey-in-fact or agent; or - (iii) when duly executed and sealed (if a seal be required) by one or more attomeys-in-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons RESOLVED FURTHER, that the signature of any authorized officer and the seal of the companymay be affixed by. facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any Bond, undertaking; recognizance, or other suretyship obligations of the company; and such signature and seal when so used shall have the same force and effect as though manually affixed. M WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY. has caused these presentsto. be signed by proper officer, and. its. corporate seal to be affixed this - 21ST day of SEPTEMBER. 2015. .OLD REPUBLIC SURETY COMPANY SEAL Pns rt SCCrei3r9 v � -t5 /{// p STATE OF WISCONSIN, COUNTY OF WAUKESHA-SS ' .. President On this 21 ST day of SEPTEMBER, 2015 , personally came: before me, Alan Pavlic and Phyllis M. Johnson , to me known to be the individuals and officers of the OLD REPUBLIC. SURETY COMPANY who executed the above instrument, and they each. acknowledged the execution of the same, and being by me duly sworn, did severally depose and. say; that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation, i t Notary Public My commission expires: 9/28/2018 CERTIFICATE (Expiration of notary commission does not invalidate this instrument) I, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. 74-7097 +di sueer .. wse••a °a . p SEAL t Signed and sealed at the City of Brookfield, WI this 12th dayof Oct(o('bjer 2015 December 19, 2016 Pro Tech Engineering Corporation Attn: Mike Niknafs 1051 N. Patt Street Anaheim, CA 92801 Subject: Traffic Signal Modernization Phase 8 C-6079 Dear Pro Tech Engineering Corporation: CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1949-644-3039 FAx newportbeachca.gov On October 11, 2016 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 October 13, 2016, Reference No. 2016000499354. The Surety for the bond is Old Republic Surety Company and the bond number is WNC 2159084. Enclosed is the Labor & Materials Payment Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure ** In Duplicate ** EXHIBIT A CITY OF NEWPORT BEACH BOND NO. wcry 2159084 Premium: Included in the Performance Bond, LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Pro Tech Engineering Corporation* hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract consists of traffic signal rehabilitation and modification, installation of CCN equipment, installation of LED intersection luminaires, installation of LED internally illuminated street name signs with custom sign panels, installation/modification of curb access ramps and other items shown on, but not limited to plan T -6027-S and as listed in the Summary of Work (Section 1) of the attached Traffic Signal Special Provisions Supplemental, 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. * dba Pro Tech Electric 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, old aeoublic Surety cmnpam duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety') are held and finely bound unto the City of Newport Beach, In the sum of Six Hundred Seventy Thousand Two Hundred Twenty Five Dollars ($670,225.00) 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. Pro Tech Engineering Corporation Page A-? 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. 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 I=t't day of October , 20 15 Pro Tech Engineering Corporation dba Pro Tech Electric Name of Contractor (Principal) Old Republic Surety Company Name of Surety 15338 Central Avenue, Suite 106, Chino, CA 91710 Address of Surety 1(909)203-7939 Telephone APPROVED AS TO FORM: CITY ATTO N Y'S OFFICE Date: By;2 i "',A' Aaron C, Harp v.nn 012-11C City Attorney a By: Auth6ri�6d SSiignnattuvb/Title BY:! L 12277 `�X ia✓ y Authorized Agent Signature Matthew R. Dobyns Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Pro Tech Engineering Corporation Page A-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verges only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange ) ss. On October 12th 20 15 before me, Erika Guido Notary Public, personally appeared Matthew R. nobvns who proved to me on the basis of satisfactory evidence to be the persory j whose name f +�is{ere-subscriked to the within instrument and acknowledged tq me that ��execuY the same in Id/herkheirauthorized capacity(is), and that by lsfkterlfheit signaturesgs) on the instrument th person(p), or the entity upon behalf of which th 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. IDO WITNESS'My hand and officjal seal. ERIKA G 0226 II COMM. i# 2022671 l —0 NOTARY PUBLIC CALIFORNIA 1n�/"� ORANGECOUNTY �, My comm. expires May 5.2017 Signatu're—EEp a Guido, V2tVy P blit seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of }ss. On 20 before me, Notary Public, personally appeared 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 (seal) Pro Tech Engineering Corporation Page A-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of ORANGE On OCTOBER 12. 2015 before me SOHELA KAIDI Personally appeared MIKE NIKNAFS ® 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. ft Cottwtiaabn f 2015876 Notary PoWec • California i Orarw County My Comm 20.2017 — I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. SOHELA WITNESS my hand and official seal. Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ® CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ❑ ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY (IES) MIKE NIKNAFS DESCRIPTION OF ATTACHED DOCUMENT PRO TECH ENGINEERING. CORP. * OLD REPUBLIC SURETY COMPANY' POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and appoint: RANDY SPOHN, MATTHEW R. DOBYNS, HAMILTON KENNEY, OF SANTA ANA, CA its true and lawful Attomey(s)-in-Fact, with full power and authority, not. exceeding $50,000,000, for and on behalf of theeompany as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof, (other than bail bonds, bank deppoository bonds, mortgage deficienev bonds, mortgage guaranty hands, guarantees. of installment paper and note guaranty bonds, self-insurance workers compensation ds guaranteeing payment of benefits, asbestos abatement contract bonds, waste management bonds, hazardous waste remediation bonds. or black lung bonds), as follows: ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED AN AGGREGATE OF - TEN MILLION DOLLARS ($10,000,000) ---------------------------- FOR ANY SINGLE OBLIGATION, REGARDLESS OF THE NUMBER OF INSTRUMENTS ISSUED FOR THE OBLIGATION, and to hind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are ratified and confirmed. This document is not valid unless printedon colored background and is multi -colored. This apppointment is made under and by authority of the board of directors at a special meeting held on February 18,.1982. This Power of Attorney is signed and sealed'by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18, 1982. RESOLVED that, the president, any vice-presidem, or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint attomeys-in•fact or agents with authority asdefined or limited in the instmment evidencing the appointment in each case, for and on behalf of the company to execute and deliver and affix the seal of the company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal -berequired) by any secretary or assistant secretary; or (ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if areal be required) by a duly authorized atomey-in-fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attomeys-in-fact or agents pursuant o and within the limits of the authority evidenced by the Power ofAttorney issued by the company to such person or persons. RESOLVED FURTHER, that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof auth v1 j1hetxecution and delivery of any bond, undertaking, recognizanee, or other suretyship obligations of the company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents tobe signed by its proper officer, and its corporate seal to be affixed this 21ST day of SEPTEMBER, 2015. OLD REPUBLIC SURETY COMPANY P1p�C�lCi�`5 SEAL a, i' STATE OF WISCONSIN, COUNTY OF WAUKESHA-SS Trent Y On this 21ST day of SEPTEMBER. 2015 ,personally came before me, Alan Pavlie and Phyllis M, Johnson , to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly swom, didseverally depose and say; that they are the said officers of they corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. j(I ` L - yyy.t x ,. Notary Public ae�a My commission expires: 9/28/2018 CERTIFICATE (Expirationof notary commission doss not invalidate this Instrument) 1, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney, are now in force, 74-7097 `ysvar,.... Signed and sealed at the City of Brookfield,Wl this 12th dayof October 2015 � SEAL � E" R.S. BONDING & t STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Certificate of Authority N° 5410 Tres Is oro CERMYT, That, pursuant to the Insurance Code of the State of California, Old Republic Surety Company Of Brookfield, Wisconsin , organized under the laws of Wisconsin , subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: SURETY, LIABILITY and MISCELLANEOUS as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. Tms CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applioable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WrrN= WmmwF, effective as of the_ 14th _may Of- December 29 90_, I have hereunto set my hand and caused my official seal to be affixed this 14 th _ day of December I990 By E Qualification with the Secretary of State must be accomplished as required by the California Cor�Code promptly after issuance of this Certificate of Authority. Failure to do so wig be a violation of Ins. Code Sec, 701 and will be grounds for revolting this Certificate of Authority pursuant to the covenants made to the application therefor and the conditions contained herein. Fp1Y Ce.a Document -2060398 -Page -1 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Page 1 of 1 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder 11111111111111111111111111111111111111111111uu111111111111111111 NO FEE *$ R 0 0 0 9 7 6 2 s 6 3$ 2016000499354 9:20 am 10113116 63 406 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and Pro Tech Engineering Corporation, Anaheim as Contractor, entered Into a Contract on October 6, 2015. Said Contract set forth certain improvements, as follows: Traffic Signal Modemization Phase 8 C-6079 Work on said Contract was completed, and was found to be acceptable on October 11. 2016 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Old Republic Surety Company. 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 OUf t1 1 !� ,V�P at Newport Beach, California. BY V!1 O r�r9rYV�� t�FWPIDRj City Clerk p� Z ac -p0.0. about:blank 10/13/2016 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 Pro Tech Engineering Corporation, Anaheim as Contractor, entered into a Contract on October 6, 2015. Said Contract set forth certain improvements, as follows: Traffic Signal Modernization Phase 8 C-6079 Work on said Contract was completed, and was found to be acceptable on October 11, 2016 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Old Republic Surety Company. 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 at Newport Beach, California. BY '�� / ► ��. . \'ga' TO: C , 6 0?1 ment Notice — Publi 1,ggpll otice to Withhold Construction Funds (California Civil Code §§ 8044, 9350 et seq.) RECEIVED BY PUBLIC WORKS JUL 1 9 2016 CITY OF NEWPORT BEACH Owner or Public Entity Direct Contractor: Construction Lender (i£ applicable): (CA Civ. Code § 8036, 9354} (CA Civ. Code § 8018) (CA Civ. Code § 8006) ,A City of Newport Beach Pro Tech Engineering Corp. 100 Civic Center Drive 1051 N. Patt Street Newport Beach, CA 92660 Anaheim CA 92801 YOU ARE HEREBY NOTIFIED THAT (claimant): Name: Traffic Loops Crackfilling, Inc. Address: 946 S. Emerald Street, Anaheim CA 92804 Relationship to the parties of the one giving this notice (subcontractor, supplier, describe if otherwise): subcontractor Has furnished work, labor, services, equipment, or material of the following general description: Install Detector Loop Replacement Type E and Install Detector Loop Modified Type E For the building, structure or other work of improvement located at the following address or site otherwise described sufficiently for identification: Address or Description: Traffic Signal Modernization Project — Phase 8, Contract 6079 The person or firm to whom such work, labor, services, equipment or material is provided: Name: Pro Tech Engineering Corp. Address: 1051 N. Patt Street, Anaheim CA 92801 The value of the whole amount of work, labor, services, equipment and/or materials to be provided is: Amount: $ 6,275.00 The value of work, labor, services, equipment or material provided to date is: Amount: $ 6,275.00 Claimant has been paid the sum of $ 0.00 , And there remains unpaid after deducting all just credits and offsets the sum of $ 6.275.00 Together with interest at the rate of 0 % per annum, from (date). Under California Civil Code § 9358 you are required to set aside sufficient funds to satisfy this claim with interest, court costs and reasonable costs of litigation, as provided by law. You are also notified that claimant claims an equitable lien against any construction funds for this project which are in your hands. Date: 07/15/2016 Date '111-7114 Copies Sent To: City Council City Manager —City Attomey He Name of Claimant: Traffic Lows Crackfillina, Inc. Page 1 of 2 I !N 1 W/ e President (SignarurevofClamkt Autho zed Agent) I, Mary P. Nauven , state: I am the Vice President (Owner of, President of, Authorized Agent of, Partner of, etc.) the claimant named in the foregoing STOP PAYMENT NOTICE —PUBLIC WORKS and know the contents thereof, the same is true of my own knowledge. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on 07/15/2016 (date), at Anaheim, California . Vice President (SiN&Je of Claimant of Authorized Agent) PROOF OF SERVICE DECLARATION I, MaryP. Nauven , declare that I served copies of the above STOP PAYMENT NOTICE —PUBLIC WORKS by Registered or Certified Mail, Express Mail or Overnight Delivery by an express service carrier, addressed to each of the parties at the address shown above on 07/15/2016 . I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Signed at Anaheim, California, on 07/15/2016 . nA fy�� f Vice President 4ignature o£p r on marking service) a Page 2 of 2 CITY CLERX CITY OF NEWPORT BEACH U� NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 ` until 10:00 AM on the 12th day of August, 2015, at which time such bids shall be opened and read for TRAFFIC SIGNAL MODERNIZATION PROJECT — PHASE 8 Title of Project Contract No. 6079 $ 805,500.00 Engineer's Estimate Approved by 9UA��.= - Mark Vukojevic City Engineer 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, Protect Manager at (949) 644-3326 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: htti)://www.NewportBeachCA.qov CLICK: Online Services/ Bidding & Bid Results City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 8 Contract No. 6079 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS...................................................................,...................3 BIDDER'S BOND............................................................................................................5 DESIGNATION OF SUBCONTRACTOR(S)...................................................................8 TECHNICAL ABILITY AND EXPERIENCE REFERENCES............................................9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 15 ACKNOWLEDGEMENT OF ADDENDA....................................................................... 17 INFORMATION REQUIRED OF BIDDER..................................................................... 18 NOTICE TO SUCCESSFUL BIDDER........................................................................... 21 CONTRACT.................................................................................................................. 22 INSURANCE REQUIREMENTS........................................................................... A-1 LABOR AND MATERIALS PAYMENT BOND ...................................................... B-1 FAITHFUL PERFORMANCE BOND.................................................................... C-1 PROPOSAL............................................................................................................... PR -1 SPECIAL PROVISIONS..... ..... ................................................. ............................... SPA 2 City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 8 Contract No. 6079 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 Califomia, as the escrow agent. 3 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. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. 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. , (?--10 Contractor's License No. & Classification /000©0 &1i - DIR Reference Number & Expiration Date IkD -MW Bidder Auth rued Signatwfeffltle Date 0 City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 8 Contract No. 6079 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Dollars ($ ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 8, Contract No. 6079 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 day of _2015. Name of Contractor (Principal) Name of Surety Address of Surety Telephone Authorized Signature/Title Authorized Agent Signature Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) 5 Bond No.: IIROTE-475 City of Nay ioollt-Deach TR- AFr1G SIGNAL MODERNIZATPJN PROJECT - PHASE 8 Contract ido. 6079. 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 olty, In the principal SUM of Ten Percent of the Total Amount of the Bid Dollars ($ Lori, of the Bid ), to be paid and forfeited to the Clty of Newport Beach if the bid proposal of the undersigned Principal for the construction of TRAFFIC SiGNAL MODERNIZATION PROJECT - PHASE 0, Cor*atct No. 8079 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 falls to execute the Contract Documents In the forms) prescribed, including the required bonds, and original Insurance certificates and endorsements for the construction of the project within thirty (30) calendar days atter the date of the mailing of "Noffiication of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond Is executing this Bond as an individual, if Is agreod ftt the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Wifiess our hands this I 00 day of Angnst VMS, Pro Tech Engineering Corporation dba Pro Tech Electric By: 4 ��—Z--2 Name of Contractor (Principal) Adthorized Signldtune/Title Old Republic Surety Company By: gr���>'c �tir/L-t Name of Surety Authorized Agent ftnature T- 15338 Central Avenue, Suite 106 Chino, CA 91710 Matthew R. Dobyns, Attorney -in -Fact Address of Surety Print Name and Title 1(909) 203-7939 Telephone (Notary acknowledgment of Principal & Surety must be attached) 5 OLD REPUBLI SURETY COMPANY * * * * POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and appoint: RANDY SPOHN, MATTHEW R. DOBYNS, HAMILTON KENNEY, OF SANTA ANA, CA its true and lawful Attomey(s)-in-Fact, with full power and authority, not exceeding $50,000,000, for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof, (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, asbestos abatement contract bonds, waste management bonds, hazardous waste remediation bonds or black lung bonds), as follows: ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED AN AGGREGATE OF TEN MILLION DOLLARS ($10,000,000) FOR ANY SINGLE OBLIGATION, REGARDLESS OF THE NUMBER OF INSTRUMENTS ISSUED FOR THE OBLIGATION. and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are ratified and confirmed. This document is not valid unless printedon colored background and is multi -colored. This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18, 1982. RESOLVED that, the president, any vice-president, or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to execute and deliver and affix the seal of the company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant secretary; or (ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be required) by a duly authorized attorney-in-fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons. RESOLVED FURTHER, that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be affixed this 21ST day of APRIL, 2015. OLD REPUBLIC SURETY COMPANY • ,•p' lSil��� F, 'P 'C.0"44 r0 O SEAL R g L F STATE OF WISCONSIN, COUNTY OF WAUKESHA-SS 11,:3 '" President On this 21ST day of APRIL, 2015 , personally came before me, Alan Pavlic and Phyllis M. Johnson , to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say; that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. CERTIFICATE t :0 tl „ iota$} aeg ' Notary Public Q�:; •Gist My commission expires: 9/28/2018 (Expiration of notary commission does not invalidate this instrument) I, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. 74-7097,a ius� Signed and sealed at the City of Brookfield, WI this 1 Otte day o f August 2015 '� � �ola� S@AL'.I I , nssirwt s« L 11111�I' R.S. BONDING & INSURANCE CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of CALIFORNIA County of ORANGE On before me, ERIKA GUIDO, NOTARY PUBLIC, personally appeared MATTHEW R. DOBYNS ® who proved to me on the basis of satisfactory evidence to be the person(a) whose name(a) is/ar-e subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/ice/their authorized capacity fies-), and that by his/Ief/thei-r signature(a) on the instrument the person(s), 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 y and and official seal. I ERIKAGUIUO o COMM. # 2022671 :k NOTARY PUBLIC CALIFORNIA o ^' ORANGE COUNTY 5, 2017 C Af '�l comm. expires May ature 6&of 'ry e �PI`l� pit7 WIN ... �,. 4. Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ® ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) ACKNOWLEDGMENT ■■R0rra a NH0XN0NNNaaNXK0NN0XHEMNr5H0aNNRNNNNffNN0NN0 a 0 N N N N N 0 N N X a a a a a M N H 0 a N 0 X N N I State of California County of 421Z6A)e-7' 6� }ss. On f'6- before me, _ aC�,.l�l Notary Public, personaify a peared ,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. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS y hand and official seal. Signature (seal) rA � - Commiatl" # MUM Notary Public - Weri is = Oran" C"My M Comm. Ex�I os Jun 2 2047 ■■NENNNMEN0aRaNKNNaMNNNNNNNNKAK■■NaNN0KNNNaHMNanXNMN0aaN0NMKN a % X 0 N N N 0 a N N X 0 N N I OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type o atisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney O/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: 0 Thumbprint of Signer 0 Check here if no thumbprint or fingerprint is available, ACKNOWLEDGMENT ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ l ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ t State of California County of )SS. On before me, Public, personally appeared Notary ,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 (seal) ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ 1 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. City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 8 Contract No. 6079 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 °i° of Number Total Bid Bid Name: �U� c Address: AA �/ Lam( ��• b Phone: State License Number:, -_9,. ''0 `1_6 DIR Reference: ��•Y�G'C� ��� Email Address: Name: 4^9 7- Address: 5/a�1R c L©v / 1A.1 4; Phone: State License Number: DIR Reference: Email Address:�J�/i1f�, Name: Address: Phone: State License Number: DIR Reference: Email Address Bidder Autho zed Signat e/Title City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 8 s Nam Contract No. 6079 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. N FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name/Numbe Project Description Approximate Construction Dates: From. A�b To:7�TOW ols: Agency Name Contact Person`12�Rf1Cc�C��c�f pG U� Telephone (7l a% u O Original Contract Amount $ 1-7incl Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 7 No. 2 Project Name/Numb Project Description _ ko' w (2-A fYN r4 S(15. Approximate Construction Dates: From `�y{1eDo; cad Agency Name Pit CJ_-Sre& Contact Person M)E= 0 06,S� Telephone (t Original Contract Amount $ inal Contract Amount If final amount is different from original, please plain (c ange ord s, extra work, etc.) �sCYRA Irv— '�ev"O'_ A'��inn�vI /t AM-/, iI < , 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 _ 0 l Project Name/Number i si `�'t14 , r1g1-, Project Description ':Thea - Approximate Lt Approximate Construction Dates: From Agency Name T al- a5� R e!!!5[--10214) Contact Person --rim(bav\ISS Telephone Original Contract Amount $-;2tinal Contract Amount $�r OC� If final amount is different from original, please explain (change orders, extra work, etc.) c l rxti�/ � iX N, <,k 7vrs �Ci , 11 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. , rD 10 Project Name/Number ® �,� �. �►'�c �C c0 t'� Project DescriptionIlea�l Approximate Construction Dates: From AC b- V To: ('tV)L)A eLJ �1 Agency Name (ani, p� �,,` We t� U' Contact Personjf1� ��� Telephone C esu cam, Original Contract Amount $urinal Contract Amount If final amount is different from original, please explain (change orders, extra work, etc,) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name/Number Project Description Approximate Construction Dates: From --VA7t/1 Vh o: Agency Name Contact Person &wtolc) A) -S Telephone 7 Qui L Original Contract Amount $�� ' Tin—al al Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) 5 C1 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, b. 11 No.6 Project Name/Number L/ /z%E //�p__— 5_22 e,,51% / A Project DescriptionL/p 1A�� Approximate Construction Dates: Fro nASTo: Agency Name V Contact Person c� z Telephone % �a Original Contract Amount $��'i�-�inal Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) li, Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. YOTcCF14�i1Jc=��1V� ,� Bidder Authorized Sign ure/Title 12 City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 8 Contract No. 6079 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of I I� IU I t 7 r being first duly sworn, deposes and says that heprr',si a is of prb:M MDAe-11) � , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. Q', C6c0 C-0 en I (3sWL,1,66 � 1 Bidder Author' ed Signatureffitle Subscribed and sworn to or affirmed before me on this ( ) day of!� /.%'�j✓ , 201 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] OHS ELq KAIDICommission # 2025876LeNotary Public - California Oranpe County M Comm. Ex ifs dun 2017 13 4 Notary Public My Commission Expires: City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 8 Contract No. 6079 DESIGNATION OF SURETIES Bidder's name c ECU QQ 4,36�C, M �-/� f1pP-40. 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): 14 City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 8 Contract No. 6079 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name AQi Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Current Record Record Record Record Record Year of for for for for for Record 2014 2013 2012 2011 2010 Total 2015 No. of contracts J l I Total dollar Amount of ( Contracts in Thousands of $) No. of fatalities No. of lost Workday Cases / No. of lost workday cases 777 involving permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Legal Business Name of Bidder _T67rq EAJ, � /� Business Address: �� c/ /t), 4g2; Business Tel. No.: State Contractor's License No. and Classification:L�j TitleL��� The above information was compiled frdm the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title 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 Y 16 CALIFORNIA ALL-PURPOSE ALKNOWLEDGMENT State of CALIFORNIA County of ORANGE On AUGUST 11, 2015 before me SOHELA KAIDI Personally appeared MIKE NIKNAFS ® 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. SOHELA KAIDI Commission # 2025676 Ir n (11-1 +�Notary Public - California z�' Orange County My Comm. Expires Jun 20, 2017 C Signature Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ® CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ❑ ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY (IES) MIKE NIKNAFS DESCRIPTION OF ATTACHED DOCUMENT PROPOSAL PRO TECH ENGINEERING. CORP. City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 8 Contract No. 6079 ACKNOWLEDGEMENT OF ADDENDA Bidder's name Prd 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 8 Contract No. 6079 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: R-bTeeFnki lee gG:e6rp Business Address:__ 1061 0. A -`TT 5 e AN iA (!A q7�� Telephone and Fax Number: h (0 4(P —og-o ) California State Contractor's License No. and Class: 1,31 �5( �2 C.— j 0 (REQUIRED AT TIME OF AWARD) Original Date Issued: Expiration Date:_ t /3i / as ( f List the name and title/position of the person(s) who inspected for your firm the site of the workproposedin these contract documents: N11�10: VILdo 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 4 Y uP �iKI�A�� ` ���;d� t I t�,PlyIT `-MAREA 1ftf-44(e-,DVb Corporation organized under the laws of the State of PAL'i Qtn(C�� The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used �y any principal having interest in this proposal are as follows:--Vxf-o-Te-eNO tc-.,�If JC, 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: NY& Provide the names, addresses and telephone numbers of the parties; Aim Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner/agency? If so, explain. M[N Have you ever failed to complete a project? If so, explain. 916 For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for lab mpliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes No 19 Are any claims or actions unresolved or outstanding? Ye6O No 4 , If yes to any of the above, explain. (Attach additional sheets, if necessary) tj Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. Bidder �t Kms' I�eK1��4 (Print name of Owner or President of Corporation/Company) Auth rized Sig ure/Title �i�c�ta�lf Title AI Lf taol� Date On F-�t before me, SEC=Cts? Kpr p I 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 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. 'State SOHFLA KAIDI Commission # 2025876 G (SEAL) Notary Public - California i �i Notary Public in and for said State Orange County M Gomm. Expires Jun 20, 2017 My Commission Expires: A, "o'- 20 City of Newport Beach TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 8 Contract No. 6079 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 Bead 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 specked 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 TRAFFIC SIGNAL MODERNIZATION PHASE 8 CONTRACT NO. 6079 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 6th day of October, 2015 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and Pro Tech Engineering Corporation, a California corporation ("Contractor"), whose address is 1051 North Patt Street, Anaheim, California 92801, 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: The work necessary for the completion of this contract consists of traffic signal rehabilitation and modification, installation of CCN equipment, installation of LED intersection luminaires, installation of LED internally illuminated street name signs with custom sign panels, installation/modification of curb access ramps and other items shown on, but not limited to plan T-6027-5 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, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 6079, 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 Six Hundred Seventy Thousand Two Hundred Twenty Five Dollars ($670,225.00). 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, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Mike Niknafs to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. Pro Tech Engineering Corporation Page 2 6. 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.). 7. WRITTEN NOTICE 7.1 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 business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. 7.2 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 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Mike Niknafs Pro Tech Engineering Corporation 1051 N. Patt Street Anaheim, CA 92801 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Pro Tech Engineering Corporation Page 3 Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100°/x) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100°/x) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment 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, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a 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. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. iITIl 614P7J4:7�iGP. Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Consultant on the Project. 11. PROGRESS Consultant is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. 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 or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Pro Tech Engineering Corporation Page 4 Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Consultant. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES 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. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 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 Pro Tech Engineering Corporation Page 5 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. 16.2 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. 16.3 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). 16.4 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. 16.5 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. 16.6 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. Pro Tech Engineering Corporation Page 6 16.7 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. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 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. 17.3 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. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act'), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days prior written notice to Contractor. In the event of termination under this Pro Tech Engineering Corporation Page 7 Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, Pro Tech Engineering Corporation Page 8 ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. 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. 22. 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. 23. 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] Pro Tech Engineering Corporation Page 9 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 ATTRNE 'S OFFICE Date: By: Aaron C. Harp City Attorney ATTEST: I ` Date: By: Leilani I. Brown City Clerk eca FOP" CITY OF NEWPORT BEACH, a California municipal corporation Date: By. Edward D. Sel ch Mayor CONTRACTOR: Pro Tech Engineering Corporation, a California corporation Date: B : Mike Kiknafs President D, Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Pro Tech Engineering Corporation Page 10 ** In Duplicate ** EXHIBIT A CITY OF NEWPORT BEACH BOND NO. WCN2159084 Premium: Included in the Performance Bond. LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Pro Tech Engineering Corporation* hereinafter designated as the `Principal," a contract for the work necessary for the completion of this contract consists of traffic signal rehabilitation and modification, installation of CCTV equipment, installation of LED Intersection luminaires, installation of LED internally Illuminated street name signs with custom sign panels, Installation/modlfication of curb access ramps and other items shown on, but not limited to plan T -6027-S and as listed in the Summary of Work (Section 1) of the attached Traffic Signal Special Provisions Supplemental, 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. * dba Pro Tech Electric 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, Old Republic Surety Company 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 Six Hundred Seventy Thousand Two Hundred Twenty Five Dollars ($670,225.00) 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, jointy 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 specked 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. Pro Tech Engineering Corporation Page A-1 The Bond shall Inure to the benefit of any and ail 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 at seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terns 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 duty executed by the above named Principal and Surety, on the 12th day of October 2015 Pro Tech Engineering Corporation dba Pro Tech Electric Name of Contractor (Principal) Old Republic Surety Company Name of Surety 15338 Central Avenue, Suite 106, Chino, CA 91710 Address of Surety 1(909) 203-7939 Telephone APPROVED AS TO FORM: CITY ATTO N Y'S OFFICE Date: By: 12LI a Aaron C, Harp awn nl:l,c, City Attorney By Auth6" SignatupW rifle By: ev�� Authorized Agent Signature Matthew R. Dobyns Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Pro Tech Engineering Corporation Page A-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity, of the individual who signed the document to which this certificate is attached, and riot the truthfulness, accuracy, or validity of that document State of California County of orange ) ss. On October 121h , 2015 before me, Erika Guido Notary Public, personally appeared Matthew R. Doh ns ,who proved to me on the basis of satisfactory evidence o be the pers whose nen (is{are subscri to the within instrument and�dcnowledged me that hekhey ezecu ''tfie same in��I1ieN�eir authorized r�PacitY(yQs), and that by�e►t�hai signaiures� on tt� instrument person(, or the entity upon half of which person( acted, executed the I nstrument 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. - - y hand and al seal. ' ERIKA G UIDO WITNE226 $$$]]]$$���������""qqp��` �j( � CoM. # 20022671 NOTARMY PUBLICN IA 1 W ORANGE COUNTY My canm expireMBY 5.2s May 5, 20177 .Signatute. Ewa Guido, V,2!�6 AUblic ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity, of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Isare subscribed to the within instrument and acknowledged to me that he/shefthey executed the same in his/heNtheir 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 (seal) Pro Tech Engineering Corporation Page A-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of ORANGE On OCTOBER 12. 2015 before me SOHELA KAIDI Personally appeared MIKE NIKNAFS ® 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. SONEu K40 COnminko I !0116676 1101" Pd k • Ca1KorMa i MUP COOMy > MY COMM 0 2017 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. h the data below is not required by law, it may prove valuable to persons relying on the document and prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDMDUAL ® CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ❑ ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY (IES) MIKE NIKNAFS DESCRIPTION OF ATTACHED DOCUMENT PRO TECH ENGINEERING. CORP. * OLDREPUBLIC SURETY COMPANY ***-. POWER OF ATTORNEY KNOW ALL MEN BY THESE -RESENTS. That OLD REPUBLIC SURETY COMPANY, a Wisconsin sto& nftnance corporation, does make, constitute and appoint. RANDY SPOHN, MATTHEW R. DOBYNR, HAMILTQN KENNEY, OF SANTA ANA CA its true and lawful. Attorney(s)-in-Fact, with full powerand authority, jagt exceer ing $50,000,000, for and odbehalf of the company as surety, to execute and deliver = and affix the seal of the company thereto (i£a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof, (other than bail bonds, bank dp nttory bonds, mortgage deficiency bonds, mortgage bonds, guarantees of installment paper and note guaranty bonds,, selfrinsulance workers co ii, guaranteeing payment of benefits, asbestos abatement contract bonds, waste management bond, )hazardous waste remediation bonds or black lung bonds), as follows; ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED AN AGGREGATE OF ` TEN MILLION DOLLARS ($16,000,000) ----------------- FOR ANY SINGLE OBLIGATION, REGARDLESS OF THE NUMBER OVINSTRUMENTS ISSUED FOR THE OBLIGATION. . and to (rind -OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys -in -Fact, pursuant to those presents, are rafified and confirmed.' This document is not valid unless pnntedon colored background and is multi -colored. Tli s appomtmem is made wide m; d by authority of the board of,dimtms w a special`meeting held on February 18, 1982. This Power of Auomey is signed and sealed by facsimile mtderaild by theaiNhority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February U3,1982. ' RESOLVED that,tho president, any vice-president, of assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint aterneys-id-fact or agents with authority as defined or limited in the instrument evidencing the appointment in ea(ehnam, for and on behalf of the company to, execute and deliver and affix the seat of the company to bon&, undertakings, recogniaances, and -suretyship obligations of all kinds; and said officers mayTemuve any such anomey-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER; that any hand, undertaking, recognizance, or suretyshrpobligation shall be valid (i) when signed by the presider, any vice president or assistant vice president, and attested and sealed (if secretary; or -. (ii) when signed by the president, any vice president or assistant vice president, secretary or assistant seen required) by a duly authorized attorney-in-fact or agent; or be (iii) when duly executed and sealed (if areal be required) by one or more attorneys -in -fact or agents piusuam,;o and within the limits of the authority evidenced by the Power of Auorney issued by the company to suchperson or persons RESOLVED FURTHER, that the signature of any authorized office and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereofauthAIAMetimution and delivery of any bond, undertaking, recognizance; or other suretyship obligations of the'eompany, and such signature and seal when soused shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be affixed this 21ST ':day of SEPTEMBER 2015 OLD REPUBLIC SURETY COMPANY A4 I STATE OF WISCONSIN, COUNTY OF WAUKESHA-SS .',,,« '' President On this 21ST ' day of, SEPT EMBER, 2015 , , personally came before me, Alan Pavlie and -Phyllis My Johnson _`, to tre known to be the individuals and officers of the OLD REPUBLIC SURETY':COMPANY who executed the above jnstrument, and they eaclt:acknowledged the execution of the same, and being by me duly'swom, did severally depose aid say,. that they are The said officers ofthe, corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instramem by the authority of the board of,directors of said corporation R loaf+° My commission expires: 9/28/2018 CERTIFICATE (Expiration of notary comndssion does not invalidate this instrument) 1, the undersigned, assistant secrelmyr of the OLD REPUBLIC SURETY COMPANY,. a Wiscomin corporation, CERTIFY )list the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore; that the Resolutions of tate board of directors set forth in the Power of Attorney, are now in force. 747097 'v+e. 'SEAL ... Signed and sealed at the City of Brookfield, WT this 12th Ed y,f October 2015 < (,\O T1 CA f`t' TUC f'O R]DkKfV 1 h:"./l AnOC .4[]C t1k) TUL art,, a NT `5+410 j STATE OF CALIFORNIA j DEPARTMENT OF INSURANCE SAN FRANCISCO Certificate of Authority Tin Is ao Cnrrm:, That, pursuant to the Insurance Code of the State of California, Old Republic Surety Company of Brookfield, Wisconsin ,organixedunder the lavasof Wisconsin subject to its Articles of incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: SURETY, LIABILITY and MISCELLANEOUS ds such classes are now or may hereafter be defined in the Insurance Iauu of the State of California. TmS Ceaa> M&TS is expressly conditioned upon the holder hereof now and hereafter being as full compliance with all, and not in violation of any, of the applicable laws and lawf+id �s made under authority of the laws of the State of California as long as such laws or requkements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN Wrramss WmmwF, efeadve as of the 14t_ h a V of_ December 19- 0 I hove hereunto set my hand and caused my l seal to be afuced oda 14th _ day of— December „19 90 By QuAMMtlon with the Secretary of State must be accomplished as required by the Caffiqula Corporauppal CDde prompHy after issuance of this Certificate of Authority. Failure to do so wf l be a vW291011 of Ira. Cade Sac. 701 and wiII he grounds for revoking this Certificate of Authority pursuant to the oowa ants made fn the appHation therefor and the conditions contained herein. zeas esti . e,eei ** In Duplicate ** 'tit= FINAL PRP.Mliuv 11 PREDICATED oN THE FtoL CONTACT PRICE EXHIBIT B CITY OF NEWPORT BEACH BOND NO. WCN 2159084 FAITHFUL PERFORMANCE BOND The premium charges on this Bond Is $25 First $LOOK, $15 Next $400x & $10 *, being at the rate of $ 10,202.00 thousand of the Contract price. * Balance WHEREAS, the City of Newport Beach, State of California, has awarded to Pro Tech Engineering Corporation 'hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract consists of traffic signal rehabilitation and modification, installation of CCN equipment, Installation of LED intersection luminaires, installation of LED Internally illuminated street name signs with custom sign panels, installation/modification of curb access ramps and other Items shown on, but not limited to plan T -6027-S and as listed in the Summary of Work (Section 1) of the attached Traffic Signal Special Provisions Supplemental, 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. ** dba Pro Tech Electric 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 Old Republic Surety Company 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 Six Hundred Seventy Thousand Two Hundred Twenty Five Dollars ($670,225.00) 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 afterafion 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 speed in this Performance Bond, there shall be included costs and reasonable Pro Tech Engineering Corporation Page B-1 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. 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 12th day of October 2015 Pro Tech Engineering /n Corporation dba Pro Tech Electric By. - 9�t19 Name of Contractor (Principal) Autho . ed Signatu ffitle Old Republic Surety Company By - /Z4<X," f — t Name of Surety Authorized Agent Signatufe 15338 Central Avenue, Suite 106, Chino, CA 91710 Address of Surety 1(909) 203-7939 Telephone Matthew R. Dobyns, Attomey-in-Fact Print Name and Title APPROVED AS TO FORM: CITY ATT O N Y' OFFICE Date:_( By: 2l ' 4 VL"/ Aaron C. Harp uM 10,11V City Attorney NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Pro Tech Engineering Corporation Page B-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document State of Califomia County of Orange ) ss. On October 12th , 20 15 before me, Erika Guido Notary Public, personally appeared Matthew R. Dobyns o proved to me on the basis of satisfactory evidence to be the pe whose nam Wa subsri ed to the within instrument and acknowledged t e that ephep exec die same i authorized capacity(), and that by ignatureson the instrument person , or the entity upon b half of which t person acted, exdcLIted the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNE y hand and official seal. , .. ERIKA GODO COMM. # 2022671 NOTARY PUBLIC CALIFORNIA V 1� ORANGE COUNTY 3 ' M wmm. expires May 5.2017 Signa W a Guido, No P blic ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of )as, On 20 before me, Notary Public, personally appeared 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/ste tthey executed the same in hlsther/their authorized capacity(ies), end 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 1 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 (seal) Pro Tech Engineering Corporation Page B-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of ORANGE On OCTOBER 12, 2015 before me SOHELA KAIDI Personally appeared MIKE NIKNAFS ® 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. of Notary Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ® CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ❑ ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY (IES) MIKE NIKNAFS DESCRIPTION OF ATTACHED DOCUMENT PRO TECH ENGINEERING. CORP. �,.<,oi Commis" _r. a 20256?{ Notary Pun!W Caiifoin t Orange, aunty Comm FxP'+'s Jun 20. 70 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. of Notary Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ® CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ❑ ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY (IES) MIKE NIKNAFS DESCRIPTION OF ATTACHED DOCUMENT PRO TECH ENGINEERING. CORP. OLD REPUBLIC SURETY COMPANY POWER Of ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporucion, "route, constitute and appoint: RANDY SPOHN, MATTHEW R. DOBYNS, HAMILTON KENNEY, OF SANTA ANA, GA its true and lawful Attoincy(s)-in-Fact, with full power and amhi)tity4 not exceeding $50,000,000, for add on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature fiiereof, (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment guaranty bonds, self-insurance workers = and note guman compensation rals guarrafteting payment of benefits, asbestos abatement.contract bonds, waste management hazardous waste remeshation bonds or black long bonds), 38 follow,: ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED AN AGGREGATE"OF TEN MILLION DOLLARS ($10,000,000) -- ----------- ----- FOR ANY SINGLE OBLIGATION, REGARDLESS OF THE NUMBER OF INSTRUMENTS ISSUED FOR THE OBLIGATION, and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attomeys-in-Fact, parimainjo are ratified and confirmed. This document is pot valid unless printedon colored backgou6d and is multi colored. This 6%pointment is made undu aur(, of theboard Of directors a 't[spccialmdetingWdmFebmmyl8,1982. This of Attorney is signed and sealed yfacgimileundertintiby" t rity 0 the following regulations adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18, 1982. RESOLVED that, the president, any vice-president, in assistant victspitsidenit, in conjunction withlbe secretary a any assistant secretary, may appoint ationarys-m-fart in agents with authority as defined or limited in the instrument evidencing the appointment in each caw, for and on 6etuillf of the company to execute and deliver and affix the seal ni the compmy to bonds, undertakings, recognizairces, and suretyship obligations of all kinds; and said officers may remove any such attorney -m -fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER, that any boral, undertaking, recognizance, or suretyshipobligaticurshall be valid and binding upon the Company, (I) when signed by the president, any vice president or assistant vice president, and attested and-sealod (if a seat beTequired) by any secretary or assistant secretary; or I I (ii) when signed by the President, any vice president or assistant vicerpresident, secretary or assistant secretary, and coummigned and maW (if a seal be required) by a duly authorized attomey-in-fact or agent; or (in) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority evidenced,by the Power of Attorney issuedby the company to'such person orpersons. RESOLVED FURTHER, that the signature of any authorized officer and the sea] of the company may be affixedby1hosimile, to any Power of Ammey or certification thereof authorizing the execution delivery"bf any bond, undertaking, recogniat�e, a other sure"hip obligations of dib company; and such signature and sea] when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these prescobito be signed byft9prdper officer, and its corporate seal to be affixed this 21ST day of SEPTEMBER, 201 OLD REPUBLIC SURETY COMPANY I zy S 4 '44 A* Wires SEAL STATE OF WISCONSIN, COUNTY OF WAUKESHA-SS Preisident On this 21ST dayof 5EPTEMBER,2015 personally came beforome, Alm Pavlic and Phyllis Nt Johnson to me kRq" to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above inspiument,and they =It acknowledged the execution of the mine, and being by me duly swom, did severally depose and my; that they are the said offices ofthe ' , corporation aforesaid, and that the seal affixed to the above instrument is the sea] of the corporation, and that mm id corporate id and their si'g aturesassuchoffi cers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. Yt V Not1w.-PullIft My commission expires: 9/28/2018 CERTIFICATE (Expirallmi of notary, copirrilsslan doss not Invalidate this instrument) 1, the undersigned, assistant secrepiry(of the OLD REPUBLIC SURETY COMPANY, aWisconsin corporation,. CERTIFY that the foregoing and attached Power of Attorney remains in fall force and has act been revoked; and furthermore, that the Romintiorn; ofthe board of dirmtqrs set forth in the Power of Attorney, are now in fmc. 74-7097 PR of CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL TRAFFIC SIGNAL MODERNIZATION WEST NEWPORT - PHASE 8 CONTRACT NO. 6079 To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 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. 6079 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Mobilization @ AM514ollars and 0-0 /�--�--ti- Cents $ ene Lump Sum 2. Lump Sum Traffic Control @�rl &L!ki? c/ Dollars and, Cents $ /j Lump Sum 3. Lump Sum Provide As -Built Plans @ 500 Dollars and NO Cents $ 500.00 Lump Sum PR2of7 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9 12,100 LF Install Fiber Optic Cable - 48 SMFO @.71d0E Dollars — 6 and .10Q _ -�-Cents $ �L , J70 $ a Per Linear Foot 5. 2,660 LF Install Fiber Optic Cable - 12 SMFO n 7 @ ®�� Dollars and Cents $ A-6-0 er Lin ar Foot 3,120 LF Install Fiber Optic Cable - 6 SMFO @z!2", , Dollars and Cents $ .�_'�� Cents $ �..�O $ Per Lirte(ar Foot 15,760 LF Install #10 Green Trace Wire @ Dollars and _ok�, r -Cents $ $ Per Linearloot' 8. 4,510 LF Remove Twisted Pair Copper SIC @ X Dollars and -,_--Cents $0,6719 $ Per''Lingar ot PR3of7 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. 1 EA Install #5 Pull Box j a Cents $ '7 $ �d Each 10, 13 EA Install #6 Pull Box feD�l a r s and bb �i0 ents $ 1 $% Each 11. 8 EA Install Splice Vault' c lle r4 ,G /, g--17 L—C/je @f `� Dollars nd 06. Y[(� a ents $ 49.�— $ Each 12. 1 EA Replace Existing Pull Box with #5 Pull Box llars and a' Cents $ 7 $ Each 13. 1 EA Replace Existing Pull Box with #6 Pull Box FIgf rrN(ir►d- rec! @3��,�o Dollars and ee, VW Cents $ $ . Each 14. 8 EA Install Fiber Patch Panel @,A 0V1c1 ed- `F(r--Ca Dollars Each PR4of7 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 15. 7 EA Install Fiber Optic Splice Closure cm E114 U5� @.flu -a '1 Dollars Cents � $ .'!1�rro Each 16- 1 EA Fusion Splice New Drop Cable to Existing Mainline Cable oi1e_ Tr)t)of:�-P_ncLj;---+�� W' T @ U Ad -— Dollars U and Imo) Cents Each 17. 2 EA Fusion Splice New Mainline Cable to Existing Mainline Cable @AOMPA J'A' Dollars and 6v• Cents $ 756 $ Each 18. 6 EA Install Power Strip 94and and ®• Cents $ 1 Sd ' $ 9co, Each 19. 9 EA Install Ethernet Switch @T a N ��►c Dollars and 06 &V Cents $ $ Q Each 20. 8,620 LF Install 3 inch PVC Conduit @ IU3,12 rKk- Dollars and ev.:p t1 Cents $.— $ Per Linear Foot PR5of7 ITEM QUANTITY AND UNIT ITEM DESCRIPTION AND UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 21. 340 LF Install 2 inch PVC Conduit @ %tti�P_ n�rt'Tt,06 Dollars and no Cents g,, $ �- $ Per Linear Foot 22. 3 EA Install 12 -Port Fiber Patch Panel CME'(�P�`Pi1aLl b Dollars and ents $ t w $ �— Each 23. 1 LS Install Fiber Optic Cable in Big Canyon Reservoir Building Dollarsed and • Cents $ r� Lump Sum 24. 1 LS Install Fiber Optic Cable in Fire Station 8 Dollars and o9A 60 Cents $ Lump Sum 25. 4 EA Install CCTV System and V0 s2 ents $ lyoo $ .�,ow Each 26. Lump Sum MacArthur Blvd & San Joaquin Hills Rd TS Modification @�t7�� and 00 Cents $ Per Lump Sum PR6of7 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 27. Lump Sum MacArthur Blvd & San Joaquin Hills Rd Temporary TS Operation @ M- DDollars and (% Cents $ Per Lump Sum 28. Lump Sum San Miguel Dr & Pacific View Dr TS Modification 're-c..y� I kEos�� Ilars and€ Cents $ Per Lump Sum 29. Lump Sum San Miguel Dir & Pacific View Dr Temporary TS Operation @ Dollars and Cents $ BI Per Lump Sum 30. 11 EA Install Internally Illuminated Street Name Sign Assembly -�w�`T�i v�d -I re @ u�nAc- Dollars s `�C)Cj� �.Cents / $ Eachh anda PR7of7 I I EM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE TOTAL PRICE IN WRITTEN WORDS and 110, Cents �I bo /,5- Date 01 ) -,D%cxO,(Ii�) Bidder's Telephone and Fax Numbers 231 .5 0--1I Bidder's License No(s). and Classification(s) 06'?] a rs Total Price (Figures) Bidder Bidd is Authoriz d Signature and Title /dam/ N, P1)-T7-67'�;-vf,---1 Bidder's Address Bidder's email address: �1z ` t'�t IV � , �� �e? p - PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE CONTRACT NO. 6079 PART 1 - GENERAL PROVISIONS SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-5.1.1 Plans. 2-5.1.2 Specifications. 2-6 WORK TO 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 6 6-7.1 General 6 6-7.2 Working Days 6 6-7.4 Working Hours 6 6-9 LIQUIDATED DAMAGES 7 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 8 7-8 WORK SITE MAINTENANCE 8 7-8.4.3 Storage of Equipment and Materials in Public Streets 8 7-8.6 Water Pollution Control 8 7-8.6.2 Best Management Practices (BMPs) 8 7-8.7.2 Steel Plates 9 7-10 PUBLIC CONVENIENCE AND SAFETY 9 7-10.1 Traffic and Access 9 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 11 7-10.7 Street Sweeping Signs and Parking Meters 11 7-15 CONTRACTOR'S LICENSES 11 7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS 12 SECTION 9 - MEASUREMENT AND PAYMENT 12 9-3 PAYMENT 12 9-3.1 General. 12 9-3.2 Partial and Final Payment. 16 PART 2 CONSTRUCTION MATERIALS 17 SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 17 201-1 PORTLAND CEMENT CONCRETE 17 201-1.1.2 Concrete Specified by Class 17 201-2 REINFORCEMENT FOR CONCRETE 17 201-2.2.1 Reinforcing Steel 17 201-7 NON -MASONRY GROUT 17 201-7.2 Quick Setting Grout 17 PART 3 CONSTRUCTION METHODS 17 SECTION 300- EARTHWORK 17 300-1 CLEARING AND GRUBBING 17 300-1.3 Removal and Disposal of Materials 17 300-1.3.1 General 17 300-1.3.2 Requirements 18 300-1.5 Solid Waste Diversion 18 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 18 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 18 303-5.1 Requirements 18 303-5.1.1 General 18 303-5.5 Finishing 19 303-5.5.1 General 19 303-5.5.2 Curb 19 303-5.5.4 Gutter 19 SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 19 307-2 TRAFFIC SIGNAL CONSTRUCTION 19 307-5 TEMPORARY STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 19 307-5.3 Temporary Standards, Signals, Luminaries and Lamps. 19 307-20 SALVAGED MATERIALS 20 310-5.6.8 Application of Paint 20 310-5.6.11 Pavement Markers 21 SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL 21 312-1 PLACEMENT 21 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS TRAFFIC SIGNAL MODERNIZATION PROJECT — PHASE 8 CONTRACT NO. 6079 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. 6027); (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 (2010 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 following which show the 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 21 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), 2010 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, 2010 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 rehabilitation and modification, installation of CCTV equipment, installation of LED intersection luminaires, installation of LED internally illuminated street name signs with custom sign panels, installation/modification of curb access ramps and other items shown on, but not limited to plan T -6027-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 Page 2 of 21 the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. 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 21 SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 - hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor." SECTION 5 - UTILITIES 5.1 LOCATION Add the following after the 3'd paragraph: "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 21 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 ("dark or "red -flash). The scheduling of these items shall be maintained and updated as necessary. The City Engineer shall be notified immediately when these items are rescheduled." The following items shall be considered when preparing the project schedule 1. Planned traffic signal outages ("dark" or "red -flash") at the MacArthur Boulevard/San Joaquin Hills Road intersection shall be during evening hours (9:00 pm to 5:00 am). Planned outages at the San Miguel Drive/Pacific View Drive intersection may occur during daytime hours (9:00 am to 3:00 pm) or evening hours (9:00 pm to 5:00 am). Unless otherwise noted, evening traffic outages are allowed Sunday -Thursday and daytime traffic signal outages are allowed Monday, Wednesday and Thursday. 2. City services and construction will be shut down from December 24 to January 4 in observance of the Christmas and New Year's Holidays. 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. Page 5 of 21 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 1st (New Year's Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 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. In addition to the above observed Holidays, City services and construction will be shut down from December 24 to January 4 in observance of the Christmas and New Year's Holidays." Add the following Section 6-7.4 Working Hours 6-7.4 Working Hours Daytime working hours are limited to 7:00 a.m. to 5:00 p.m., Monday through Friday. Night time working hours for is limited to 9:00 p.m. to 5:00 a.m. Sunday through Wednesday. Planned traffic signal outages ("dart' or "red -flash") at the MacArthur Boulevard/San Joaquin Hills Road intersection shall be during evening hours (9:00 pm to 5:00 am). Planned outages at the San Miguel Drive/Pacific View Drive intersection may occur during daytime hours (9:00 am to 3:00 pm) or evening hours (9:00 pm to 5:00 am). Unless otherwise noted, evening traffic outages are allowed Sunday -Wednesday and daytime traffic signal outages are allowed Monday, Tuesday and Thursday. Daytime lane closures will only be permitted from 9:00 am to 3:00 pm 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. Page 6 of 21 Should the Contractor elect to work outside normal working hours or hours detailed above, 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. 6-9 LIQUIDATED DAMAGES Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6-7-1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500.00 Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that 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 Page 7 of 21 7-7 COOPERATION AND COLLATERAL WORK 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 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 saw cutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at www.newportbeachca.gov/publicworks 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. Page 8 of 21 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." 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 Page 9 of 21 pedestrian, bicycle and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All signs 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. 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. Barricades shall be furnished with flashing red lights when deployed at night. Signs shall be retro -reflective and in good condition. Signs will not be necessary during momentary "red -flash" while turning the traffic signal on." 8. Changeable Message Signs (two (2) for the San Miguel Drive/Pacific View Drive and four (4) for the MacArthur Boulevard/San Joaquin Hills Road intersections) shall be placed one week prior to first planned traffic signal shut -down ("red -flash" or "dark") for 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. 9. The contractor shall take special care to place construction signs and CMS to reduce the impact to pedestrians, cyclists and motorists. Where appropriate, shoulder signs may be placed on wide sidewalks where 48 inches of clear pathway may be maintained. 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 Page 10 of 21 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. 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. Page 11 of 21 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." 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: Mobilization and Demobilization: Work under this item shall include, but not limited to, the cost of all labor, equipment, and material for mobilization, providing bonds, insurance and financing, obtaining an equipment and material storage site, construction surveying, preparing the BMP Plan, potholing and exploratory work, preparing and updating construction schedule, providing submittals, attending all construction meetings, demobilization, completing all reporting documents, and all other related work as required by the Contract Documents. Item No. 2 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. Page 12 of 21 This item shall include cost to furnish, setup, and remove Changeable Message Signs (two (2) for the San Miguel Drive/Pacific View Drive and four (4) for the MacArthur Boulevard/San Joaquin Hills Road intersections) one week prior to first planned traffic signal shut -down ("red -flash" or "dark") for 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. Item No. 3 Provide As -Built Plans: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $500.00 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -build drawings. 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 — 12 SMFO: Work under this item shall include the cost of all labor, equipment and materials, and testing required to furnish and install 12 Strand Single Mode Fiber Optic cable per the Plans, Special Provision, and Supplemental. Item No. 6 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. 7 Install #10 Green Trace 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. 8 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. 9 Install #5 Pull Box: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install #5 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 #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 Page 13 of 21 necessary. This item excludes pull box installation as part of traffic signal installation or modification. Item No. 11 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. 12 Replace Existing Pull Box with #5 Pull Box: Work under this item shall include the cost of all labor, equipment and materials required to remove an existing pull box and furnish and install #5 Pull Box 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. 13 Replace Existing Pull Box with #6 Pull Box: Work under this item shall include the cost of all labor, equipment and materials required to remove an existing pull box and furnish and install #6 Pull Box 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. 14 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. 15 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 Optic 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. 16 Fusion Splice New Drop Cable to Existing Mainline Cable: Work under this item shall include the cost of all labor, equipment and materials required to fusion splice a new fiber optic drop cable to an existing fiber optic mainline cable within an existing splice closure per the Plans, the Special Provisions and Supplemental. Item No. 17 Fusion Splice New Mainline Cable to Existing Mainline Cable: Work under this item shall include the cost of all labor, equipment and materials required to fusion splice a new fiber optic mainline cable to an existing fiber optic mainline cable within an existing splice closure per the Plans, the Special Provisions and Supplemental. Item No. 18 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. 19 Install Ethernet Switch: Work under this item shall include the cost of all labor, equipment and materials required to install City-fumished Ethernet switches in Page 14 of 21 traffic signal cabinets, including all connections required to operate as intended, per the Plans, the Special Provisions and Supplemental. Item No. 20 Install 3 inch PVC Conduit: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install 3 inch conduit per the Plans, Special Provisions and Supplemental. Item No. 21 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. Item No. 22 Install 12 -Port Fiber Patch Panel: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install rack -mount 12 -Port Fiber Patch Panels per the Plans, Special Provisions and Supplemental. Item No. 23 Install Fiber Optic Cable in Big Canyon Reservoir Building: Work under this item shall include the cost of all labor, equipment and materials required to install fiber optic cable within a conduit in the Big Canyon Reservoir Building, including, but not limited to, coring through the building, installation of conduit hangers/strapping the conduit to the wall, junction boxes, and entry into the communication room per the Plans, Special Provisions and Supplemental. This item excludes the fiber optic cable, which is included in Item 4, 5 or 6. Item No. 24 Install Fiber Optic Cable in Fire Station 8: Work under this item shall include the cost of all labor, equipment and materials required to install fiber optic cable in the Fire Station 7, including, but not limited to, coring through the building, installation of conduit hangers/strapping the conduit to the wall, junction boxes, suspending the fiber optic cable by a hanging device intended for supporting internal cabling within a suspended ceiling and entry into the communication room, per the Plans, Special Provisions and Supplemental. This item excludes the fiber optic cable, which is included in Item 4, 5 or 6. Item No. 25 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. 26 MacArthur Boulevard/San Joaquin Hills Road Traffic Signal Modification: Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal at the MacArthur Boulevard/San Joaquin Hills Road intersection per the Plans, the Special Provisions and Supplemental. This item excludes work related to Bid Items 14, 15, 18 and 19 above. Item No. 27 MacArthur Boulevard/San Joaquin Hills Road 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 MacArthur Boulevard/San Joaquin Hills Road intersection, including pedestrian and bike push buttons per the Page 15 of 21 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. 28 San Miguel Drive/Pacific View 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 Miguel Drive/Pacific View Drive intersection per the Plans, the Special Provisions and Supplemental. This item excludes work related to Bid Items 14, 15, 18 and 19 above. Item No. 29 San Miguel Drive/Pacific View 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 Miguel Drive/Pacific View 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. 30 Install Internally Illuminated Street Name Sign Assembly: Work under this item shall include the cost to remove existing reflectorized street name signs and furnish and install LED internally illuminated street name sign assemblies including all required mounting brackets, hardware, labor, equipment and materials per the Plans, Special Provisions and Supplemental. This item includes custom sign panels and conductors/connections to provide power to the signs. NOTE: Attachment C includes installation locations and details for this Item. Attachment B details the custom City of Newport Beach sign panels. 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." Page 16 of 21 PART 2 CONSTRUCTION MATERIALS SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1.2 Concrete Specified by Class Add to this section: Portland Cement concrete for construction shall be Class 560-C- 3250. 201-2 REINFORCEMENT FOR CONCRETE 201-2.2.1 Reinforcing Steel Add to this section: Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans. 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: httr)://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 saw cuts. Final removal between the saw cut lines may be accomplished by the use of Page 17 of 21 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." 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-Y2 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 confinnation 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 patch back shall be placed within 72 hours following concrete placement. Newly poured Page 18 of 21 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 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 and Standard Plans (2010 Edition) 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. As needed, temporary traffic signal poles and/or indications may be necessary to maintain a minimum of two traffic signal indications for each movement. 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 Page 19 of 21 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. Materials/equipment salvaged to the City shall be delivered to Traffic Engineering (Bryan Loo, Telephone 949.644.3324). Traffic Engineering shall be notified a minimum of two working days prior to delivery of salvaged equipment. 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 Visibility 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." 310-5.6.8 Application of Paint Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be reflectorized thermoplastic. The reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.45 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. Page 20 of 21 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 21 of 21 Traffic Signal Modernization Project — Phase 8 C-6079 July 14, 2015 TABLE OF CONTENTS 1.0 Summary of Work....................................................................................................... 1 1.1 CONTRACT LIMITS.................................................................................................................. 1 1.2 DESCRIPTION OF TRAFFIC SIGNAL WORK.................................................................................... 1 1.3 SCHEDULING OF TRAFFIC SIGNAL WORK.................................................................................... 2 1.4 PHYSICAL AND MECHANICAL REQUIREMENTS.............................................................................. 2 1.5 ELECTRICAL AND ENVIRONMENTAL REQUIREMENTS...................................................................... 3 1.6 CABLING REQUIREMENTS........................................................................................................ 4 1.7 RESPONSIBILITIES OF THE CONTRACTOR..................................................................................... 5 2.0 Contractor's Qualifications.......................................................................................... 7 2.1 GENERAL.............................................................................................................................7 2.2 REQUIREMENTS.....................................................................................................................7 3.0 Fiber Optic Cable......................................................................................................... 8 3.1 REQUIREMENTS.....................................................................................................................8 3.2 PAYMENT.............................................................................................................................9 3.3 QUALITY CONTROL................................................................................................................9 3.4 GENERAL CONSIDERATIONS.....................................................................................................9 3.5 FIBER CHARACTERISTICS........................................................................................................ 10 3.6 COLOR CODING................................................................................................................... 11 3.7 GENERAL CABLE PERFORMANCE.............................................................................................11 3.8 DROP CABLE....................................................................................................................... 12 3.9 FIBER PATCH CORDS............................................................................................................ 13 3.10 FIBER OPTIC FAN -OUT KITS................................................................................................... 13 3.11 FIBER OPTIC CONNECTORS.................................................................................................... 13 3.12 FIBER OPTIC INSTALLATION.................................................................................................... 14 3.13 SPLICING............................................................................................................................ 16 3.14 FIBER OPTIC CABLE ASSEMBLIES............................................................................................. 17 3.15 FIBER ASSIGNMENTS............................................................................................................18 3.16 FIBER OPTIC CABLE LINK TESTING........................................................................................... 19 3.17 INSERTION LOSS TEST EQUIPMENT (FIBER OPTIC CABLE)............................................................. 21 3.18 INSERTION LOSS TEST PROCEDURES AND EXECUTION.................................................................. 22 3.19 FIBER OPTIC CABLE ROUTE RECORDS...................................................................................... 22 3.20 #10 GREEN TRACER WIRE....................................................................................................23 4.0 Fiber Patch Panel/Wall Interconnect Unit...................................................................24 4.1 GENERAL...........................................................................................................................24 4.2 DESCRIPTION......................................................................................................................24 5.0 Fiber Distribution Unit (FDU) and Rack.......................................................................25 5.1 GENERAL........................................................................................................................... 25 5.2 DESCRIPTION OF FDU.......................................................................................................... 25 F:\Users\PBW\Shared\Contracts\FY34-1S CURRENT PROJ ERS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc ii 5.3 DESCRIPTION OF RACK.......................................................................................................... 25 5.4 INSTALLATION..................................................................................................................... 26 6.0 Splice Closures...........................................................................................................27 6.1 GENERAL........................................................................................................................... 27 6.2 INSTALLATION..................................................................................................................... 27 7.0 Ethernet System........................................................................................................29 7.1 GENERAL........................................................................................................................... 29 7.2 CAT6-A CABLE................................................................................................................... 29 7.3 INSTALLATION..................................................................................................................... 29 7.4 TESTING.............................................................................................................................29 7.5 WARRANTY........................................................................................................................29 8.0 Power Strip................................................................................................................30 8.1 GENERAL...........................................................................................................................30 8.2 WALL -MOUNTED POWER STRIP............................................................................................. 30 8.3 19 -INCH RACK -MOUNTED POWER STRIP................................................................................. 30 9.0 Ethernet Radio System...............................................................................................32 9.1 GENERAL........................................................................................................................... 32 9.2 REQUIREMENTS................................................................................................................... 32 9.3 TESTING.............................................................................................................................32 9.4 WARRANTY........................................................................................................................ 32 10.0 CCN System..............................................................................................................33 10.1 GENERAL...........................................................................................................................33 10.2 CCN IP DOME CAMERA...................................................................................................... 33 10.3 CCN INTEGRATED CAMERA CABLE........................................................................................33 11.0 Conduit......................................................................................................................34 11.1 GENERAL...........................................................................................................................34 11.2 REQUIREMENTS...................................................................................................................34 11.3 QUALITY CONTROL.............................................................................................................. 34 11.4 HDPE SCHEDULE 80 CONTINUOUS CONDUIT........................................................................... 34 11.5 PVC SCHEDULE 80 CONDUIT................................................................................................. 35 11.6 INSTALLATION..................................................................................................................... 35 12.0 Pull Boxes..................................................................................................................38 12.1 GENERAL...........................................................................................................................38 12.2 PULL BOX AND PULL BOX COVER............................................................................................ 38 12.3 INSTALLATION REQUIREMENTS............................................................................................... 38 12.4 INSTALLATION DETAIL........................................................................................................... 39 13.0 Twisted Pair Cable.....................................................................................................40 13.1 GENERAL...........................................................................................................................40 F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc I I I 13.2 REQUIREMENTS...................................................................................................................40 13.3 CABLE MARKING................................................................................................................. 40 13.4 QUALITY CONTROL.............................................................................................................. 40 13.5 GENERAL CONSIDERATIONS...................................................................................................40 13.6 INSTALLATION..................................................................................................................... 41 13.7 COMMUNICATION LINK TESTING............................................................................................ 41 14.0 Controller Cabinet Assemblies....................................................................................42 14.1 GENERAL...........................................................................................................................42 14.2 DOCUMENTATION............................................................................................................... 42 14.3 WARRANTY........................................................................................................................42 14.4 CABINET STANDARDS........................................................................................................... 42 14.5 CABINET WIRING................................................................................................................. 43 14.6 CABINET EQUIPMENT............................................................................................................ 45 15.0 Standards, Steel Pedestals, and Posts.........................................................................48 15.1 GENERAL........................................................................................................................... 48 15.2 FOUNDATIONS.................................................................................................................... 48 15.3 PAINT AND POWDER COATING............................................................................................... 48 16.0 Service Enclosures......................................................................................................49 16.1 GENERAL...........................................................................................................................49 17.0 Signal Faces...............................................................................................................50 17.1 VEHICLE SIGNAL FACES......................................................................................................... 50 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.......................................................................................................51 18.1 INDUCTIVE LOOP DETECTORS................................................................................................. 51 19.0 Push Button Assemblies.............................................................................................52 19.1 PEDESTRIAN PUSH BUTTON ASSEMBLIES.................................................................................. 52 19.2 BICYCLE PUSH BUTTON ASSEMBLIES........................................................................................ 52 19.3 PAINT AND POWDER COATING...............................................................................................52 20.0 Lighting......................................................................................................................53 20.1 LED LUMINAIRES................................................................................................................53 20.2 HIGH PRESSURE SODIUM LUMINAIRES..................................................................................... 54 20.3 HIGH PRESSURE SODIUM LAMP BALLASTS................................................................................ 54 20.4 LAG-TYPE REGULATOR BALLASTS............................................................................................ 54 20.5 LEAD TYPE REGULATOR BALLASTS........................................................................................... 54 20.6 PHOTOELECTRIC CONTROLS...................................................................................................55 20.7 LED INTERNALLY ILLUMINATED STREET NAME SIGNS .................................................................. 55 20.8 PAINT AND POWDER COATING............................................................................................... 55 F:\User$\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAPSS- 0021\SPECS SUPPLEMENTAL C-6079.doc iv 21.0 Opticom Priority Control System................................................................................56 22.0 Battery Backup System..............................................................................................57 22.1 BATTERY BACKUP CABINET.................................................................................................... 57 23.0 Paint and Powder Coating..........................................................................................58 24.0 Signs..........................................................................................................................59 24.1 GENERAL........................................................................................................................... 59 F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc V 1.0 SUMMARY OF WORK 1.1 CONTRACT LIMITS Below are the contract limits for work to be done on City right-of-way. Street Name Limits Approximate Length San Miguel Drive San Joaquin Hills Rd to Port Ramsey PI `7,500' Jamboree Road Coast Hwy to Bayside Dr —1,000' MacArthur Boulevard Bonita Canyon Rd to Bison Ave — 3,000' Big Canyon Reservoir IT building to San Miguel Dr —800, Fire Station 5 1 San Joaquin Hills Rd to Fire Station —950, Mariners Library I Irvine Avenue to Library IT Room - 250' 1.2 DESCRIPTION OF TRAFFIC SIGNAL 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 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 fiber optic cable. • Furnish and install one new 6 -strand SMFO drop cable at all signalized intersections as shown on the plans. • Furnish and install one new 12 -strand SMFO drop cable at the city facilities shown as shown on the plans. • Furnish and install new conduit, at locations shown on the plans. • Furnish and install pull boxes, 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. The communications equipment and fiber optic cable installed as part of this contract are to support the elements installed as part of this project, as shown on the plans, which include all project CCN cameras, as shown on the plans. F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300-TRAFFIC\C-6079-Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 1 1.3 SCHEDULING OF TRAFFIC SIGNAL WORK Traffic Signal shutdown shall be limited to four hour periods between the hours of 9:00 a.m. and 3:00 p.m. on weekdays (Monday, Tuesday andThursday), 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. Where required, night time outages shall be between the hours of 9:00 p.m. to 5:00 a.m. and allowed on Sunday -Wednesday evenings. The Contractor may perform sub -surface work consisting of the installation of conduit, foundations, and detectors, prior to receipt of all electrical materials and equipment. Above -ground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, and said work shall start within 15 days after said date. Above -ground signal work shall be scheduled such that the signal turn -on shall occur within 10 days of the pole installation. All vehicle and pedestrian indications that are to be installed prior to signal turn -on shall be covered until the signal is turned on. Existing street lighting shall remain in operation until new lighting is operational. All striping, pavement markings, and signing shall be in place prior to signal turn -on and/or opening of street to public travel. Prior to installation of signal detector loops, the location of proposed striping and crosswalks shall be marked in the field and approved by the Engineer. 1.4 PHYSICAL AND MECHANICAL REQUIREMENTS All materials, equipment and components furnished shall be new, be of the latest design and manufacture, and be in an operable condition. All parts shall be of high quality workmanship, and no part or attachment shall be substituted or applied contrary to the manufacturer's recommendations and standard practices. Like components shall be of the same manufacturer. Equipment shall be furnished in matching, or closely coordinating, colors and materials. The equipment shall be readily accessible for service or replacement. Equipment shall be neatly located within cabinets such that there are no obstructions to air flow. There shall be proper cooling of all equipment. No equipment shall be considered which requires direct/dedicated ventilation systems. All equipment shall have conveniently located, protected on-off switches. F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 2 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. 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. F:\Users\PBW\Shared\Contracts\FY34-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 3 1.6 CABLING REQUIREMENTS All cable plugs and connectors shall be labeled and keyed to preclude improper connection. The use of ribbon type cables to connect between equipment is not acceptable unless the cables are shielded and have an extra layer of heavy-duty protection from the environment, as well as connectors on each end with some form of locking mechanism. F:\Users\PBW\Shared\Contracts\FY34-15 CURRENT PROJECTS\300 -TRAFFIC\C-6079-Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 4 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. When the installation of all equipment is completed, the Contractor shall dispose all unused materials. Prior to disposal, the Contractor shall identify all unused materials with the Engineer and obtain the approval from the Engineer. The Contractor is required to observe all regulations and ordinances of the City as they apply to work in City buildings, streets, and other rights-of-way or City property. The Contractor shall procure encroachment permits for all work done outside City right -or -way, including work completed on Caltrans right -or -way, at the Contractor's expense. F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP35- 0021\SPECS SUPPLEMENTAL C-6079.doc 5 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. F:\Users\PBW\Shared\Contracts\FY34-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 6 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, CCN cameras, and electronic communication equipment. The minimum requirements for sufficient experience are as follows: 1. The Contractor (or its subcontractor(s)) shall have three (3) years experience in the installation of fiber optic cables, including fusion splicing, terminating and testing of single - mode fiber optic cable. 2. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where fiber optic cables were installed in outdoor conduits and the systems have been in continuous satisfactory operation for at least one year. 3. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where communications equipment was installed in and the systems have been in continuous satisfactory operation for at least one year. 4. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where CCN cameras and associated equipment were installed in and the systems have been in continuous satisfactory operation for at least one year. Each qualifying project must have included at least two (2) miles of underground conduit with fiber optic cabling. In addition, each qualifying project must have been constructed within a public street or within a public easement. F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase S CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 7 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 three (3) 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. 2. Drop cable which shall contain six (6) single -mode optical fibers. 3. Drop cable to City Facilities which shall contain twelve (12) single -mode optical fibers. 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 buffer tubes, and shall conform to these Special Provisions. The Contractor shall furnish, install, splice and test all the required fiber optic cable. All splicing kits, fiber optic cable caps, moisture/water sealants, terminators, splice trays, patch cords, connectors, pig tails and accessories to complete the fiber optic network shall be provided as incidentals. All equipment for installation, splicing and testing shall be provided by the Contractor per 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." F:\Users\PRW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase S CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 8 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 CABLEMARKING 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. 6. The cable shall be tagged in each pull box with size and direction. 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 • Remainder- After City acceptance and approval Upon acceptance and approval of the fiber optic cable, the City will pay the remaining amount as calculated by the actual measured quantity of installed fiber optic cable at the unit bid price minus the previously paid amount (80% of bid price). Acceptance and approval is achieved as determined by the City and includes: • Approved fiber optic test results • Completed cable/splice repairs or replacement as determined by the test results • 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 shall be single mode fiber of the size as specified on the plans and shall be Corning ALTOS all -dielectric gel -free fiber optic cable, or approved equal. F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300-TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 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 Corning Altos or approved equivalent Core diameter 8.3 pm (nominal) Cladding diameter 125 pm ± 1.0 pm Core to Cladding Offset 5 0.7 pm Coating Diameter 240 pm ±0.5 pm Cladding Non -circularity defined as: [1- (min. cladding dia + max. cladding dia.)]x100 < 1.0% Proof/Tensile Test 100 kpsi, min. Attenuation: @ 1310 nm @ 1385 nm @ 1550 nm < 0.35 dB/km < 0.31 dB/km < 0.25 dB/km Attenuation Uniformity No point discontinuity greater than 0.1 dB at either 1300 nm or 1550 nm Attenuation at the Water Peak < 2.1 dB/km @ 1383 ±3nm Attenuation At Extreme Operational Temperatures <+0.05 dB @ 1310 nm or 1550 nm Chromatic Dispersion: Zero Dispersion Wavelength (Ao) Zero Dispersion Slope 1302 <451322 nm 5 0.092 ps/(nm2.km) Maximum Dispersion: < 3.5 ps/(nm,km) for 1285 - 1330 nm < 18 ps/(nm,km) for 1550 nm Cut -Off Wavelength <1260 nm F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 10 Parameters Value Mode Field Diameter (Petermann II) 9.2 ±0.4 pm at 1310 nm 10.5 ± 0.5 pm at 1550 nm Cable Outer Diameter 0.30" (7.6 mm) Buffer Tube Size 0.08" (2.0 mm) 3.6 COLOR CODING Optical fibers shall be distinguishable from others in the same buffer tube by means of color -coding according to the following: 1. Blue (BL) 7. Red (RD) 2. Orange (OR) 8. Black (BK) 3. Green (GR) 9. Yellow (YL) 4. Brown (BR) 10. Violet (VL) 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. 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. F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 11 The cable shall withstand 25 cycles of mechanical flexing at a rate of 30±1 cycles/minute with a sheave diameter not greater than 20 times the cable diameter. The cable shall be tested in accordance with Test Conditions I and III of TIA/EIA-455-104A (FOTP-104), "Fiber Optic Cable Cyclic Flexing Test." The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% of the fibers will not experience an attenuation change greater than 0.1 dB at 1550 nm. The repeatability of the measurement system is typically ± 0.05 dB or less. The cable jacket will exhibit no cracking or splitting when observed under 5X magnification. Impact testing shall be conducted in accordance with TIA/EIA-455-25B (FOTP-25) "Repeated Impact Testing of Fiber Optic Cables and Cable Assemblies." The cable shall withstand 20 impact cycles. The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% of the fibers will not experience an attenuation change greater than 0.1 dB at 1550 nm. The repeatability of the measurement system is typically ± 0.05 dB or less. The cable jacket will not exhibit evidence of cracking or splitting at the completion of the test. Using a maximum mandrel and sheave diameter of 560 mm, the finished cable shall withstand a longitudinal tensile load of 1330 N (300 lbs.) applied for one hour (using "Test Condition II" of the test plan). The test shall be conducted in accordance with TIA/EIA-455-33 (FOTP-33), "Fiber Optic Cable Tensile Loading and Bending Test." The measured fiber tensile strain shall be < 60% of the fiber proof strain. The cable will not experience a measurable increase in attenuation when subjected to the rated residual tensile load, 400 N (90 Ibf). The repeatability of the measurement system is typically ± 0.05 dB or less. The cable shall be capable of withstanding a bending radius of fifteen (15) times the cable diameter under tensile loading and ten (10) times the cable diameter under a no-load condition. 3.8 DROP CABLE As may be required, the Contractor shall provide a single -mode optical fiber cable between each mid - span splice location and each traffic control equipment cabinet, which shall contain six (6) optical fibers. The drop cable shall have two (2) or four (4) fiber strand(s) spliced into the appropriate fiber strand in the mainline cable as prescribed elsewhere in the Plans and/or these Special Provisions. The drop cable shall have the six optic fibers terminated at its other end with connector as described elsewhere in this specification. Optical fiber cable used for a drop cable shall comply with all other aspects of the specifications as set forth in the Special Provisions for optical fiber cable. The drop cable shall have sufficient length to extend from the fiber splice location to the optical interface of the associated communications equipment, allowing for routing and securing with nylon ties plus fifty (50) feet of slack at all splice points and fifteen (15) of slack inside the cabinet, unless otherwise specified in the Plans or these Special Provisions or directed by the Engineer. The drop cable shall be sufficiently de -sheathed within the traffic control cabinet to allow adequate slack fiber to afford ease of routing of the active fiber to the communications equipment. The Contractor shall provide a thermal shrink sleeve dam or other appropriate wrapping at the beginning of the de -sheathed cable area so as to prevent loss of any aqueous gel filling from the remainder of the service drop cable. F:\Users\PBW\Shared\Contracts\PY14-15 CU RRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase S CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 12 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 Corning Cable System or approved equal. 3.10 FIBER OPTIC FAN -OUT KITS If required, fan -out kit connects the fiber optic jumper cable to the fiber optic transmission equipment located in the cabinet. The fan -out shall be equipped to terminate 250µm fiber (loose tube cable) and shall provide protection for the bare fibers. The fan -out kit shall have two (2) 6- or one (1) 12 -fiber fan - out insert and 2 -meter lengths of fan -out tubing with twelve (12) single mode fibers that are ready for field installable connectors. The fan -out cable kit shall also meet the following specifications. Housing Length 132 mm (5.2 in) Diameter 31 mm (1.22 in) Fan Out Tubing Length 2 m (78.8 in) Diameter 2.9 mm (0.11 in) Environmental -40°C to 70°C The fan -out kit, when installed in the existing traffic cabinets or proposed fiber optic terminal cabinet attached to the existing traffic cabinet, shall be securely anchored to the side wall of the cabinet by suitable ties. Acceptable Fan -Out Kit shall be from 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 F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 13 connectors will be used for indoor installations. Both types of connectors shall meet the following specifications. Interconnection Compatibility The Connectors shall be compliant with EIA/TIA and AS specifications for SC compatible connectors. Insertion Loss 0.4 dB (typical) Reflectance < -40 dB between a temperature range of -40° C to 75° C Durability <-0.3 dB change, 200 rematings. Tensile Strength < 0.2 dB change, 10 Ib. Temperature Cycling X0.3 dB change, -40° C to 75° C Nominal Fiber OD 125µm Materials Ferrule: Ceramic Housing: Composite Accepted equipment shall be SC and LC Compatible Single Mode, as required, from Corning Cable System or approved equal. 3.12 FIBER OPTIC INSTALLATION Fiber optic cables shall be installed in continuous lengths without intermediate splices throughout the project, except at the location(s) specified in the Plans. When ordering fiber optic cable the Contractor shall exercise extreme caution so as to ensure that no additional splicing, beyond that indicated in the Plans, shall be required. Should the Contractor believe additional splices are required; this matter shall be immediately brought to the attention of the City's Engineer for resolution. The Contractor shall install the fiber optic cable in strict adherence to the manufacturer's recommended procedures. Care shall be taken to avoid cable damage during handling and placing. Fiber optic cable is sensitive to excessive pulling, bending and crush forces. The minimum bending and maximum tension requirements for installing the fiber optic cables shall be according to the manufacturer's specifications. Cable installation personnel shall be familiar with the cable manufacturer's recommended procedures including, but not limited to the following: • Proper attachment to the cable strength elements for pulling during installation. • Cable tensile limitations and tension monitoring procedures. • Cable bending radius limitations. 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. F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROIECrS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase g CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 14 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 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. 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 detailed installation procedures (pull plans) for review twenty (20) working days prior to pulling in each optical fiber segment. 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 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. F:\Users\PBW\Shared\Contracts\FV14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 -Traffic Signal Modernization, Phase B CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 15 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 installed fiber cable. Cable slack shall be coiled and secured to the racking hardware with tie wraps. The Contractor shall ensure that the minimum bending radius of the optical fiber cable is not compromised when preparing this stored cable slack. Following installation of the cable in duct, all duct entrances in cabinets, pull boxes and vaults shall be sealed with mechanical plugs; or at the discretion of the Engineer, duct sealing compound, to prevent the ingress of moisture, foreign materials and rodents. 3.13 SPLICING Fiber optic cable shall be installed without splices except where specifically allowed on the Plans or described in these Special Provisions. The single -mode fiber optic cables designated as mainline cable shall be spliced only at pull box locations as shown on the plans. When splicing into a mainline cable, only those fibers associated with a specific traffic control device shall be severed. All other fibers shall remain intact. The Engineer may allow additional splices between these specified locations. Splicing - Optical fibers shall be spliced using the fusion splice method and the insertion loss shall not exceed 0.07 dB of loss per splice. Field splicing is permitted for the following: • 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. F:\Users\PBW\Shared\Contracts\FY34-1S CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 16 Equipment cabinets shall be equipped with splice trays suitable for storage and protection of each single -mode optical fiber pigtail and the splice connection to cable fibers. Equipment cabinets shall be equipped with a suitable means for routing and securing of cables, fibers, and pigtails to prevent damage to fibers during all regular operation and maintenance functions All splices shall be protected with a thermal shrink sleeve. All fibers shall be labeled in the splice tray with permanent vinyl markers. Pigtail ends shall also be labeled to identify the destination of the fiber. Pigtail ends shall also be labeled to identify the destination of the fiber. Upon completion of the splicing operation, all waste material shall be deposited in suitable containers, removed from the job site, and disposed of in an environmentally acceptable manner. 3.14 FIBER OPTIC CABLE ASSEMBLIES Cable assemblies (connectors, pigtails and jumpers) shall be products of the same manufacturer. The cable used for cable assemblies shall be made of fiber meeting the performance requirements of these Special Provisions for the fiber optic cable being connected, except that the operating temperature shall be modified to -20° C. to +70° C. Manufacturer's attenuation test results shall be provided for all cable assemblies. The 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 F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJEC7rS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 17 machine polished for low back -reflection and low insertion losses at both 1310 nm and 1550 nm operating wavelengths. Single -mode pigtails shall be provided with factory pre-connectorized single -mode connectors. Connectors shall have maximum insertion loss of 0.27 dB or better. Connectors shall have a stainless- steel barrel (coupling nut) with a bayonet connection design, ceramic (zirconia) ferrule. Each connector shall be capable of 200 repeated matings with a total maximum additional increase in insertion loss after 200 matings limited to 0.30 dB. Each connector shall have a return loss (back reflection) equal to or better than 55 dB. All connectors shall be factory -assembled and tested. There shall be no fabrication of connectors in the field. All unmated connectors shall have protective caps installed. Couplers - Couplers shall be made of nickel plated zinc or a glass reinforced polymer that is consistent with the material forming the associated approved connector. The design mechanism for mounting the coupler to the connector panel may be flanged or threaded but shall coincide with the connector panel punch -outs. All coupler sleeves shall be ceramic of the split clamshell or cloverleaf design. The temperature operating range for couplers shall be the same as that specified for the connectors. Pigtail -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 F:\Users\PBW\Shared\Contracts\FY34-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP35- 0021\SPECS SUPPLEMENTAL C-6079.doc 18 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. Continuity Testing (Before Installation) The fiber cable shall be physically inspected on delivery and the attenuation shall be measured for 100% of the fibers. In addition, the continuity test procedure shall be used on short links (less than 300 feet) of the cable system during construction to validate continuity of fiber elements. Failure of any single fiber within the cable to comply with these Technical Provisions shall be cause for rejection of the entire reel. Test results shall be recorded, dated, compared and filed with the copy accompanying the shipping reel in a waterproof pouch. Attenuation deviations of greater than 5% from the shipping records shall be brought to the attention of the Engineer. The cable shall not be installed until completion of this test sequence and the Engineer provides written approval. Copies of traces and test results shall be submitted to the Engineer in a CD. If test results are unsatisfactory, the reel(s) of fiber optic cable shall be rejected. The rejected reel(s) of cable shall be replaced with new reel(s) of cable at the Contractor's expense. The new reel(s) of cable shall be tested upon delivery as described herein. Cable continuity shall be verified using a visual light source, typically a 635 -nm laser diode. For cables with insertion loss of less than 3 dB, the light source shall be the Corning Cable System OS -1 ODD test set, a RIFOCS 263A visual fault finder, OFS, or equivalent. The continuity test procedure shall also be used to verify continuity on all fibers prior to measuring pre -installation attenuation using an Optical Time Domain Reflectometer (OTDR). This insures that the F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP35- 0021\SPECS SUPPLEMENTAL C-6079.doc 19 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 forthe installed system. Therefore, OTDR traces shall be generated into a hard copy and software file on a CD for the purpose of developing historical as -built, documentation regarding the cable's condition before and after it was installed. The hard -copy and CD documentation shall be provided to the City. The recordings shall also be made part of and submitted as part of the Operations & Maintenance Manual. If specialized software (i.e. other than Microsoft Office Products) is needed to access and read OTDR electronic test results, the Contractor shall provide licensed software to the City at no cost. Prior to conducting OTDR tests, the Contractor shall provide the City with information regarding the test equipment to be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor. Quality tests shall consider both attenuation and localized loss discontinuities. The OTDR shall be equipped with a switchable, dual wavelength module with 1300 nm and 1550 nm light sources, and be compatible with single mode test fibers. The OTDR shall either be capable of writing to a floppy disk or configured with a plotter to provide a hard copy record of each test measurement. The OTDR shall be equipped with sufficient internal masking to allow the entire cable section to be tested. This may be achieved by using an optical fiber pigtail of sufficient length to display the required cable section, or by using an OTDR with sufficient normalization to display the required cable section. A hard copy XY plot shall be provided to the City for all fiber optic tests. All traces shall display the entire length of cable under test, highlighting any localized loss discontinuities. The trace shall display fiber length (in meter/feet), fiber loss (dB), and average fiber attenuation (in dB/mile) as measured between two markers placed as near to the opposite ends of the fiber under test as is possible while still allowing an accurate reading. Time averaging shall be used to improve the display signal-to-noise ratio. If connectors exist in the cable under test, then two traces shall be recorded. One trace shall record the fiber loss (dB) and average attenuation (dB/mile) of the entire cable link, including connectors. The second trace shall display a magnified view of the connector regions, revealing the connector losses (dB). All connector losses shall be measured using the Least Squares Approximation (LSA) or 5 -point splice loss measurement technique. F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 20 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 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 F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase a CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 21 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 Loss 1 (dB) = Ref. Power 1 (dBm) — Test Power 1 (dBm) The system under test shall then be tested from the other end in a similar fashion as above. Here, record the output of the launch reference cable as Ref. Power 2 and the output of the system link as Test Power 2. System Insertion Loss 2 is calculated identically: System Insertion Loss 1 (dB) = Ref. Power 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. The cable shall be taimed in each pull box. F:\Users\PBW\Shared\Contracts\FY34-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAPlS- 0021\SPECS SUPPLEMENTAL C-6079.doc 22 3.20 #10 GREEN TRACER WIRE The Contractor shall furnish and install #10 green wire in all conduit segments where fiber optic cable is installed, as shown in the plans, including all new and existing conduit segments where work is completed. All #10 wires entering a pull box shall be joined by a split -bolt connector. F:\Users\PBW\Shared\Contracts\FV14-15 CURRENT PROJECT5\300-TRAFFIC\C-6079-Traffic Signal Modernization, Phase B CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 23 4.0 FIBER PATCH PANEL/WALL INTERCONNECT UNIT 4.1 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. 4.2 DESCRIPTION The fiber patch panel shall act as the demarcation point between the fiber optic cable via the fiber pigtail from the splice closure and the terminal equipment via the fiber optic patch cords. The Contractor shall furnish and install matching connectors. The approved type optical connectors on the end of each pigtail shall screw into a sleeve securely mounted to a patch panel within the fiber patch panel enclosure. The maximum optical loss across the connection shall not exceed 0.4 dB. The fiber patch panel housings installed in 332 cabinets shall be rack -mounted in the outdoor traffic signal controller cabinets, as shown on the plans. Contractor to verify rack space for fiber patch panel prior to procurement. If space limitations exist, Contractor shall notify Engineer. The fiber patch panel housings installed in NEMA cabinets shall be wall or shelf mounted in the outdoor traffic signal controller cabinets, as shown on the plans. Preference is for fiber patch panel to be wall mounted on side of cabinet. Contractor shall verify space in cabinet and provide recommendation to Engineer for mounting. The fiber patch panel shall accept a minimum of twelve (12) fiber terminations (in and out). The cabinet shall have fiber optic cable entrances with cable sheath strain relief, leading to the fiber patch panel. All fiber terminations on the patch panel, located in the traffic signal controller cabinet, shall be SC type connectors. The Fiber Patch Panel shall be Corning Cable System or approved equal. Rack mounted fiber patch panel shall be Corning CCS -01U, shelf/wall mountedfiber patch panel shall be Corning SPH -01P, or approved equals. F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 24 5.0 FIBER DISTRIBUTION UNIT (FDU) AND RACK 5.1 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. 5.2 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 Corning Cable System or approved equal. 5.3 DESCRIPTION OF RACK One (1) open -framed cable management rack shall be installed in the communication room at the General Services. The rack shall be affixed to the floor. Rack shall include a cable management ladder that extends beyond the top of the rack and is affixed to a cable tray. Contractor shall receive direction from Engineer on location of rack within room. F:\Users\PBW\Shared\Contracts\FV14-15 CU RRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase B CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 25 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. 5.4 INSTALLATION The Contractor shall furnish and install the communication rack at the designated City Buildings based on direction from Engineer and Newport Beach IT Department. The FDU(s) shall be installed in new or existing 19" EIA rack, as shown on the plans or specified in these Special Provisions, unless otherwise directed by the Engineer. F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PR0JECTS\3D0 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 26 6.0 SPLICE CLOSURES 6.1 GENERAL Any below ground fiber optic splices or fiber optic splices exposed to the elements shall be contained in a waterproof, rodent proof, re -enterable fiber optic splice closure designed for use on optical fiber cables in a cable vault environment where total and continuous submersion in water may be expected. Splice closures shall be complete with outer and inner closures, splice organizer trays, brackets, plugs, clips, cable ties, seals and sealant, and a dry encapsulate and shall conform to the following Special Provisions. 1. The fiber optic splice closure shall conform to the requirements of Bellcore GR 771 and shall be designed for a temperature range of -40" C. to +70° C. 2. The splice closure shall be suitable for either a direct burial or pull box/vault application. 3. The size of the closure shall allow all the fibers of the largest fiber optic cable to be spliced to a second cable of the same size. The closure shall be not more than 18 inches in length and not more than 4 inches in diameter. The closures shall be designed for both horizontal and butt splicing. 4. All materials in the closures shall be non-reactive and shall not support galvanic cell action. The outer -closure shall be compatible with the other closure components, the inner closure, splice trays, and cables. 5. The outer -closure shall protect the splices from mechanical damage; shall provide strain relief for the cable, and shall be resistant to salt corrosion. The outer -closure shall be waterproof, and re -enterable. The outer -closure shall be flash -tested at 100 kPa. 6. The inner -closure shall be of metallic construction. The inner -closure shall be compatible with the outer closure and the splice trays and shall allow access to and removal of individual splice trays. 7. The splice trays shall be compatible with the inner -closure and shall be constructed of rigid plastic or metal. 6.2 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 shalt 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. F:\Users\PBw\Shared\Contracts\FV14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic signal Modernization, Phase S CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 27 7. The field splices shall connect the fibers of the two (2) fiber optic cable lengths together. The termination splices shall connect the fiber optic cable span ends with pig tails. The field splices shall be placed in a splice tray, and then the splice tray with splice shall be placed in a splice closure. 8. The termination splices shall be placed in a splice tray and the splice tray with splice shall then be placed in a fiber distribution unit or field cabinet as required. All splices shall be protected with a thermal shrink sleeve. 9. The fiber optic field splices shall be enclosed in splice closures, which shall be waterproof, rodent proof, and re -enterable, and shall accommodate all the fibers in a single cable. 10. The microduct coupling shall house the fiber optic cable up to the cable opening in the splice closure. The Contractor shall furnish and install fiber optic splice closures capable of accommodating a minimum of six (6) splice trays and a maximum of 72 splices. The splice closure shall also include the required encapsulant. The splice closure shall be able to accommodate up to four (4) cable entries. If all four cable entry holes are not required, the remaining unused entry holes will be closed such that moisture does not enter the splice closure and affect the operation of the fiber optic cable. The splice closure shall have sleeves to size the cable entry to the appropriate cable diameter. Each splice closure shall come equipped with the required number of single mode splice trays. Included within the splice closure, the Contractor shall also supply and install splice trays. Each spice tray shall be appropriately sized to fit inside the splice closure. The splice trays shall be of injection molded plastic type with a clear plastic cover so allow visibility of fibers without opening the tray. Each splice tray shall handle up to twelve (12) single mode fusion splices. A minimum of three unopened kits required for the resealing of the splice closure shall be supplied with this contract and considered as part of the necessary equipment. Splice closures, encapsulant, trays, and reseal kits shall be from Corning Cable Systems, or approved equal. F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 28 7.0 ETHERNET SYSTEM The following items are included in the Ethernet System: 1. Ethernet System 2. Testing 3. Warranty 7.1 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. 7.2 CAT6-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. 7.3 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. 7.4 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. 7.$ WARRANTY The supplier of equipment shall warranty on work performed to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on work performed shall be a minimum of one (1) year from date of acceptance. F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 29 8.0 POWER STRIP 8.1 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. 8.2 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. 8.3 19 -INCH RACK -MOUNTED POWER STRIP Power strips shall meet the following minimum requirements. 1. 15A 125V AC 2. UL and cUL listed 3. 6 heavy duty 15A sockets minimum. 4. All sockets unswitched 5. 2450 Joules 6. Clamping voltage: 330V 7. 12 foot 14/3 SJT cord — Contractor shall shorten cable length once installed to minimize slack cable 8. Spike Current: 84000 AMPS 9. Power shut down 10. 19 inches long for rack -mounting F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 30 11. Rack mountable in lU 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 ISOBAR8UItro-NEMA and ISOBARVIVItra-Rack-Mount or approved equal. F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 31 9.0 ETHERNET RADIO SYSTEM The following items are included in the Ethernet Radio System: 1. Ethernet Radio System 2. Testing 3. Warranty 9.1 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. 9.2 REQUIREMENTS The Ethernet Radio System shall meet the following requirements: 1. 5.8 GHz Broadband Ethernet Radio 2. Dynamic Frequency Selection 3. 802.11 a compliant with bandwidth up to 35 Mbps 4. Environmentally hardened outdoor units 5. Include appropriate feet of CAT6 cable (per plans) and power injector The Ethernet Radio System shall be Encom EP-COMMPAK BB58INT or approved equal 9.3 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. 9.4 WARRANTY The supplier of equipment shall warranty on work performed to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on work performed shall be a minimum of one (1) year from date of installation. F:\Users\PBW\Shared\Contracts\FY14-15CURRENT PRO) ECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 32 10.0 CCTV SYSTEM 10.1 GENERAL 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), and CCN camera mounting hardware shall be Contractor -furnished. The Contractor shall install the CCN camera system at locations as shown on the Plans. 10.2 CCTV IP DOME CAMERA The Camera shall be IP, Color CCD and capable of producing no less than 720P 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 30 X and be manual/auto focus capable. The camera shall be able to operate with a continuous 3600 rotation (no stops). The camera shall be able to operate a light rating of 3.0 lux at 60 frames per second color and at 0.3 lux at 60 frames per second black and white. The camera shall operate at NEMA TS2 voltage levels of 89 VAC to 135 VAC and environmental temperatures of -340 to 74°C. The camera shall have a minimum of 6 programmable privacy zones, zones at which the video is blanked, and 32 presets. The camera shall be in a pressurized 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 20 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. The camera shall have the following features: • Network Interface— Ethernet(100BaseT-Tx) • Protocol — TCP, IGMP, RTSP, NTP, HTTP, ONVIF Profile S, NTCIP • CODECs— H.264 and MPEG (720p) • Pan Range - 3600 • Tilt Range - 50 to -900 • Power —POE+ Camera shall use pole -mounting hardware provided by the dome CCN camera vendor, capable of mounting to a vertical traffic signal pole. The pole mount shall be affixed to the pole to extend the camera towards the center of the signalized intersection. The dome CCN camera and mounting hardware shall withstand a wind load of 80 mph when affixed to traffic signal pole without permanent damage to mechanical and electrical equipment. The CCTV Dome Camera shall be COHU Model 3124-1000 Dome, or approved equal. The POE+ Injector shall be CoHu Model Enable -IT 7411539-001, or approved equal. 10.3 CCTV INTEGRATED CAMERA CABLE The integrated CCN camera cable shall be procured from the CCN camera vendor. No exceptions shall be allowed. The CCTV cable shall be COHU Model CA275D series, or approved equal. F:\Users\PBW\Shared\Contracts\FY14-1S CU RRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP35- 0021\SPECS SUPPLEMENTAL C-6079.doc 33 11.0 CONDUIT 11.1 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. 11.2 REQUIREMENTS It is envisioned that all conduit will be installed by directional drill method and be high density polyethylene (HDPE) Schedule 80 UL continuous conduit. HDPE conduit shall be designed and engineered for direct burial, directionally drilled installation, or encased underground applications, and shall be installed at locations as shown on the plans. The PVC Schedule 80 UL conduit shall be designed and engineered for direct burial or encased underground applications, and shall be installed at the pull box modification locations where conduit elbows are upgraded to sweeps, or as shown on the plans. The PVC conduit shall be straight and the ends shall be cut square to the inside diameter. The PVC conduit system shall be designed so that straight sections and fittings will assemble with the need for lubricants or cement. All conduits shall be free from defects including non -circularity, foreign inclusions, etc. It shall be nominally uniform (as commercially practical) in color, density, and physical properties. If new conduit is being installed into an existing pull box location, the Contractor shall protect existing pull box and conduit from damage. Should the existing pull box and/or conduit become damaged, the Contractor shall repair and/or replace damaged pull box and conduit at the cost of the Contractor and not the City. Prior to repair/replacement, the Contractor shall notify the City of exact location and contents of damaged pull box and conduit. All pavement markings shall be returned to existing conditions. If disturbed, the Contractor shall replace or repair any and all pavement markings. All work shall be approved by the Engineer. The Contractor shall obtain written approval from the Engineer before installing any conduit. 11.3 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. 11.4 HDPE SCHEDULE 80 CONTINUOUS CONDUIT The size of the HDPE conduit shall be as shown on the plans and shall meet the following requirements: The HDPE Schedule 80 continuous conduit shall conform to NEMA TC -2 and UL651B. The conduit leading to splice vaults or pull boxes shall be terminated with a manufacture -produced terminator connector to seal the wall of the spice vault/pull box. The conduit shall be color coded black. F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJ ECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 34 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. 11.5 PVC SCHEDULE SO 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. 11.6 INSTALLATION All conduits shall be installed at locations as shown on the plans, or as directed by the Engineer. Locations of proposed conduit are approximate and may be changed to suit field conditions as directed or approved by the Engineer. Conduit shall be laid to a depth as shown on the plans. A minimum of thirty- (30) inches of cover to the top of the conduit is required at all locations. Conduit shall be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two inches. Where conduits are shown on the plans to be installed parallel and adjacent to each other, they shall be installed together in a common trench or directional drill bore. Make right angle bends in conduit runs with long -radius elbows or conduits bent to radii not less than three (3) feet. All bend radii shall be three (3) feet unless otherwise set forth elsewhere in this Special Provisions or as directed by the Engineer. The sum of the angles for conduit bends between two consecutive pull boxes shall not exceed 270 degrees. All conduit bends shall be factory bends done by the manufacturer. Hot box or other field bends will not be accepted. The bell and spigot ends of each PVC conduit shall be chamfered F:\Users\PBW\Shared\Contracts\FY14-1S CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 35 by the manufacturer. Transition of the conduit without bends shall not exceed more than one foot for every ten feet. Make bends and offsets so that the inside diameter of conduit is not effectively reduced. Unless otherwise indicated, keep the legs of a bend in the same plane and the straight legs of offsets parallel. Do not use diagonal runs except when specifically noted in the drawings. Provide a waterproof label on each end of the pull rope to indicate the destination of the other end. Conduits entering vaults shall terminate flush with the inside walls of each pull box. Conduits entering vaults and pull boxes shall be capped or sealed to prevent ingress of water, debris, and other foreign matters into the conduit. Immediately prior to installing cables, conduits shall be blown out with compressed air until all foreign material is removed. After cables have been installed, the ends of conduits shall be sealed with a reusable mechanical plug. Conduit and fittings shall be supplied with an ultraviolet inhibitor. Within pull box, conduit shall be placed to provide a minimum clearance of two (2) inches between the lowest portion of the opening and the bottom of the pull box. And there shall be a minimum clearance of eight (8) inches between the top portion of the opening and the top of the pull box. Conduit shall enter the pull box at not more than a 45 -degree angle. In addition, conduit may not be terminated less than 45 degrees to the ground level, except for pull boxes with extension. Conduit ends shall be terminated three (3) inches above the gravel surface and nine (9) inches clearance between the top of the bushing and the top of the pull box shall be provided. Within the splice vault, the conduit shall be laid no closer than two (2) inches from any wall of the splice vault. After conductors/cables have been installed, the exposed end of conduits remaining in pull boxes and controller cabinets shall be sealed with a sealing compound as approved by the Engineer. 11.6.1 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. 11. 6.2 TRENCHING Trenching in Newport Beach right of way shall conform to Newport Beach Standards. Installation of conduit in unpaved areas (dirt) shall conform to the following: F:\Users\PBVAShared\Contracts\FY14-15CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 36 Conduit shall be placed in a trench approximately two (2) inches wider than the outside diameter of the conduit to be installed. Trench shall not exceed eight (8) inches in width. A minimum of thirty- (30) inches of cover to the top of the conduit is required. For all pull boxes the trench may be hand dug to required depth. Where cover to top of conduit is less than thirty- (30) inches, the conduit shall be placed in the bottom of the trench and the trench shall be backfilled with sand -cement slurry backfill, containing not less than two (2) sacks (188 pounds) of cement per cubic yard of Type I or II Portland cement added per cubic yard of imported sand and sufficient water for workability. The top four (4) inches shall be backfilled and compacted with native soil. F:\Users\PBMShared\Contracts\FY14-1S CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP1S- 0021\SPECS SUPPLEMENTAL C-6079.doc 37 12.0 PULL BOXES 12.1 GENERAL This section shall govern to furnish and install pull boxes as shown on the plans, complete with cover. 12.2 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 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 24 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 A6001974PCX24 12.3 INSTALLATION REQUIREMENTS All pull boxes shall be located at the locations shown on the Plans, or as directed by the Engineer. However, these locations may be changed to suit field conditions as directed or approved by the Engineer. No pull box shall be located on the driveway apron, or above catch basin, or within one (1) foot of any existing, proposed or future (as shown on plans) wheelchair ramp, or within one foot from the curb in case F:\Users\PBW\Shared\Contracts\FY14-15 CURRE NT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 38 of streets without gutter, or within thirty (30) inches from any pole foundation, or other locations which may interfere with the movement of people or vehicles, unless approved by the Engineer. Pull boxes within unimproved areas shall have a Class 1 flexible Post Delineator, per Caltrans Standard Plan A73 -C installed adjacent to the pull box. Within the pull box, the conduit shall be placed in a manner that the lowest portion of the opening shall be a minimum of two (2) inches above the bottom of the pull box. The top portion of the conduit shall be not less than eight (8) inches from the top of the pull box. The maximum thickness of the rock shall be one (1) inch. The conduit shall also be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two (2) inches. The distance between pull boxes shall not exceed 800 feet, unless otherwise shown on the plans, unless otherwise specified in the Plans or these Special Provisions, or as directed by the Engineer. A minimum of fifteen (15) feet of slack fiber optic cable, or length as shown on plans, shall be coiled in each pull box at all locations, unless otherwise specified in the Plans or these Special Provisions, or as directed by the Engineer. If new pull boxes are replacing existing pull boxes, the Contractor shall protect existing conduit and cable from damage. Should the existing conduit or cable become damaged, the Contractor shall repair and/or replace damaged conduit or cable. Prior to repair/replacement, the Contractor shall notify the Engineer and the City of exact location, and provide a detailed description of damage. Any existing features or improvements damaged by the Contractor shall be replaced in kind, at the cost of the Contractor and not the Engineer or the City. 12.4 INSTALLATION DETAIL Pull boxes shall be installed with lid and completely secured prior to any conductor or cable installation. Where the sump of an existing pull box is damaged by the Contractor's operations, the sump shall be reconstructed and if the sump was grouted, the old grout shall be removed and new grout placed at the cost of the Contractor and not the City. Excavating and backfilling shall conform to the provision in section 86.2.01, "Excavating and Backfilling" of Caltrans Standard Specifications except that the backfill material shall not contain rocks graded larger than one(1)inch. F:\UserS\PBW\Shared\Contracts\FY1415 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 39 13.0 TWISTED PAIR CABLE 13.1 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. 13.2 REQUIREMENTS Twisted pair cable shall be supplied in the configurations shown on the plans and specified in these Special Provisions. All materials furnished, assembled, fabricated or installed under this item shall be new, corrosion resistant and in strict accordance with the details shown on the plans and in these Special Provisions. All pairs in the cable shall be usable and free of defects, in order to meet or exceed all of the requirements contained in these Special Provisions. The Contractor shall furnish, install, terminate and test all the required twisted pair cable. All equipment for installation, terminating and testing shall be provided by the Contractor. The twisted pair cable shall conform to the latest reversions of the REA (Rural Electrical Administration) and the NEC (National Electrical Code) specification for Filled Telephone Cables RUS-PE-39. 13.3 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. 13.4 QUALITY CONTROL The manufacture(s) of supplied optical cable, optical cable assemblies, and hardware shall be TL 9000 and/or ISO 9001 registered. 13.5 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 F:\Users\PBW\Shared\Contracts\FY14-15 CU RRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 40 • 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 13.6 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. 13.7 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. F:\Users\PBW\Shared\Contracts\FY3415 CURRENT PROIECrs\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP35- 0021\SPECS SUPPLEMENTAL C-6079.doc 41 14.0 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 NEMATS2-2 standards. Cabinet Construction The following items are included in the cabinet assembly: • For 16 position main panel • Type "0", "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. 14.1 GENERAL National Electrical Manufacturers Association, Traffic Control Systems, NEMA Standards Publication: TS2-Latest release. 14.2 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. 14.3 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. 14.4 CABINET STANDARDS 14.4.1 CABINET CONSTRUCTION A complete NEMA TS2 Type 2 Plug N Go in a Type "O", "P" or "R" aluminum cabinet as indicated on the plans shall be supplied. Cabinets shall meet, as a minimum, all applicable sections of the NEMA Standard Publication. Where differences occur, this specification shall govern. The cabinets shall meet the following criteria: • Material shall be 5052-H32 0.125 -inch thick aluminum F:\Users\PBW\Shared\Contracts\FY14-1S CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 42 • 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 computertable 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.). 14.4.2 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 "O" and "R" cabinets shall have three (3) shelves. 14.5 CABINET WIRING 14.5.1 EQUIPMENT ACCESSIBILITY All mounted panels and equipment shall have a minimum tool access clearance of 6". 14.5.2 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. 14.5.3 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. 14.5.4 CABINETLIGHTASSEMBLY 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. 14.5.5 LIGHTENING SUPPRESSION The cabinet shall be equipped with an EDCO model SHP-300-10 surge arrester. 14.5.6 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 breaker shall 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. F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 43 14.5.7 CONVENIENCE OUTLET Three Duplex outlets shall be supplied. 1. Is for short term equipment use and shall be a 120 volt AC, 1S 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. 14.5.8 INSIDEAUX 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). 14.5.9 2 -POSITION AUT01FLASH 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. 14.5.103 -POSITION AUTolOFFION STOP TIME — SWITCH When in the Auto position the controller shall be stop timed when the police door AUTO/FLASH switch is in the flash position or MMU flash. If in the off position the switch will release all stop time from controller. In the On position the switch shall maintain a continuous stop time to the controller. 14.5.112 -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. 14.5.12 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. 14.5.132 -POSITION SIGNALS ON/OFF SWITCH In the On position the field displays shall show either normal operation or flash. In the Off position, power shall be removed from signal heads in the intersection. The controller shall continue to operate. In the OFF position, the MMU shall not conflict or require reset. 14.5.142 -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. 14.5.15CAeLES 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. 14.5.16COLOR CODING All cabinet wiring shall be color coded as follows: F:\Users\PBW\Shared\Contracts\FY34-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 -Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 44 • 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 14.5.17MAIN-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. 14.5.I8FLASHING 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. 14.5.19DETECTOR RACK AND INTERFACE A minimum of one vehicle loop detector rack and one detector interface panel shall be provided in each cabinet. Each rack shall support up to (16) sixteen channels of loop detection, two 2- channel of EVP devices, and one (1) BIU. 14.5.20 PREEMPTION WIRING The cabinet shall be completely wired for Rail Road or EVP preemption as needed if specified on the plans. 14.5.21 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. 14.5.22FIELD TERMINAL LOCATIONs Field terminals shall be located at the bottom of the main panel and angled forward for easy viewing and wiring. Their order shall be left to right beginning with phase one and following the order of the load switches. Field terminals shall be of the barrier type. 14.6 CABINET EQUIPMENT 14.6.1 CONTROLLER UNIT Shall be an ASC/3-2100 Controller provided with NTCIP level 2 protocol, ECPIP & AB3418 basic with Ethernet communications module and data key. F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 45 14.6.2 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. 14.6.3 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. 14.6.4 BIU (BUS INTERFACE UNIT) BIU's shall meet all T52-1992 section 8 requirements. In addition all BIU's shall provide 3 separate front panel indicators. Power, Valid Data and Transmit. 14.6.5 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. 14.6.6 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. 14.6.7 POWER BUSASSEMBLY 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. 14.6.8 INTERCONNECT TERMINATION All cabinets shall be supply with interconnect termination blocks, Siemons model # S66M1-S0 and sub- base. 14.6.9 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. 14.6.10FLASHER UNIT All flasher units shall meet NEMA TS-2, Section 6 requirements and shall be EDI model 810 or equivalent. 14.6.11 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. 14.6.12 CABINET WIRING PRINTS The cabinet wiring prints shall be arranged in a simplistic way in terms of reading prints on three pages. F:\User5\PBW\Shared\Contracts\FV14-15 CURRENT PROJECTS\300-TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 46 14.6.13TESTING 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. 14.6.14 EQUIPMENT TURN ON REQUIREMENTS An Econolite representative and a signal technician from the city shall be present at the time of the controller assembly turn on. The representative shall be fully qualified to work on the controller assembly equipment. The City shall be notified at least 7 working days prior to intersection turn -on. F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 47 15.0 STANDARDS, STEEL PEDESTALS, AND POSTS 15.1 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. 15.2 FOUNDATIONS Portland Cement Concrete (PCC) shall be Class 560-C-3250 concrete prepared in accordance with the 2003 Standard Specifications for Public Works Construction. Portland cement used shall be Type V. Placement of concrete shall conform to the provisions in Section 51, "Concrete Structures" of the State Standard Specifications. Non -conflicting foundations to be abandoned shall be removed to a depth not less than 36 inches (3 feet) below the surface of the sidewalk or unfinished ground. All conflicting foundations shall be removed completely. Foundation concrete shall be vibrated to eliminate air pockets. The Contractor shall define exact location of all utilities in the vicinity of the new foundations, by hand digging if necessary. After all utilities are established, Contractor shall contact the Engineer for authorization of specific foundation location. Foundations shall be hand -dug until clear of obstructions. 15.3 PAINT AND POWDER COATING If shown on plans, Standards, Steel Pedestals, and Posts shall have a finished color coating per Section 24.0 of the Special Provision Supplemental. F:\Users\PBW\Shared\Contracts\FY34-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 48 16.0 SERVICE ENCLOSURES 16.1 GENERAL Electrical service shall be modified Type II or Type III -BF, unless otherwise shown on the plans, and furnished by the Contractor. It shall be equipped with five (5) circuit breakers (50 amp main, 15 amp ISNS (illuminated street name sign), 30 -amp lighting, and 15 amp spare, and 50 -amp signal) and test blocks inside cabinet. For Type II Enclosures refer to State Standard Plans ES -213 and City Standard 910-L (P and R cabinets) and for Type III -BF Enclosures refer to State Standard Plan ES -2E for further details. Service enclosure shall be coated to match the traffic signal cabinet. 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 contractor's responsibility to verify the location of service to make arrangements for necessary connection for the traffic signal and lighting system. If an alternate service location is necessary due to a utility conflict or Edison requirement. The alternate location shall be approved by the Engineer. The Contractor shall contact Edison within three days of receiving the Notice to Proceed. Contractor is responsible to determine and verify the exact location of electrical service. Failure to comply shall be a basis for rejecting requests for additional working days based upon utility company delays. F:\Users\PBW\Shared\Contracts\FY1415 CURRENT PROJECTS\300-TRAFFIC\C-6079 -Traffic Signal Modernization, Phase B CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 49 17.0 SIGNAL FACES 17.1 VEHICLE SIGNAL FACES Installed vehicle indications/heads shall be furnished new, including mounting framework and hardware. Indications/heads shall be made of structural plastic and colored black. 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. Indications/heads shall be made of structural plastic and colored black. Where pedestrian signal faces are to be powder coated, new pedestrian housings shall be metal. Otherwise, new pedestrian assemblies shall have structural polycarbonate. Type A indications with Stainless steel hardware and shall be furnished with bronze terminal compartments. 17.3 LIGHT EMITTING DIODE (LED) MODULES All Vehicle indications shall be 12 inch LED and shall be Gelcore or Dialight brand (or Agency approved equal). All Pedestrian indications shall be Countdown LED and shall be Gelcore or Dialight brand (or Agency approved equal). 17.4 PAINT AND POWDER COATING If shown on plans, Vehicle and Pedestrian faces and equipment shall have a finished color coating per Section 24.0 of the Special Provision Supplemental. F:\Users\PBW\$hared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase g CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 50 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. Detector loops shall be installed per Attachment A. Lead loops shall modified Type E, and placed immediately behind the limit line/crosswalk. Remaining presence loops shall be Type E, spaced 10 feet apart and installed per Caltrans Standard Plans ES -5A and ES -SB. Bicycle loops shall be Caltrans 3' x 6' Type D loop detector. Loop wire shall be Type 2. Loop detector lead-in cable (DLC) shall be Type B. Loop sealant shall be Hot -Melt Rubberized Asphalt Sealant All installed loop detectors shall be completely functional to the satisfaction of the Engineer prior to the turn -on of the modified traffic signal. F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 51 19.0 PUSH BUTTON ASSEMBLIES 19.1 PEDESTRIAN PUSH BUTTON ASSEMBLIES Installed pedestrian and bicycle push buttons/assemblies shall be furnished new, including mounting hardware. Pedestrian push button signs, for push button assemblies to be installed on pedestrian push button posts shall be 5" x 7-1/2". All other pedestrian push button signs shall be 9" x 12" and shall not extend beyond the mounting framework. Pedestrian push button assemblies shall comply with ADA requirements (Federal Register/Vol. 59, No. 117, Section 14.2.5). 19.2 BICYCLE PUSH BUTTON ASSEMBLIES Installation of push button assemblies for bicycle use shall be in accordance with City Standard Plans STD -913-L and STD -914-L and shall be 5" x 7-1/2". 19.3 PAINT AND POWDER COATING If shown on plans, Pedestrian and Bicycle push button assemblies shall have a finished coating per Section 24.0 of the Special Provision Supplemental. F:\Users\PBW\Shared\Contracts\FV1415 CURRENT PROJECTS\300- TRAFFIC\C-6079-Traffic Signal Modernization, Phase S CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 52 20.0 LIGHTING 20.1 LED LUMINAIRES Luminaires shall conform to the provision in Section 86-6, 'lighting' of the SSS, the approved Caltrans LED Lighting Purchase Specification and these Special Provisions. Each luminaire shall consist of an assembly that utilizes LEDs as the light source. In addition, a complete luminaire shall consist of a housing, LED array, and electronic driver (power supply). Each luminaire shall be rated for a minimum operational life of 63,000 hours. Each luminaire will operate at an average operating time of 11.5 hours per night. Each luminaire is expected to have a minimum operational life of 180 months (15years). The luminaires to be installed shall be 120 volt with integral constant wattage ballast and detachable power unit assemblies. The power unit assemblies shall contain the ballast, starter board, capacitors, and a heavy duty terminal block. The luminaire on -board circuitry shall include surge protection devices (SPD) to withstand high repetition noise transients as a result of utility line switching, nearby lightning strikes, and other interference. The luminaire shall be operationally compatible with currently used lighting control systems and photoelectric controls. The luminaire shall provide true ninety -degree (90 degree) cutoff with no light emitted above the horizontal. The lower edge of the luminaire housing shall extend below the light source and all glassware. Glare shields external to the luminaire will not be accepted. The luminaire optical assembly shall be sealed, watertight, and filtered to prevent contamination from infiltration of gaseous and particulate matter. The lamp socket shall be factory preset to produce a medium cutoff IES Type III light distribution. When the components are mounted on a down opening door, the door shall be hinged and secured to the luminaire housing separately from the refractor or lens frame. The door shall be secured to the housing in a manner to prevent its accidental opening. A safety cable shall mechanically connect the door to the housing. The manufacturer shall provide a warranty against loss of performance and defects in materials and workmanship for the luminaires for a period of 84 months after acceptance of the luminaires. Replacement luminaires shall be provided promptly after receipt of luminaires that have failed at no cost to the City. All warranty documentation shall be given to the City. All LED luminaires shall be General Electric "EVOLVE" series 250W OR 20OW equivalents (see plans for exact wattage per location) approved equal, or as shown on the approved plans. Contractor shall have manufacturer technician on-site for final acceptance testing and approval of LED luminaires. F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP35- 0021\SPECS SUPPLEMENTAL C-6079.doc 53 20.2 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 25OW OR 20OW (see plans) HPS with light distribution M -C-3, approved equal, or as shown on the approved plans. 20.3 HIGH PRESSURE SODIUM LAMP BALLASTS The twelfth paragraph in Section 86-6.01A, "High Pressure Sodium Lamp Ballasts", of the Standard Specifications is amended to read: "Ballasts for luminaires to be mounted on most arms, brackets, or lowering assemblies shall be the regulator type and shall be located within the luminaire housing. The ballast for each horizontally mounted luminaire shall consist of components mounted on a down -opening door. The door shall be hinged and secured to the luminaire housing separately from the refractor or flat lens frame. The door shall be easily removable and replaceable. The door shall be secured to the housing in a manner to prevent its accidental opening when the refractor or flat -lens frame is opened." 20.4 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. S. 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. 20.5 LEAD TYPE REGULATOR BALLASTS Each lead type regulator ballast (CWA-constant wattage autoregulator) shall, when operated with the appropriate lamp, have the following characteristics and shall maintain the following lamp operation: F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 54 1. The power factor shall be not less than 90 percent when the ballast is operated at nominal line voltage with a nominally -rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 30 percent for 10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballast design center shall not vary by more than 7-1/2 percent from rated lamp watts. 4. The ballast shall be designed so that a capacitance variation of 6 percent will not cause more than an 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of 10 percent at any lamp voltage from initial through life." 20.6 PHOTOELECTRIC CONTROLS Type IV photoelectric (shorting caps) controls shall be provided on each luminaire. 20.7 LED INTERNALLY ILLUMINATED STREET NAME SIGNS All street name signs shall be furnished and replaced new, including mounting brackets and hardware. Internally illuminated street name signs shall conform to Section 86-6.065 of the State Standard Specifications. Type A signs with Type IV photoelectric controls shall be installed where shown on the plans. The contractor shall provide shop drawings of all of the required sign legends for review by the Engineer. IISNS shall be NuArt EdgeLit (NAIM-72-LED-D or NAIM-96-LED-D) with mounting brackets or approved equal. Sign legends shall be white on blue background with Newport Beach logo per Attachment B. 20.8 PAINT AND POWDER COATING If shown on plans, Internally Illuminated Street Names Sign Housings shall have a finished coating per Section 24.0 of the Special Provision Supplemental. F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 55 21.0 OPTICOM PRIORITY CONTROL SYSTEM Emergency Vehicle Pre-empt (EVP) systems are to be furnished new and installed by the Contractor per the plans. The Contractor shall arrange for a representative of the manufacturer to test the operation of the systems after installation. On new cabinet installations, the Model 764 phase selector units shall be installed in the vehicle detection rack by the cabinet manufacturer. For modifications of existing cabinets, the phase selector units shall be installed in a new Model 760 rack or if vehicle detector rack is not available/full. The EVP system shall consist of the following components: • Model 764 phase selector units, • Model 760 rack (if required), • Model 722 Optical Detector Units • Model 138 Optical Detector Cable Contractor shall coordinate with the Manufacturer to have a technician onsite the date of the signal turn -on. F:\Users\PBW\Shared\Contracts\FY14-15 CU RRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 56 22.0 BATTERY BACKUP SYSTEM The Contractor shall furnish and install a 24 volt Dimensions Battery Backup System (BBS) for use with a Nema system (shelf -mount) as detailed on plans. The Contractor shall furnish new and install all necessary cables, wiring harness, and all other equipment and incidentals, including batteries, to connect the UPS to the traffic signal controller cabinet wiring harness to provide the intended operation. The Dimension BBS shall consist of but not be limited to: • 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. 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 "O" or "P", a separate battery cabinet shall be furnished and installed to house the batteries and inverter. The battery cabinet shall be P/N FCU104664 or approved equal, made of Aluminum alloy, and of a size and details as shown on EXHIBIT B. The battery cabinets for NEMA controller cabinets shall be finished in white to match the signal cabinet. The battery cabinet shall be mounted to the side of the signal cabinet at a minimum height of 30" above the foundation. F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 57 23.0 PAINT AND POWDER COATING All new traffic signal equipment to be installed in the Newport Center Area and/or as shown on the plans, including controller cabinet and service, poles, mast arms, vehicle heads (except inside visors and faces of back plates), pedestrian heads (except screens), push buttons assemblies, framework, terminal blocks, and signal mounting assemblies, etc. shall be coated Valmont Frost White, No. 652 (or equal) in accordance with the following requirements: Traffic signal poles and mast arms shall be coated as detailed bellow: • 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. F:\Users\PBw\Shared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 58 24.0 SIGNS 24.1 GENERAL Sign shall be standard size per the California MUTCD unless otherwise shown. Retroreflective sheeting shall be, Type 4 or greater. Sign shall be made of aluminum (.08 inch thickness). New Sign Posts shall be 14 gauge 2 inch square (OD) unistrut installed into a 12 gauge 2 X inch unistrut (OD) base. Unistrut base shall be installed at a depth of 18 inches in concrete and 30 inches in dirt. Contractor shall USA location prior to installing sign. Sign mounting hardware and brackets shall be stainless steel. Anti -seize lubricant shall be applied to mounting hardware prior to installation. Signs shall be installed at a clear height of seven feet unless otherwise shown on plans. Location of signs shown on plans is approximate and shall be approved by the City prior to installation. Signs installed on or adjacent to bicycle sidewalks, paths, or walkways should be installed at a clear height of eight feet. F:\Users\PBW\Shared\Contracts\FY1415 CURRENT PROJEC7FS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 59 ATTACHMENT A Vehicle Detector Loop Standard Plan F:\Users\PBW\Shared\Contracts\FV1415 CURRENT PROJECTS\300 - TRAFFIC\C-6079 - Traffic Signal Modernization, Phase 8 CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc M LIMIT LINE OR CROSSWALK PER PLAN / LEGEND: 1-OX DETECTOR INPUT FOR THROUGH 00 PHASES 1-0Y DETECTOR INPUT FOR LEFT TURN m PHASES Iml OXB BICYCLE LOOP DETECTOR INPUT -000,001 I O DETECTOR E LOOP 3-Ox LEFT TURN MODIFIED CALTRANS TYPE E LOOP O I LANE 0 DETECTOR THROUGH CALTRANS TYPE D LOOP LANES DETECTOR (3'x6') BIKE LANE 0 I II 1-0Y I EDGE OF GUTTER CURB FACE 001° 1-OJX 12-0X NOTES: 1. UNLESS OTHERWISE INDICATED TYPE E LOOPS SHALL BE V DIAMETER AND TYPE D LOOPS SHALL BE 3'x6'. 2. LOOPS SHALL BE CENTERED IN THE LANE UNLESS OTHERWISE SHOWN. PLACE LIMIT LINE LOOPS 2' IN ADVANCE OF CROSSWALK. 3. A MAXIMUM OF 4 LOOP DETECTORS SHALL BE ON 1 DLC. CITY OF NEWPORT BEACH LOOP DETECTOR DETAIL PUBLIC WORKS DEPARTMENT SHEET 1 OF 2 TWISTED CLOCKWISE INTO Start Finish A PAIR (AT LEAST 2 TURNS PER FOOT) WINDING DETAIL MODIFIED TYPE E LOOP DETECTOR (NOT TO SCALE) Z � 00 0 `° DO O Lo SAWCUT DETAIL MODIFIED TYPE E LOOP DETECTOR (NOT TO SCALE) CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LOOP DETECTOR DETAIL SHEET 2 OF 2 ATTACHMENT B IISNS Sign Detail F:\Users\PBW\Shared\Contracts\FY14-15 CURRENT PROJECTS\300 - TRAFFIC\C-6079 -Traffic Signal Modernization, Phase B CAP15- 0021\SPECS SUPPLEMENTAL C-6079.doc 61 W D Q J z M::) 'o Q CY ry U W Y Q U W Q Li. m CD z_ ry LLJ H H 2 FLLJ - m Of W Q O m Q J O C� N CITY OF NEWPORT BEACII PUBLIC WORKS DITAR I'MENT APPROt ED At �, RCE NO j ('ih E.ngmecr Drama CD —r Date: 00.'04'201i Scale: N.T.S. DRAWING NO. Q Z Q U Z O 2 (Y � W Z Q O O m J � Q J W Q O � C� L) U _U W L, J = Z W O > ^ W O W LLJO W (Y W CQ Z H U f W Oz p r� m W W 0) Q U W J CL W ~(n V Q m U O z F— O W Q Q E7 � Q Z co W Q W _Q J J O -i F— < W m z m J � Ln 00 V)Q r N ry Li 0 O w Q Q U Q Q O > ZJ CL' O D Q J Q U z CL Q U WC3 W m a o m m Q d 0 0 m C� O Li O O 0 0 0 Q W UO Co W0 O D mw O O O 0o Z J J J QQ D a �O IY z Z Q Q Q U CDw tY m (n (f) N (n H U } �W Oz F~- I~- m J -j U U U Q� APPROt ED At �, RCE NO j ('ih E.ngmecr Drama CD —r Date: 00.'04'201i Scale: N.T.S. DRAWING NO. ATTACHMENT C IISNS Modification Location Detail F:\Users\P8W\Shared\Contracts\FY34-15 CURRENT PROJECTS\300- TRAFFIC\C-6079 -Traffic Signal Modernization, Phase 8 CAP1S- 0021\SPECS SUPPLEMENTAL C-6079.doc RE, INTERSECTION STREET NAME SIGN REPLACEMENT LOCATIONS CITY OF NEWPORT BEACH TRAFFIC SIGNAL MODERNIZATION PROJECT - PHASE 8 (C-6079) LOCATION 1: SAN MIGUEL DRIVE @ YACHT COQUETTE/PORT SUTTON SIGN LOCATION # OF PANELS TEXT SW 2 Port Sutton SE 2 San Miguel NW 2 San Miguel NE 2 Yacht Coquette LOCATION 2: SAN MIGUEL DRIVE @ SPY GLASS HILL/EASTGATE SIGN LOCATION # OF PANELS TEXT SW 2 Eastgate SE 2 San Miguel NW 2 San Miguel NE 2 Spyglass Hill LOCATION 3: SAN MIGUEL DRIVE @ PORT RAMSEY SIGN LOCATION # OF PANELS TEXT SW 2 Port Ramsey NE 2 Port Ramsey NW 1* San Miguel *Rear side of sign (facing home) shall be opaque CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach.' Date Received: 10/5/15 Dept./Contact Received From: Raymund Date Completed: 10/5/15 Sent to: Raymund By: Chris/Alicia Company/Person required to have certificate: Pro -Tech Engineering Type of contract: Public Works I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 4/1/15-4/1/16 A. INSURANCE COMPANY: Benchmark Insurance Company B. AM BEST RATING (A-: VII or greater): A-: VII C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? D. LIMITS (Must be $1 M or greater): What is limit provided? E. ADDITIONAL INSURED ENDORSEMENT — pleaseattach F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does not apply to Waste Haulers or Recreation) G. ADDITIONAL INSURED FOR PRODUCTS AND COMPLETED OPERATIONS ENDORSEMENT (completed Operations status does not apply to Waste Haulers) H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? K. ELECTED SCMAF COVERAGE (RECREATION ONLY): L. NOTICE OF CANCELLATION: E Yes ❑ No 1,000,000/2,000,000/2.000,000 E Yes ❑ No ® Yes ❑ No ® Yes ❑ No E Yes ❑ No E Yes ❑ No ❑ Yes E No E NIA ❑ Yes ❑ No ❑ N/A E Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 4/1/15-4/1/16 A. INSURANCE COMPANY: Merastar Insurance Company B. AM BEST RATING (A-: VII or greater) A -:XI C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? E 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? 2,000,000 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): E N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ NIA ❑ Yes E No H. NOTICE OF CANCELLATION: ❑ NIA E Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 1/18/15 —1/18/16 A. INSURANCE COMPANY: National Liability & Fire Ins Co. B. AM BEST RATING (A-: VII or greater): A++: XV C. ADMITTED Company (Must be California Admitted): D. WORKERS' COMPENSATION LIMIT: Statutory E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater) F. WAIVER OF SUBROGATION (To include): Is it included? G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM NOTICE OF CANCELLATION: ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY V BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? Approved: 0 Agent of Alliant Insurance Services Broker of record for the City of Newport Beach 11/5/15 Date ® Yes ❑ No ® Yes ❑ No 1,000,000 ❑ Yes ® No ® N/A ❑ Yes ❑ No ❑ NIA ® Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® 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: Risk Management approves WC WOS 11/5/15 Approved: Risk Management * Subject to the terms of the contract.