Loading...
HomeMy WebLinkAboutCastello Inc; 2000-04-20; 3602# ,o - Recording requested by: CITY OF CARLSBAD When recorded mail to: City Clerk City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92008 Notice is hereby given that: ) ) ) ) ) ) ) ) ) ) DOC~ 2001-0044035 JAN 25, 2001 2:33 (fFICIAL RECORDS PM SAN DIEGO COUNTY RECORDER'S OFFICE GREGORY J. SMITH, COUNTY REr.oRDER FEES: 0.00 Space above this line for Recorder's Use NOTICE OF COMPLETION 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work of improvement on the property hereinafter described was completed on November 18, 2000. 6. The name of the contractor, if any, for such work of improvement is Castello Inc .. 7. The property on which said work of improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as the Widening of Palomar Airport Road from El Camino Real to Melrose Drive, Project No. 3602, and Palomar Airport Road and El Camino Real Turn Lanes, Project No. 3676. 8. The address of said property is within the limits of the City of Carlsbad. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Council of said City on January 9 , 2001, accepted the above described work as completed and ordered that a Notice of Completion be filed. ft'3 1&,017 I declare under penalty of perjury that the foregoing is true and correct. Executed on January 10 t-C,-0/ , 2001, at Carlsbad, California. CITY OF CARLSBAD ~)n?/mt, iNEM.WooD City Clerk CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/O #5 Project: #3602, PALOMAR AIRPORT ROAD Date Routed: 1/2;;{qc ~ --- 1/3'/0/ • Reason for change: Public Works Director/City Engineer Engineering lnsp,n Finance Director, City Manager/Ma r Engineering Inspection Item 1 Additional paving is required to provide proper drainage at existing joins. COST ACCOUNTING: Original contract amount ................................................................ $ Total amount this c/o ...................................................................... $ Total amount of previous c/o's ....................................................... $ Total c/o's to date .......................................................................... $ New Contract Amount .................................................................... $ Total c/o's as% of original contract ................................................ .. Contingency monies encumbered ................................................... $ Contingency increase or decrease .................................................. $ Contingency Subtotal ...................................................................... $ Total c/o's to date ........................................................................... $ Contingency Balance ...................................................................... $ 629,156.00 5,000.00 191,883.60 196,883.60 826,039.60 31.3% 120,000.00 180,000.00 300,000.00 196,883.60 103,116.40 CITY OF CARLSBAD PROJECT: #3602, PALOMAR AIRPORT ROAD CONTRACT CHANGE ORDER NO. 5 CONTRACT NO.: 3602/3676 P.O. NO. P107886 ACCOUNT NO.: 34270009060/36021900 & 30070009060/36022900 CONTRACTOR: CASTELLO CORPORATION ADDRESS: 480 CORPORA TE DRIVE ESCONDIDO, CA 92029 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to subsection 3-3, Extra Work, SSPWC 1997, the Special Provisions, and as directed by the Engineer, perform the following: Item 1: Perform remedial paving work including cold milling, tack coat, paving, and re-striping as required at Stations 108+50, 122+50, 137+00, and 142+00 to provide proper drainage. This work shall be performed in conjunction with the additional remedial paving required at other locations which are the responsibility of the Contractor. Estimated increase to contract cost ........................... $ 5,000.00 ESTIMATED INCREASE TO CONTRACT COST .......................... $ 5,000.00 #3602, PALOMAR AIRPORT ROAD Change Order No. 5 Page 2 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE EXTENDED BY THIS CHANGE ORDER. RECOMMENDED BY: ' ,c. (> t R(DATE) ~ 6fw.., ~tlr I-JI-I -zz-01 FmE DIREc oR (DATE) DISTRUBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR DEPUTY CITY ENGINEER, DESIGN ~~232001 fuVNAGERJ~~~ ;::l Jan-10-01 10:0SA SOUTHLAND PAVING.INC 760 747 1073 P.01 ~Ai #il#Oi. CO~':> ~,,s:K Ot.mlLAND PAVING, INC. ,Sl Noni! Hala Avenue• ~andiclo. CA 9'l1121l-1116 • Phone: 160-147•6895 • Fax: 7&0-74,.,008 ' ,,, ...,..JIii'" ~ December 29, 2000 Steve Davey CASTELLO, INC. 457 Cor,,ot"ate Drive Escondido. CA 92029 JAN I o ?r,- Ref; PALOMAR AIRPORT ROAD WIDENING -CITY OF CA.RL.SBAD SPI Job No. 4172 Dear Steve, As you aware ihere is some repair paving that needs to be completed on Palomar Ail'i)ort Road. r met with Duane Soileau from thi.: City of Carlsbad this week to outline the areas of work and the responsibilities for each. It appears there arc probably a total of eight to ten areas that need to be ground and repaved. Two or three areas 11Te our responsibility, two or three are the City of Carlsbad responsibility where our new pavement meets their existing pavement. and two or three &rea$ arc Cas1ello's where equipment gouges damaged the ci<.istlng pavement. Un leas .somettiing unforeseen occurs it appears that wt: .::an do aU the work with a small grinder and pave crew in a .. one day" operation. Dave Jenson indicated that with proµer notice he would s1:t up traffic control. Our Time and Materlal charges to perform the work would be as follows: . Formanrrruck Grinder/Operator Bobtail truck /Oriver Roller/Operator Rak.er Laborer (3) &beat Sweeper Tool Truck ½" Ai.phah $45.00/hour S l4S.OO/hour $55.00/hour $55.00/hour $35 .00/bour $32.00/llour $6:S .00/hour $15.00/hour $32_00/ton With a six hour day and fifteen ton:s tons of asphalt we would be at a total cost ofSJ,546.00. We could either split this total three ways or with Dan and Duane pre$ent we could breakout the time and material used for each of the three parties. Obviously this time and material is an approximation only and the actual total could be more or less depending on the size of the areas we are directed to pave. Please give me a call after you've had a chance to review this- Sincerely, SOiS:-~'INC. D11.11 Devlin Project Manager D0/jb N:'M1 Documom1:1\DeVLIN'\Ca:.tcllo.4176.l.2.doc; J \ "' c:...e.. 4--C-.\-r @ T~M .... ~r· ot-C~ ~~ ~ ~V\ "'C~ CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/O #4 Project: #3602, PALOMAR AIRPORT ROAD Date Routed: Reason for change: Public Works Director/City Engineer Engineering Inspection Finance Director City Manager/Mayor Engineering Inspection Item 1 Signal modifications are required to provide adequate clearance for bicyclists and to replace existing deteriorated equipment. Item 2 A larger median curb is required to match existing median curb and gutter. COST ACCOUNTING: Original contract amount ................................................................ $ Total amount this c/o ...................................................................... $ Total amount of previous c/o's ....................................................... $ Total c/o's to date .......................................................................... $ New Contract Amount .................................................................... $ Total c/o's as% of original contract ................................................. . Contingency monies encumbered ................................................... $ Contingency increase or decrease .................................................. $ Contingency Subtotal ...................................................................... $ Total c/o's to date ........................................................................... $ Contingency Balance ...................................................................... $ 629,156.00 6,000.00 185,883.60 v' 191,883.60 .,,,,- 821,039.00 30.5% 120,000.001 180,000.00 ' 300,000.00 191,883.60 / 108,116.40 CITY OF CARLSBAD PROJECT: #3602, PALOMAR AIRPORT ROAD CONTRACT CHANGE ORDER NO. 4 CONTRACT NO.: 3602/3676 P.O. NO. P107886 ACCOUNT NO.: 34270009060/36021900 & 30070009060/36022900 CONTRACTOR: CASTELLO CORPORATION ADDRESS: 480 CORPORA TE DRIVE ESCONDIDO, CA 92029 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to subsection 3-3, Extra Work, SSPWC 1997, the Special Provisions, and as directed by the Engineer, perform the following: Item 1: Remove and salvage Pole F indicated on Drawing 370-2, Sheet 12. Provide and install (3) 12-inch 3-section poly head signal indicators, (1) SV3T signal framework, (1) SP2T signal framework, (2) pedestrian poly head indicators, and (2) pedestrian push buttons with framework and signs on Pole E. Re-use the existing LED indicators salvaged from Pole F with the appropriate head lens type. Estimated increase to contract cost ........................... $ 5,000.00 Item 2: Install type G-1 median curb in lieu of type 8-1 median curb. Estimated Increase to contract cost.. ......................... $ 1,000.00 ESTIMATED INCREASE TO CONTRACT COST .......................... $ 6,000.00 #3602, PALOMAR AIRPORT ROAD Change Order No. 4 Page 2 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE EXTENDED BY 14 CALENDAR DAYS BY THIS CHANGE ORDER. RECOMMENDED BY: ~£~ '0t~ PUBLICORKS MANAGER (DA E) DISTRUBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR DEPUTY CITY ENGINEER, DESIGN CITY NOV 1 6 2000 I CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/O #3 Project: #3602, PALOMAR AIRPORT ROAD Date Routed: ~ ~ 0\8\ot> <Z,10-00 Reason for change: Public Works Director/City Engineer Engineering Inspection Finance Director City Manager/Mayor Engineering Inspection Item 1 Two water meter boxes and appurtenances must be lowered to provide proper clearance under the new road. Item 2 An existing masonry wall on Palomar Airport Road damaged by a motorist should be repaired. Item 3 The slopes created by this project must be hydro-seeded for erosion control for the upcoming winter. COST ACCOUNTING: Original contract amount ................................................................ $ Total amount this c/o ...................................................................... $ Total amount of previous c/o's ....................................................... $ Total c/o's to date .......................................................................... $ New Contract Amount .................................................................... $ Total c/o's as% of original contract ................................................. . Contingency monies encumbered ................................................... $ Contingency increase or decrease .................................................. $ Contingency Subtotal ...................................................................... $ Total c/o's to date ........................................................................... $ Contingency Balance ...................................................................... $ 629, 156.00./ 14,000.00 1 171,883.60 185,883.60,/ 815,039.60 29.5% 120,000.00/ 180,000.00 . ../ 300,000.00 / 185,883.60~ 114,116.40 CITY OF CARLSBAD PROJECT: #3602, PALOMAR AIRPORT ROAD CONTRACT CHANGE ORDER NO. 3 CONTRACT NO.: 3602/3676 P.O. NO. P107886 ACCOUNT NO.: 34270009060/36021900 & 30070009060/36022900 CONTRACTOR: CASTELLO CORPORATION ADDRESS: 457 CORPORA TE DRIVE ESCONDIDO, CA 92029 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to subsection 3-3, Extra Work, SSPWC 1997, the Special Provisions, and as directed by the Engineer, perform the following: Item 1: Extend the relocation of the two (2) existing water meter vaults and appurtenant piping per attached sketch to locate behind back of proposed sidewalk and to provide a minimum of three (3) feet of cover from the top of pipe to the top of proposed sidewalk at approximately Station 139+04. Replace existing spool and fittings from existing 10-inch gate valve to 10- inch by 4-inch cross. Estimated increase to contract cost.. ......................... $ 2,500.00 Item 2: Repair approximately 50 VSF of the existing masonry wall adjacent to eastbound Palomar Airport Road near the County Animal Shelter. Repair shall consist of, but is not limited to, removing the damaged block, preparing surfaces to receive new matching block, grouting new cells, straightening the bent and dented handrails, reapplying galvanizing agent to rails, all clean-up and removal of debris, traffic control, and all other associated work for the lump sum price of $4,500.00, complete. Estimated Increase to contract cost.. ......................... $ 3,000.00 · #3602, PALOMAR AIRPORT ROAD Change Order No. 3 Page 2 Pursuant to subsection 3-2.2.3, Agreed Prices, SSPWC 1997, perform the following: Item 3: Hydroseed of all graded or disturbed slopes (+/-70,000SF) adjacent to eastbound Palomar Airport Road with a non-irrigated Bromus grass seed with binder and fertilizer as recommended by manufacturer, supplier, and industry standard. Work includes preparation and moistening of area to receive application, providing and applying the seed, fertilizer and binder mixture, all traffic control, and cleaning and disposal of debris for the lump sum price of $8,500.00, complete. Increase to contract cost ........................................... $ ESTIMATED INCREASE TO CONTRACT COST .......................... $ 8,500.00 14,000.00 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER. RECOMMENDED BY: STRUCTION MAN L.i/si £. ~ 1/z-7/CTO PUBLIC VVRKS MANAGER(DAtE) ;__,i/~~1/oD (DATE) DISTRUBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR DEPUTY CITY ENGINEER, DESIGN APPROVED BY: # ?-i/ZM·~.-v CONTRACTOR c?-2-oc, (DATE) s\B\C() (DATE) CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/O #2 Project: #3602, PALOMAR AIRPORT ROAD Date Routed: ~· (<)·2-7 Public Works Director/City Engineer Engineering Ins~ Finance Directo~ ')-S-oo City Manager/Mayor Engineering Inspection Reason for change: Items 1-17 This work is added to this contract so that the intersection of Palomar Airport Road and El Camino Real may better meet growth management standards. Execution of this contract change order is authorized under Council Resolution 2000- 96. COST ACCOUNTING: Original contract amount ................................................................ $ Total amount this c/o ...................................................................... $ Total amount of previous c/o's ....................................................... $ Total c/o's to date .......................................................................... $ New Contract Amount .................................................................... $ Total c/o's as% of original contract ................................................. . Contingency monies encumbered ................................................... $ Contingency increase or decrease .................................................. $ Contingency Subtotal ...................................................................... $ Total c/o's to date ........................................................................... $ Contingency Balance ...................................................................... $ 629,156.00 166,033.60 5,850.00 171,883.60 801,039.60 27.3% 120,000.00 180,000.00 300,000.00 171,883.60 128,116.40 CITY OF CARLSBAD PROJECT: #3602, PALOMAR AIRPORT ROAD CONTRACT CHANGE ORDER NO. 2 CONTRACT NO.: 3602/3676 P.O. NO. P107886 ACCOUNT NO.: 33770009060/36761900 CONTRACTOR: CASTELLO CORPORATION ADDRESS: 457 CORPORA TE DRIVE ESCONDIDO, CA 92029 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to subsection 3-3, Agreed Prices, SSPWC 1997, the Special Provisions, and the Plans entitled Palomar Airport Road And El Camino Real Right Turn Lanes (Dwg. 386-6), perform the following: Item 1: Provide, install, maintain, and remove traffic control including K-rail for the lump sum price of $26,733.00, complete. Increase to contract cost ........................................... $ 26,733.00 Item 2: Perform all clearing and grubbing and dispose of resultant material for the lump sum price of $18,100, complete. Increase to contract cost ........................................... $ 18,100.00 Item 3: Perform approximately 1,040 CY of unclassified excavation at $20.00/CY; 1040 CY x $20.00/CY = $20,800.00. Increase to contract cost ........................................... $ 20,800.00 #3602, PALOMAR AIRPORT ROAD Change Order No. 2 Page 2 Item 4: Provide, place, and compact approximately 1,300 tons of crushed miscellaneous base at $18.00/TON; 1,030 TONS x $18.00/TON = $18,540.00. Increase to contract cost ........................................... $ 18,540.00 Item 5: Provide, place, and compact approximately 305 tons of asphalt concrete at $44.00/TON; 305 TONS x $44.00/TON = $13,420.00. Increase to contract cost ........................................... $ 13,420.00 Item 6: Cold plane (Milling) approximately 1,570 SF at $2.00/SF; 1,570 SF x $2.00/SF = $3,140. Increase to contract cost ........................................... $ 3,140.00 Item 7: Adjust water valve boxes and pull boxes to grade for $169.00/EA; 5 EA x $169.00/EA = $845.00. Increase to contract cost ........................................... $ 845.00 Item 8: Install approximately 156 LF of Type "A" AC. berm at $3.00/LF; 156 LF x $3.00/LF = $468.00. Increase to contract cost ........................................... $ 468.00 Item 9: Install approximately 289 LF of 6" curb for $15.00/LF; 289 LF x $15.00/LF = $4,335.00. Increase to contract cost ........................................... $ 4,335.00 Item 1 O: Install approximately 324 LF of Type "G" curb and gutter at $20.00/LF; 324 LF x $20.00/LF = $6,480.00. Increase to contract cost ........................................... $ 6,480.00 Item 11: Install approximately 2, 178 SF of sidewalk including pedestrian ramps for $3.00/SF; 2,178 SF x $3.00/SF = $6,534.00. Increase to contract cost ........................................... $ Item 12: Install approximately 96 LF of Type "B" brow ditch at $12.60/LF, 96 LF x $12.60/LF = $1,209.60. Increase to contract cost ........................................... $ 6,534.00 1,209.60 #3602, PALOMAR AIRPORT ROAD Change Order No. 2 Page 3 Item 13: Install approximately 69 SF of masonry retaining wall at $64/SF; 69 SF x $64/SF = $4,416.00. Increase to contract cost ........................................... $ 4,416.00 Item 14: Install approximately 11 LF of concrete encasement at $88/LF; 11 LF x $88/LF = $968.00. Increase to contract cost ........................................... $ 968.00 Item 15: Install striping and signing for the lump sum price of $3,347.00, complete. Increase to contract cost ........................................... $ 3,347.00 Item 16: Modify traffic signal and street lighting for the lump sum price of $32,960.00, complete. Increase to contract cost ........................................... $ 32,960.00 Item 17: Relocate air vacuum valve assembly for the lump sum price of $3,738.00, complete. Increase to contract cost ........................................... $ 3,738.00 TOTAL INCREASE TO CONTRACT COST ................................... $ 166,033.60 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE EXTENDED BY 22 CALENDAR DAYS. #3602, PALOMAR AIRPORT ROAD Change Order No. 2 RECOMMENDED BY: _Q .. L,.: .. ~ t {?CICL i""/67> PUBLIC WORKS MANAGER (ATE) FINANCE DIRECTOR (DATE) DISTRUBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR DEPUTY CITY ENGINEER, DESIGN APPROVED BY: CONTRACTOR Page 4 6 ~ z_ Z----oc:> (DATE) CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/O #1 Project: #3602, PALOMAR AIRPORT ROAD Date Routed: f?(-;,, ~1/ I Public Works Director/City Engineer Engineering Inspection I Finance Director City Manager/Mayor Engineering Inspection Reason for change: Item 1 Item 2 Item 3 Potholing of existing utilities is required at the intersection of Palomar Airport and El Camino Real. Additional temporary fencing is required to secure Bressi Ranch. Field office trailer for City's use is not needed. COST ACCOUNTING: Original contract amount ................................................................... $ 629, 156.00./ Total amount this c/o ........................................................................ $ 5,850.00 Total amount of previous c/o's .......................................................... $ 0.00 Total c/o's to date .............................................................................. $ 5,850.00 New Contract Amount ....................................................................... $ 635,006.00 Total c/o's as% of original contract ............................................................... 0.9% Contingency monies encumbered ...................................................... $ 120,000.00.; Contingency increase or decrease ..................................................... $ 0.00 Contingency Subtotal ......................................................................... $ 120,000.00 Total c/o's to date ............................................................................... $ 5,850.00 Contingency Balance ......................................................................... $ 114,150.00 CITY OF CARLSBAD PROJECT: #3602, PALOMAR AIRPORT ROAD CONTRACT CHANGE ORDER NO. 1 CONTRACT NO. 3602 P.O. NO. P107886/ ACCOUNT NO. 34270009060/36021900' & 30070009060/36022900' CONTRACTOR: CASTELLO CORPORATION ADDRESS: 457 CORPORATE DRIVE ESCONDIDO, CA 92029 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to subsection 3-3, Extra Work, SSPWC 1997 and the Special Provisions perform the following as directed by the Engineer: Item 1 : Perform exploratory excavations to verify the depth and horizontal location of all underground utilities. Estimated increase to contract cost. ............................ $ 5,000.00 Item 2: Install, maintain, and remove temporary chain link fencing. Estimated increase to contract cost. .......................... $ 4,000.00 Pursuant to subsection 3-2.2-1, Contract Unit Prices, SSPWC 1997 and the Special Provisions: Item 3: Delete Bid Item 2, Field Office, in its entirety. Decrease to contract cost. ....................................... $ (3,150.00) ESTIMATED INCREASE TO CONTRACT COST ............................................ $ 5,850.00 • #3602, PALOMAR AIRPORT ROAD Change Order No. 1 Page 2 TOTAL INCREASE TO CONTRACT COST .......................................... $ 5,850.00 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER. RECOMMENDED BY: _J .. C NSTRUCTION ~' ,~ c/1 c__¼ .. ·'--~· lc(Ci (c)O F ANGE DIRECTOR (DATE) DISTRUBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR DEPUTY CITY ENGINEER, DESIGN APPROVED BY: ~,~6-!J--~o CONTRACTOR (DATE) -- ...., -, CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS AND SPECIAL PROVISIONS ,t Q6/7/99 FOR Palomar Airport Road CONTRACT NO. 3602 November 8, 1999 Contract No. 3602 TABLE OF CONTENTS NOTICE INVITING BIDS ........................................................................................................... 4 CONTRACTOR'S PROPOSAL .................................................................................................. 8 BID SECURITY FORM ............................................................................................................ 18 BIDDER'S BOND TO ACCOMPANY PROPOSAL. .................................................................. 19 GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID" AND "DESIGNATION OF OWNER OPERA TOR/LESSOR AND AMOUNT OF OWNER OPERATOR/LESSOR WORK" FORMS ................................ 21 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ...... 23 DESIGNATION OF OWNER OPERATOR/LESSOR AND AMOUNT OF OWNER OPERA TOR/LESSOR WORK ................................................................................................ 24 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY .................................................. 25 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE ................................ 26 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION ........................... 27 BIDDER'S STATEMENT OF RE DEBARMENT ...................................................................... 28 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD ................................................... 29 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID ................................................................................................................................ 31 CONTRACT PUBLIC WORKS ................................................................................................. 32 LABOR AND MATERIALS BOND ............................................................................................ 39 FAITHFUL PERFORMANCE/WARRANTY BOND ................................................................... 41 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION (OPTIONAL) ...................................................................................................... 43 06/7/99 Contract No. 3602 Page 2 of 168 Pages r -- ,,-./ SPECIAL PROVISIONS SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 1, GENERAL PROVISIONS ............................................................. 46 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS ............. 79 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS ..................................... 150 06/7/99 Contract No. 3602 Page 3 of 168 Pages ,-- CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Officer, on the second floor of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, until 4:00 P.M. on the 1st day of February, 2000, at which time they will be opened and read, for performing the work as follows: Removal and replacement of curb, gutter and sidewalk, traffic signal renovation and construction, removal and replacement of asphalt concrete pavement and base, cold milling, roadway and road shoulder widening, construction of raised PCC medians, construction of asphalt concrete overlay, removal and replacement of lane stripping, crosswalks, raised pavement markers, traffic and directional signs and construction and reconstruction of appurtenant landscaping, irrigation, fencing, gates and drainage structures. CONTRACT NO. 3602 This bid and the terms of the Contract Documents and Supplemental Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. The work shall be performed in strict conformity with the plans and specifications as approved by the City Council of the City of Carlsbad on file with the Engineering Department. The specifications for the work include the Standard Specifications for Public Works Construction 1997 Edition, and the 1998 and 1999 supplements thereto, all hereinafter designated "SSPWC" as issued by the Southern California Chapter of the American Public Works Association and as amended by the special provisions sections of this contract. Reference is hereby made to the specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure • performance under this Contract. section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. ~ ~6/7/99 Contract No. 3602 Page 4 of 168 Pages The documents which comprise the Bidder's proposal and that must be completed, properly executed and notarized are: 1. Contractor's Proposal. 2. Bidder's Bond. 3. Non-Collusion Affidavit. 4. Designation of Subcontractors and Amount of Subcontractor Bid. 5. Designation of Owner Operator/Lessors and Amount of Owner Operator/Lessor Work. 6. Bidder's Statement of Financial Responsibility. 7. Bidder's Statement of Technical Ability and Experience. 8. Acknowledgement of Addendum(a). 9. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 10. Bidder' s Statement Re Debarment. 11. Bidder's Disclosure Of Discipline Record. 12. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security). All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $624,000.00 . Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: A General Engineering If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at the Purchasing Department, City Hall, 1200 Carlsbad Village Drive, Carlsbad, California, for a non-refundable fee of $30.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder 06/7/99 Contract No. 3602 Page 5 of 168 Pages _,..... may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer'' for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A pre-bid meeting and tour of the project site will not be held. All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to: 1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000). 2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($10,000,000). 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($10,000,000). These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the Supplemental Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are ft Q6/7/99 Contract No. 3602 Page 6 of 168 Pages to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:V 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No 99-500 adopted on the 16th day of NOVEMBER , 19 99 . Date ft Q6/7/99 Contract No. 3602 Page 7 of 168 Pages .- City of Carlsbad •41iii1Ei--tib•l•J=i·Fliii,14,ii December 13, 1999 ADDENDUM NO. 1 RE: WIDENING OF PALOMAR AIRPORT ROAD, Contract No. 3602 -REBID Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum·-receipt acknowledged--must be attached to your Proposal Form/Bid when your bid is submitted. RUTH FLETCHER Purchasing Officer RF:jlk Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 1200 Carlsbad Village Drive• Carlsbad, CA 92008-1989 • (760) 434-2803 • FAX (760) 434-1987 @ I ~Od-.-.;l</(',,o - December 1, 1999 ADDENDUM NO. 1 PALOMAR AIRPORT ROAD CONTRACT NO. 3602 The following additions & clarifications have been made to the plans and specifications: r The existing 30-inch DIP water line shown on the plans should be changed to a 30-inch Cement Mortar Lined and Coated (CML&C) steel water line. Specifications 1. Add the following to Section 2-9 Surveying The Contractor will stake the new south right-of-way line for Palomar Airport Road at Stations 114+60, 122+60, 131+90, 140+80, 148+50 and 156+50. The staking at these six locations shall be the first item of work so that the utility company can relocate their facilities before the Contractor starts work. 2. Add the following to Section 5-2, Protection The Contractor will protect and preserve the existing 30-inch Cement Mortar Lined and Coated (CML&C) steel water line that is beneath the work area. At no time shall loads above the water line exceed 16,000 lbs. per wheel. The Contractor shall provide protection and accessibility, throughout construction, to existing valves located at the following stations: 108+05, 120+00, 122+37, 139+00, 140+48, 142+94, 155+96, 158+25. The Contractor shall submit a written plan at least 20 working days prior to work in the area of the water line to be approved by the Carlsbad Municipal Water District (CMWD) Engineering Department, which describes the equipment and methods to be used for protection of the water line and appurtenances. The written plan will include the proposed machinery and their corresponding weights, which will be used over the water line. Full compensation for this protection shall be considered as included in the prices bid for other items of work. Cross Sections In order for the bidders to evaluate the approximate quantity for bid items 5 and 6, enclosed are 4 large folded drawings of road cross sections for your review and independent calculation of the quantities for these bid items. -- -- CITY OF CARLSBAD CONTRACT NO. 3602 PALOMAR AIRPORT ROAD CONTRACTOR'S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, Special Provisions and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 3602 in accordance with the Plans, Specifications, Special Provisions and addenda thereto and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: The quantity of earthwork shown in the bid documents and quantity estimates is approximate, payment shall be made on a lump sum basis and no additional compensation will be made thereto for Extra Work. BID SCHEDULE Contract No. 3602 (Palomar Airport Road) Bid Items 1 Through 6, Grading Item No. Description 1 Schedule 2 3 Field Office .:5,x hlL%1druL Dollars per Month Mobilization and Preparatory Work -Amount Not to Exceed Approximate Quantity and Unit LS 5Mo. LS Unit Price $5,000 $ &30 Total $5,000 $ .3. l 50 -; Forty Thousand Dollars l\l1N6ff:t'd fil*:$, P4i),-5p. ....-i.L~ 5 ~ ,J €. P,Jf, /4Vrr4P#\iJ0 515ff:,JP( dt,,.'E.> k-1Jt1n.r1 ,rrvLASltV\IP K,,JH+J1 I C) Dollars per Lump Sum , d ~ f-t,t ,• ,ef f r:eeu,EIHM?! ~;z; t &• l ~ s P ,E,,.G'JtJ' 1l»e1.li)L r-J • 06/7/99 Contract No. 3602 Page 8 of 168 Pages Approximate -Item Quantity Unit No. Description and Unit Price Total 4 Clearing and Grubbing LS $ l::1 5/(o-$ I ;i s,eo-I weJ ve Hi o u._so...nd ~I vt:'.. hu.nd..--ed. ~1°-L+ee,1 Dollars per Lump Sum -. 5 Unclassified Excavation 9,600 CYD* $ lo .So $ loo 800- T~ a,y,d 57aao Dollars per Cubic Yard *Final Pay Quantity -Refer to Section 9-1.015 of Specifications 6 12-inch Recompacted Basement Subgrade 3,200 CYD* $ '-/.oo $ L;:> 800 - Fo<..Lr Dollars per Cubic Yard *Final Pay Quantity -Refer to Section 9-1.015 of Specifications -- Bid Items 7 Through 17, Street Improvements 7 Sawcutting 7,180 LF $ o.7o $ 5 o;n,, - 8 Remove and Dispose of 17,160 SF $ 1• OQ $ 17 1~0 - Existing AC and Base OQe -Dollars per Square Foot 9 6-inch AC Pavement 3,140Ton $ 37.,00 $ (/l:,/80·- IE i"c.±.~ 5,-e~a. Dollars per Ton 1 z.3, 000 -12,oo 10 Aggregate Base Material 10,250 Ton $ ~-~ $ /a3 d5cJ-s·D H11~•h>'.en "5.D-_ 5P .--1'vJ €L'1 E Dollars per Ton - " •t'6!7/99 Contract No. 3602 Page 9 of 1 68 Pages Approximate .---Item Quantity Unit No. DescriQtion and Unit Price Total SD :;.P 11 Type "A" AC Berm <r) 4,970 LF $ :i. ;,)& $ J:f2 1 ~ ::3 ir- Two Qnd 3'-,oo P 2 I ?,o JI; 43 I Dollars per Linear Foot 12 Existing Curb to be Removed 1,760 LF $ 3,oo $ 5 ;>'Bo - Thcee. Dollars per Linear Foot 13 B-1 Median Curb 1,915 LF $ ,.50 $ \ :J 31,, )_ ~ Seven ' a.,ncf 5o/(OO Dollars per Linear Foot 14 Project Signs 1 EA $ 01.:l,QO $ ~!.2-QO ~I~ h <..l.-Y1 cfr e c( -b.t.~l ~ Dollars Each ---15 Remove and Replace 5,? () ft:>14-,3 Barbed Wire Fence ';C: 1,210 LF $ ~ $ ~~D }:,~ ~, 'i..f:. /JrND '!f,!o 5.P ~p Dollars per Linear Foot 16 Signing and Striping LS $ /'::J.,O~~-$ 1:-{,D;i./,? - 'Fou.rfe.e t1. 1-hou.scu-...,{ I ~t~ .SIZ Dollars per Lump Sum .,, 17 Traffic Control LS $ //,, q7b $ 1(1;,qJ{) ~Li. nikl f/.hJ~ftt/1 D j Ii} rJ fi:. }Jv1r/i)/lHf) 5 61 ~RI r't Dollars per Lump Sum Bid Items 18 through 27, Storm Drain 18 LocaJ PCC Depressions (DS-1) 470SF $ 5.~5 $ d '-/ (p ( 5j> -,:'1 ve 0-,nd :15//00 ,,_ Dollars per Square Foot - 06/7/99 Contract No. 3602 Page 10 of 168 Pages Approximate ----Item Quantity Unit No. Description and Unit Price Total 19 Type 81 Inlet (18') 2EA $ :J. :z58 --$ q,CJt~ - FQu..f' +hou.sq_,nd ) ; ll la, bl..lh7dc.s:.d. f,Jt'j e.i5ht Dollars Each 20 Typ,e 81 Inlet (19') 1 EA $ 5' 13~-$ S. l3J- Fr ue-+hou..sQ.A-iJ one. I b f.lJJd.f'ed, M ,",,~ "±.1.LYT', Dollars Each 21 Type B2 Inlet (10') 1 EA $L/4;;u-$ 4 Lf::)_/ - £'1!.!ar +housa...nd -fou.r I ; b!.l.t:KlC.,'4. :±.~~ DQ'- Dollars Each 22 Remove Existing Clean-out 1 EA $ I I I 03 -$ I 103 - Dll.r. fhou.sa..ncl one. ; b t.1.,Y1 d C¢ '11,,-,~e..... Dollars Each 23 Existing Catch Basin to be 1 EA $ 945-$ "7'-/5 ---Removed l Ln e.-h 1..U1.d red . Drfi -}f(K Dollar Each 24 ~isting Inlet to be Removed 2EA $ gc,3 -$ 1,18<.:,- § h+ hu_,nd red nmd~ '/-hrce., Dollars ach -25 18" RCP (0-1350) One hundred 10 LF $ I (p 3 -$ l1<., 3o -; 51.zf~ f-6 r Ce ,;c ,~ 'Hoo.., Dollars er Linear Foot ,o-I 26 Terrace Ditch (075, Type D) 1,520 LF $ -~ $ ~ 9F3~' SP. 6' rl: ~ (.I ,Sp. ' 1 wz i V 9-J$'0B u /)(w O ~1>4,e Q Dollars per Linear Foot 27 Existing Ditch to be Removed JWO 2,813 LF $ d.oo $ 5 {p~(p - Dollars per Linear Foot l' • ., 6/7/99 Contract No. 3602 Page 11 of 168 Pages Item No. Description Bid Items 28 through 31, Water 28 29 30 31 Adjust Water Valve Covers and Utility Covers To Grade Qne: h<.Lr1cl red Dollars Each Relocate Existing Water Meters and Vaults at Station 139+04.71 Y) IQ~ j:hou.Sa ... nd D11e... bl.LJl74red ±b ;rt?j +t y(e, Dollars Each Rel~cate Existing Water Vents F1 t)c'.. hu...mdreol. ±w.t?n~ £, ·L&c Dollars E Extend existing landscape irrigation sleeves -:,1 c_ne., Dollars per Linear Foot Approximate Quantity and Unit 28EA LS 4EA 170 LF Unit Price $ I lo'1 -$ 4,]3d- $ 5~5-$:;) 100 $ q, 00 $ I. 5 QO -, Bid Items 32 through 37 -Traffic Signals 32 33 34 2" Conduit ))Loe O,nd 60/200 ; Dollars per Linear Foot Detector Lead-In Cable One and to/loo Dollars per Linear Foot #5 Pull Box ]2; hu...ndred Dollars ft \.1511199 470LF $ q.50 S00LF $ 8'8 o - 3EA Contract No. 3602 Page 1 2 of 1 68 Pages - --· Item No. Description 35 ##6 Pull Box two hu.,nd red Dollars Approximate Quantity and Unit 1 EA Unit Price 36 ILD and Leads Saw Cut . ]h ree... h u-nd r e..d ~, +t--~ 21 EA $ 35c,·~ $ '7 534- 37 o,a:e- Dollars Each Misc. wiring :[bree: thou.-50vhd SRIA'n hwzd Ng -fh;,,+{j Dollars per Lump Sum SUBTOTAL LS CONTRACT NO. 3602, ITEMS 1 THROUGH 37 Bid Items 38 through 40, Bressi Ranch Improvements 38 39 Dry Utility Trenches (Excavation and Backfill) and Conduit, Median Removal and Replacement 205 LF Qt/& )l11r/O,t,G D 11:'.>v\ ~ r:r: re, ,J e Dollars per Lineal Foot Type "A" AC Berm (6"} Tbcee Dollars per Lineal Foot **Incremental cost differential $ /4-.5 40 Type G Curb and Gutter (6") &wa 4,210 LF** $ 7, oo $ ::?1 L./7o - Dollars per Lineal Foot **Incremental cost differential SUBTOTAL CONTRACT NO. 3602, BID ITEMS 38 THROUGH 40 l\ • .,6/7/99 Contract No. 3602 Page 1 3 of 168 Pages Total amount of bid, Contract No. 3602, Bid Items 1 through 40, in words: 10 x 1fV1vv D/l./40 11AJ ;;l{fbt NI rJ e mo'" s ,p,1 1:) Total amount of bid., Contract No. 3602, Bid Items 1 through 40, in numbers: $ • (p k 3 · 'fy 61 r_ 4 V <P ~ ' l:76 ,;. Price(s) giveh above are firm for 90 days after date of bid opening. Addendum(a) No(s). ___ __._ _____ has/have been received and is/are included in this proposal. **Incremental price differential is for placing 4,210 LF of Type "G" curb and gutter in lieu of 4,210 LF of Type "A" AC Berm along Bressi Ranch. The unit price for bid item 39 should correspond to the unit price for bid item 11. The total amount for bid Item 39 shall be a negative number. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, val~icensed under license number .. (Q , classification f\ 6 C-10 1 ll -.;11 which expires on · ao ;;. oo , and that this statement is true and cbrrect and has t~e ~.., ~~~ect an affidavit. _£)0 ~~ A bid submitted to the City by a Contractor who is not licensed as a Co~ractor pursu~nt o the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code § 20104. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is 'f.3ui.de.r's {jond. (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before ~ ~6/7/99 Contract No. 3602 Page 14 of 1 68 Pages commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State ___________________________ _ (4) Zip Code ________ Telephone No. ______________ _ IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business ________________________ _ (Street and Number) City and State ___________________________ _ (4) Zip Code ________ Telephone No. ______________ _ ~ ..,6/7/99 Contract No. 3602 Page 15 of 168 Pages -,> IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted _______________ _ Cas-te_Lf..o .:r TJ c (2) @h~ u.:;.; ~) - Pr e.s Lde..n± / -r,ea.SlU'er (Title) ' Impress Corporate $1)8.i here (3) Incorporated under the laws of the State of __ C_a __ L..,,.o~'~;...r'....;/l...;;._(.(1 __ , ----------- ( 4) Place of Business -4 5 7 (!Drpo/"a:ig, J)r 1 ·ue- r (Street and Number) City and State 6setmckda (5) Zip Code q.;;,o;;q-1so 7 , ...... \.1511199 <!A Telephone No. (7&o) 747-ft;S'oo Contract No. 3602 Page 16 of 1 68 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT ST ATE OF CALIFORNIA COUNTY OF __ S_A_N_D_I_E_G_O ___ _ On January 31, 2000 before me, __ J_O_A_N __ N-=-C--A,.....S=P_ER=S_E __ N __ , _N_O_T __ Ac-R=-=Y __ P __ U--:-B_L_I_C_~, DATE NAME, TITLE OF OFFICER -E.G., "JANE DOE, NOTARY PUBLIC" personally appeared, MOREY RAHIMI AND MOE BEHESHTI personally known to me (df)plq}~lOfN~§q}~fat~~~~~~ to be the person~) whose name{9) is/~subscribed to the within instrument and acknowledged to me that he/she/ ~ executed the same in his/~ authorized capacity(i~, and that by his/~~emc signature~) on the instrument the person(s,, or the entity upon behalf of which the person(9' acted, executed the instrument. WITNESS my hand and official seal. (SEAL) OPTIONAL INFORMATION TITLE OR TYPE OF DOCUMENT ______________________ _ DATE OF DOCUMENT ____________ NUMBER OF PAGES _______ _ SIGNER(S) OTHER THAN NAMED ABOVE ___________________ _ NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: 06/7/99 Contract No. 3602 Page 1 7 of 1 68 Pages BID SECURITY FORM (Check to Accompany Bid) Contract No. 3602 Palomar Airport Road (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of: ____________________ dollars($ ________ _, this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed-the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) 06/7/99 Contract No. 3602 Page 1 8 of 168 Pages .. ;: . i BIDDl;R'S aoND TO ACCOMPANY P~OPC)SAL . . Contract No. 3602 Palomar Airport Road· KNOW ALL PERSONS BY THESE PRESENTS: UNITED :STATES FIDELITY That we, CASTELLO, INC. . , as Principal, and ~D GUARANTY COMPANY , as Surety are held and firmly b~und unto the _City of Carl.;ibad,,~J.iiQrrli~JnGQiunt as follo~s: (must be at least ten percent (nQ'%) of the bid amount) Mt8uNT~tlf7-----------lO% for which payment, well and t':LJIY made, we bind ourselves, our heirs, e~ecutors; and administrators, successors or assigns, jointly and severally, firmly by these presents, : THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that! if the p·roposal of the above- bounden Principal· for: : Palomar Airport Road Contract No. 3602 in the City of Carlsbad, is accepted by the City Council, and if the Prin~ipal shall duly enter into and execute a Contract including required bonds and insurance policies wi~fn twer;1ty (20) days from the date of award of .Contract by-the City Council of the City of Carlsba~, baing duly notified of said award, then this· obligation shall become null and void; otherwise. it s~II be and remain in full force and effect, and the ·a~ount specified herein shall be forfeited to the sai~ City. · Contract No. 3602 ~~;::-··:.·.· ,•',:,:: · .. f}'?\ ' t-i~~~::·:·.. · I · tf=m;:-1n·the event Principal execu(ed this bond as an individual, it is agr~ed that the death of Principal ;f:l?.:··sliall not exonerate the Surety from its obligations u~der this band. i ::~:_/f."' . . . i }:.>. Executed by PRINCIPAL this 31ST . Executed by SUR~TY this -1.!.~s_T ___ day of \f<: day of JANUARY . .1.£2_Q JANUARY .! .2.0.Q.Q. :.~.\;: . ~./ ·: PRINCIPAL: SURETY: ,7;~.\ ;\.!·:." QASIEI,T,Q, INC UNITED STATES!FIDELiTY AND GUARANTY COMPANY (name of Surety)·! · · · (name of Principal) , ... ... .~- B~: /'1@27 &0 (signifere} ~ i i P .0. BOX 2382; BREA, CA. 92822-2382 (address of Suret~) - ' i (714) 993-443q · · 77/ Or' e !f /j!tui.~ t. · ' ' (print name here) (telephone numb~r of Su~ety) (Trtl,e .and Organ~ Sign~ By: -~t9,L, ~ (sign here) /l;Oe l3ehe;kt~· (print name here) : ~-tlJ'et a..r !j ; : (title and organization of signatory) By: --.J .· -: ~~,. (signaleof Attofey-i~) i ' i JOHN G.MALONEY, ATTORNEY-IN-FACT (printed name offttorne~-in-Fact) i i {Attach corporat~ resolution showing current power of attorne~.) i ' i (Proper notarial ackr,owtedge of execution by PRINCIPAL and SURfETY must be attached.) • I i ' (President or vi_ce-p:resident and secretary or assistant secretary m:~st sign :for corporations. If only one officer signs, the corporation must attach a resolution certifieci by the secretary or assistant secretary under corporate s~al empowering that officer to bind the cbrporation.) . APPROVED AS TO FORM: , RONALD R. BALL . City Attorney · By: __ 1)...:. ;J ;s __ .('•_,._t ,_ JANE MOBALDI Deputy City Att9rney ~ ~,6/7/99 Contract No. 3602 ! ! I ' .! .! Page 20 of 168 Pages C" -•FORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of SAN DIEGO } 1/31/00 KAREN JEAN HALL, NOTARY PUBLIC On-------before me,---...,,..,..,=-=-=---------------DATE NAME, TITLE OF OFFICER· E.G., "JANE DOE, NOTARY PUBLIC" personally appeared ______ J_O_H_N_G_._MAL __ ON_E_Y __________ _ NAME(S) OF SIGNER(S) Ol personally known to me -OR -D 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 ac- knowledged 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. No. 5193 -OPTIONAL SECTION - CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. D INDIVIDUAL D CORPORATE OFFICER(S) TITLE(S) D PARTNER(S) D LIMITED D GENERAL Ii) ATTORNEY-IN-FACT D TRUSTEE(S) D GUARDIAN/CONSERVATOR D OTHER:-------- SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) S CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT 1 rlE DOCUMENT DESCRIBED AT RIGHT: -------------------- NUMBER OF PAGES _____ DATE OF DOCUMENT __________ _ Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. SIGNER(S) OTHER THAN NAMED ABOVE ________________ _ CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT ST ATE OF CALIFORNIA COUNTY OF __ S_A_N_D_I_E_G_O _____ ) On January 26, 2000 before me, __ J_O_A_N_N_C_A_S_P_E_R_S_E_N_,_N_O_T_A_R_Y_P_U_B_L_I_c __ , DATE NAME, TITLE OF OFFICER -E.G., "JANE DOE, NOTARY PUBLIC" personally appeared, MOREY RAHIMI AND MOE BEHESHTI personally known to me (df)pl~f~f~JfMiSK~sCi~tatfmf~~~~~ to be the person¢(;) whose name(~ is/~subscribed to the within instrument and acknowledged to me that he/st:Je/ ~ executed the same in his/~ authorized capacity(i~, and that by his/~1ttf~ signature{:s) on the instrument the person( $1, or the entity upon behalf of which the person( S, acted, executed the instrument. WITNESS my hand and official seal. (SEAL) OPTIONAL INFORMATION TITLE OR TYPE OF DOCUMENT _______________________ _ DATE OF DOCUMENT ____________ NUMBER OF PAGES _______ _ SIGNER(S) OTHER THAN NAMED ABOVE ____________________ _ lheSl'Rlul POWER OF ATTORNEY Power of Attorney No. Seaboard Surety Company SL Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company 20599 United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Certitkate No. /I -now~ 4 Li, . .J ,. ,. KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that St. Paul Fire and Marine Insurance Company, St. Paul Guardian lnsurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota. and that United States Fidelity and Guaranty Company is a corporntion duly organized under the laws of the State of Maryland, and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of Lhc State of Iowa, and that Fidelity and Guaranty Jnsurance Underwriters, Inc. is a corpordtion duly organized under the laws of the State of Wisconsin (herein co!lectlvely called the "Companies"), and that the Companies do hereby make, constitute and appoint John G. Maloney and Helen Maloney of the City of Escon<lido . State California . their true and lawful Attorney(s)-in-Fact. each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute. sea] and acknowledge any and all bonds. undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or penn:itted in any actions or proceedings allowed by law. IN WIT.IJESS WHEREOF. the Companies have caused this instrument to be signed this __ ?_th ___ day of ___ Ju_n_e _____ _ 1999 Seaboard Surety Company St. Paul Fire and Marine Imurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. MJ...J.-~~11'- MICHAEL B. KEEGAN, Vice President @) State of Maryland ~ R' \-AC.~ City of Baltimore -\~\ MICHAEL R. MCKIBBEI\. Assistant Secretary On this 7th day of June . _ " .. i )19?19\ \~e me, the undersigned officer, personally appeared Michael B. Keegan and Michael R. McKibben. who acknowledged themselves lo~ t¥','1ice .~idellt •.!"l,\i-';IMlint Secretary. respectively. of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insur~.-~' C'.ortip,aµ~ 1 s{.~·J>t. lll.l ~~Jn} Insurance Company, United States Fidelity and Guaranty Company. Fidelity and Guaranty Insurance Company, and Fidelity and Guharity .,.~ft$}l~ec Ufi,~ers, Inc. and that they. as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the:"1"3.lnes of the·:Corporations by themselves as duly authorized officers. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 13th day of July. 2002. REBECCA EASLEY-ONOKALA. Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors or Seaboard Surety Company, St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company, St. Pau] Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters. lnc, on September 2. 1998, which resolutions are now in full force and effect, reading as follows: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed. and acknowledged by persons or entities appointed as Attomey(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof. and subject to any limitations set forth therein, any such Power of AUomcy or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company. and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached; and RESOLVED FURTHER, that Attomey(s)-in-Fact shall have the power and authority, and, in any case. subject to the terms and limitations of the Power of Attorney issued them. to execute and deliver on behalf of the Company and to attach the sea1 of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Attomey(s)~in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested lo by the Secretary of the Company. I. Michael R. McKibben, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian [nsuraoce Company, St. Paul Mercury Insurance Company. Unitt.."CI States Fidelity and Guaranty Company, Fidelity and Guaranty ln.surance Company. and Fidelity and Guarnnty Insurance Underwriters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies. whil:h is in full force and effed and has not been revoked. IN TESTIMONY WHEREOF, I hereunto set my hand this _3_l_S_T __ day of __ J_ANU __ AR_Y _____ _ 2000 ~R.\.,Ac.~ Michael R. McKibben. Assbtant Secretary To 11erify the authenticity of this Power of Attorney, call 1-S00-421-3880 and ask for the Power of Attorney clerk. Please refer to the Power of Attorney number, the above-named individuals and the details of the bond to which the power is attached. 86326 Rev. 4-99 Printed in U.S.A. BIDDER'S BOND TO ACCOMPANY PROPOSAL Contract No. 3602 Palomar Airport Road KNOW ALL PERSONS BY THESE PRESENTS: That we, _____________ , as Principal, and __________ _ as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) ___________ for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for: Palomar Airport Road Contract No. 3602 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City . . 06/7/99 Contract No. 3602 Page 1 9 of 1 68 Pages In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this day of _________ , 19 __ . PRINCIPAL: (name of Principal) By: _____________ _ (sign here) (print name here) (Title and Organization of Signatory) By:-------------- (sign here) (print name here) (title and organization of signatory) Executed by SURETY this _____ day of ---------· 19 __ . SURETY: (name of Surety) (address of Surety) (telephone number of Surety) By:-------------- (signature of Attorney-in-Fact) (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledge of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: ___________________ _ JANE MOBALDI Deputy City Attorney 06/7/99 Contract No. 3602 Page 20 of 1 68 Pages Palomar Airport Road GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS" AND "DESIGNATION OF OWNER OPERA TOR/LESSOR AND AMOUNT OF OWNER OPERA TOR/LESSOR WORK" FORMS REFERENCES Prior to preparation of the following Subcontractor and Owner Operator/Lessor disclosure forms Bidders are urged to review the definitions in section 1-2 of the SSPWC and of the Special Provisions to this Contract especially, "Bid", "Bidder'', "Contract", "Contractor'', "Contract Price", "Contract Unit Price", "Engineer", "Subcontractor'' and 'Work" and the definitions in section 1-2 of the Special Provisions especially "Own Organization" and "Owner Operator/Lessor." Bidders are further urged to review sections 2-3 SUBCONTRACTS of the SSPWC and section 2-3.1 of these Special Provisions. CAUTIONS These forms will be used by the Agency to determine the percentage of work that the · Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or owner operator/lessors or otherwise to be performed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor or Owner Operator/Lessor who the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor or Owner Operator/Lessor licensed as a contractor by the State of California who the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. Bidder shall use separate disclosure forms for each Subcontractor or Owner Operator/Lessor of manpower and equipment that it proposes to use to complete the Work. Additional copies of the forms must be attached if required to accommodate the Contractor's decision to use more than one Subcontractor or Owner Operator/Lessor. All items of information must be completely filled out. These forms must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. Neither the amount, in dollars, of work performed by the Bidder's own forces (as Contractor) nor the Bidder's overhead and profit for subcontracted items of the work is included to compute the percentage of the work performed by Subcontractors or Owner Operators/Lessors. When the Bidder proposes that any bid item will installed by a Subcontractor or Owner Operator/Lessor the amount, in dollars, of the bid item installed by each Subcontractor or Owner Operator/ Lessor must be entered under the columns "Amount of Subcontracted Bid Item Including Subcontractor's Overhead & Profit" or " Amount of Owner Operator/Lessor Bid Item Including ft Q6/7/99 Contract No. 3602 Page 21 of 1 68 Pages Owner Operator/Lessor's Overhead & Profit " unless the dollar amount of all work performed by any Subcontractor or Owner Operator/Lessor is less than one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever is greater. If a Subcontractor or Owner Operator/Lessor installs or constructs any portion of a bid item the entire amount of the Contract Unit Price, less the Bidder's overhead and profit, shall be multiplied by the Quantity of the bid item that the Subcontractor or Owner Operator/Lessor installs to compute the amount of work so installed. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor, the Subcontractor, or the Owner Operator/Lessor, as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor or Owner Operator/Lessor installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor or Owner Operator/Lessor installing said item. The item number from the "CONTRACTOR'S PROPOSAL" (Bid Sheets) shall be entered in the "Bid Item No." column. When a Subcontractor or Owner Operator/Lessor has a Carlsbad business license the number must be entered on the form. If the Subcontractor does not have a valid business license enter "NONE" in the appropriate space. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. When the Bidder proposes using a subcontractor or owner operator/Lessor to construct or install less than 1 00 percent of a bid item the Bidder shall attach an explanation sheet to the designation of subcontractor or designation of Owner Operator/Lessor forms as applicable. The explanation sheet shall be provided by the Contractor to clearly apprise the Agency of the specific tasks that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract and Owner Operator/Lessor amounts for purposes of award of the contract shall determined by the City Council in conformance with the provisions of the contract documents and these Special Provisions. The decision of the City Council shall be final. 06/7/99 Contract No. 3602 Page 22 of 168 Pages I I -I I I I I I I ,,_ 1. I I I I I I ,,--- I I DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS Contract No. 3602 Palomar Airport Road The Bidder MUST complete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required to accommodate the Contractor's decision to use more than one subcontractor. This form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Full Company Name of Subcontractor: Sou.:thl.a.md. Pa.v~n5 r ne. Subcontractor's Location of Business: -31,, I no. /.-.late Quenu..e . , Street ~.seond.uk {!19 9.:ioa~-,-, t(p City State Zip Subcontractor's Telephone Number including Area Code: f7~ Q) 7 4 7 -(tJ g CJ 5 Subcontractor's California State Contractors License No. & Classification: _L.J...L...::5wl....1.l_'1:.....!-I ____ _ Carlsbad Business License No.: ______________________ _ SUBCONTRACTOR'S BID ITEMS Amount of Subcontracted Amount of Work In Bid Bid Bid Item Including Item Performed by Amount of Contractor's Item Subcontractor's Overhead Contractor Excluding Overhead & Profit In No. & Profit Overhead & Profit Bid Item 9 $ /09 58<o $ 0 $ fn 5 94- /0 $ 117'875 $ ~. Ot>o $ 3 I 2.-.,5 I I $ A')' 4-37 $ 0 $ orq4- $ , $ $ $ $ $ $ $ $ $ $ $ $ $ $ Explanation: Column 1 -Bid Item No. from the bid proposal, pages 8 through 13, inclusive. Column 2 -The dollar amount of the item to be performed by the Subcontractor. Column 3 -The dollar amount of the item to be performed by Contractor's own forces. Column 4 -The dollar amount of the Contractor's overhead and profit for work done by both the Contractor's and the Subcontractor's forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 8 through 15, inclusive. Page _i!,_ of_ page of this Subcontractor Designation form ,, •tia111ss Contract No. 3602 Page 23 of 168 Pages ' I -- I I I I I I I 1- I. I I I I I I ,--- I I DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS Contract No. 3602 Palomar Airport Road The Bidder MUST complete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required to accommodate the Contractor's decision to use more than one subcontractor. This form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency._ Full Company Name of Subcontractor: .J'"' \/ ~ Assof.'1Qfes Subcontractor's Location of Business: _..l.....l..1 __ 9:.,_9..:...;;;;3;,__.1..07.:.....::aa:..9~a__,o~lt.:;;:~:;:;__.;;:;.W,::;;=..;lfa....;.... _______ _ ,:, Street R, uer.stde CA 9e?5o3 City State Lrp Subcontractor's Telephone Number including Area Code: c§ 0'1) .:3 5 3 -OC/ 01 Subcontractor's California State Contractors License No. & Classification: ---=lo;_l....;;,;;}_4...,__S~u._r'"""ve'---+-v __ Carlsbad Business License No.: ______________________ _ SUBCONTRACTOR'S BID ITEMS Amount of Subcontracted Amount of Work In Bid Bid Bid Item Including Item Performed by Amount of Contractor's Item Subcontractor's Overhead Contractor Excluding Overhead & Profit In No. & Profit Overhead & Profit Bid Item I<;,,,. V"'-'' I $ $ $ 4.., $ 7,000 $ 4 920 $ ... ::/"96 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Explanation: . . . Column 1 -Bid Item No. from the bid proposal, pages 8 through 13, inclusive. Column 2 -The dollar amount of the item to be performed by the Subcontractor. Column 3 -The dollar amount of the item to be performed by Contractor's own forces. Column 4 -The dollar amount of the Contractor's overhead and profit for work done by both the Contractor's and the Subcontractor's forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 8 through 15, inclusive. Page 3 of_ page of this Subcontractor Designation form Contract No. 3602 Page 23 of 1 68 Pages I I -I I I I I I I Ir- I I I I I I I ,-- I I DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS Contract No. 3602 Palomar Airport Road The Bidder MUST complete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required to accommodate the Contractor's decision to use more than one subcontractor. This form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Full Company Name of Subcontractor: A ,ea__ lJ~ s+ Penee Co. Subcontractor's Location of Business: 13 j{e 5 C!,tLrm ~o CQ.yitU:J.a..., Ste I o5 , o. Street 6 l Ca(On CA -,.;;o,;, ,_ City er State Zip Subcontractor's Telephone Number including Area Code: {& l°tJ Sto I-L/C,oo Subcontractor's California State Contractors License No. & Classification: r'/ 31 3 9 8 Carlsbad Business License No.: ______________________ _ SUBCONTRACTOR'S BID ITEMS Amount of Subcontracted Amount of Work In Bid Bid Bid Item Including Item Performed by Amount of Contractor's Item Subcontractor's Overhead Contractor Excluding Overhead & Profit In No. & Profit Overhead & Profit Bid Item {5 $ 6 //0 $ 0 $ :3o·~ $ , $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Explanation: Column 1 -Bid Item No. from the bid proposal, pages 8 through 13, inclusive. Column 2 -The dollar amount of the item to be performed by the Subcontractor. Column 3 -The dollar amount of the item to be performed by Contractor's own forces. Column 4 -The dollar amount of the Contractor's overhead and profit for work done by both the Contractor's and the Subcontractor's forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 8 through 15, inclusive. Page _j_ of_ page of this Subcontractor Designation form ,, • ., 6/7/99 Contract No. 3602 Page 23 of 168 Pages I I - I I I I I I I Ir' 1. I I I I I I -I I DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS Contract No. 3602 Palomar Airport Road The Bidder MUST complete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required to accommodate the Contractor's decision to use more than one subcontractor. This form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Full Company Name of Subcontractor: C'/../fl. I-Sr Com?/W 'f , .. rrAWA c..A a e 1p Subcontractor's Telephone Number including Area Code: ( q btiJ) 42-8 -57 t I Subcontractor's California State Contractors License No. & Classification: .3 74(oo o Carlsbad Business License No.: ______________________ _ SUBCONTRACTOR'S BID ITEMS Amount of Subcontracted Amount of Work In Bid Bid Bid Item Including Item Performed by Amount of Contractor's Item Subcontractor's Overhead Contractor Excluding Overhead & Profit In No. & Profit Overhead & Profit Bid Item /fl; $ 13 35l:1 $ 0 $ ~"~ $ . $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Explanation: Column 1 -Bid Item No. from the bid proposal, pages 8 through 13, inclusive. Column 2 -The dollar amount of the item to be performed by the Subcontractor. Column 3 -The dollar amount of the item to be performed by Contractor's own forces. Column 4 -The dollar amount of the Contractor's overhead and profit for work done by both the Contractor's and the Subcontractor's forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 8 through 15, inclusive. Page ..5 of_ page of this Subcontractor Designation form l' •fi6t7/99 Contract No. 3602 Page 23 of 168 Pages I I I I I I I I I 1. I I I I I I -- ,.,--.. I I DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS Contract No. 3602 Palomar Airport Road The Bidder MUST complete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required to accommodate the Contractor's decision to use more than one subcontractor. This form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Full Company Name of Subcontractor: At.;PlfA--Sc:utl ?1 P/ IV C- Subcontractor's Location of Business: ___ P,:..._. _O_._~=-=:.....:..;X::.._..,,..,...,, .... 2o...:.,_.;_~..;_l_7.&.--_____ _ ~ c_}Wo,J (A '1Zot-.J Street City State Zip Subcontractor's Telephone Number including Area Code: __ .l:::;{..::[p..::l_'t.;.....,t.)_5'_7_1_-_/ b_v_e __ _ Subcontractor's California State Contractors License No. & Classification: &1-0647-,4-C3t:, Carlsbad Business License No.: ______________________ _ SUBCONTRACTOR'S BID ITEMS Amount of Subcontracted Amount of Work In Bid Bid Bid Item Including Item Performed by Item Subcontractor's Overhead Contractor Excluding No. & Profit Overhead & Profit '7-61 $ 6~00 $ C $ $ $ $ $ $ $ $ $ $ $ $ $ $ Explanation: . . Column 1 -Bid Item No. from the bid proposal, pages 8 through 13, inclusive. Column 2 -The dollar amount of the item to be performed by the Subcontractor. Column 3 -The dollar amount of the item to be performed by Contractor's own forces. Amount of Contractor's Overhead & Profit In Bid Item $ 03 c;- $ $ $ $ $ $ $ Column 4 -The dollar amount of the Contractor's overhead and profit for work done by both the Contractor's and the Subcontractor's forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 8 through 15, inclusive. Page JiL of_ page of this Subcontractor Designation form l"\ • .,, 6/7/99 Contract No. 3602 Page 23 of 168 Pages I I -I I I I I I I l,r- I I I I I I I ,- I I DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS Contract No. 3602 Palomar Airport Road The Bidder MUST complete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required to accommodate the Contractor's decision to use more than one subcontractor. This form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Full Company Name of Subcontractor: /(,.Jo X. €,&J!,e,-rfl4 G Subcontractor's Location of Business: 3 ~ 6f H(~I x. SJ7L,~61 $~Ir.)(;.. ,//ff-1-dP 'I C,A Sf~jtq77 City State Zip Subcontractor's Telephone Number including Area Code: (&I°}) 4{,/-1qoo Subcontractor's California State Contractors License No. & Classification: __ 45',;..,;;__o_, _~_;0....;.~4=---- Carlsbad Business License No.: ______________________ _ SUBCONTRACTOR'S BID ITEMS Amount of Subcontracted Amount of Work In Bid Bid Bid Item Including Item Performed by Amount of Contractor's Item Subcontractor's Overhead Contractor Excluding Overhead & Profit In No. & Profit Overhead & Profit Bid Item 3Z-. $ 4. Z,"7o $ 0 $ z.,35 ::1'3 $ 04:0 $ () $ 4-o 3&f $ 10-5 $ 0 $ 3(-, ~5 $ '2,~{) $ Q $ /3 3h $ 7 / '87 $ 0 $ '}51 3 'J $ ~ '51$ $ {) $ 11B $ , $ $ $ $ $ Explanation: Column 1 -Bid Item No. from the bid proposal, pages 8 through 13, inclusive. Column 2 -The dollar amount of the item to be performed by the Subcontractor. Column 3 -The dollar amount of the item to be performed by Contractor's own forces. Column 4 -The dollar amount of the Contractor's overhead and profit for work done by both the Contractor's and the Subcontractor's forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 8 through 15, inclusive. Page J_ of_ page of this Subcontractor Designation form Contract No. 3602 Page 23 of 168 Pages ,.... r- - : DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS Contract No. 3602 Palomar Airport Road The Bidder MUST complete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required to accommodate the Contractor's decision to use more than one subcontractor. This form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars {$10,000) whichever is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Full Company Name of Subcontractor: ___________________ _ Subcontractor's Location of Business: _________ ,......,..,._. _________ _ Street City State Subcontractor's Telephone Number including Area Code: _____________ _ Subcontractor's California State Contractors License No. & Classification: ________ _ Carlsbad Business License No.: ______________________ _ SUBCONTRACTOR'S BID ITEMS AlnOW'lhiftSubcontiaclil1~ :". ")MioUfffF(JfV,orldW'Btd . : '; . . Bid ; •. ; Si1Ute111:lncluding:;;'.i,, ... ;.: < .. · ..•• ·ltini"PerfoHned;l>y' . Amount.of Contractor's Item SubconJractot':sOverhead.: .•• Oontractor:Excluding. Overhead & Profit In No. & Profit · · · '0Vetltead l Profit · Bid Item $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Explanation: Column 1 -Bid Item No. from the bid proposal, pages 8 through 13, indusive. Column 2 -The dollar amount of the item to be performed by the Subcontractor. Column 3 -The dollar amount of the item to be performed by Contractor's own forces. $ $ $ $ $ $ $ $ Column 4 -The dollar amount of the Contractor's overhead and profit for work done by both the Contractor's and the Subcontractor's forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 8 through 15, indusive. ft Q6/7/99 Page _ of_ page of this Subcontractor Designation form Contract No. 3602 Page 23 of 168 Pages CASTELLO, INC. FINANCIAL STATEMENTS AND SUPPLEMENTARY INFORMATION Years Ended January 31, 1999 and 1998 CURRENT ASSETS Cash in Bank Account Receivable Account Receivable -Retention CASTELLO, INC. BALANCE SHEET January 31, 1999 And 1998 ASSETS Cost and Estimated Earnings in Excess of Billings on Contracts in Progress Employee Advances Prepaid Expenses Prepaid Income Tax Total Current Assets PROPERTY AND EQUIPMENT Trucks Equipment Office Equipment Field Furniture & Fixture Total Property and Equipment Less: Accumulated Depreciation Net Property and Equipment OTHER ASSETS Deposits Investment Total Other Assets TOTAL ASSETS 1999 $ 540,883 1,281,936 126,476 192,388 9,075 66,016 41,440 2,258,214 166,365 22,042 580,876 24,864 794,147 (341,932) 452,215 7,710 2,325 10,035 $ 2,720,464 See Accoutant's Review Report and Notes to Financial Statements Exhibit "A" 1998 $ 66,351 860,294 308,513 71,767 13,355 79,048 34,520 1,433,848 165,789 20,394 299,068 27,071 512,322 (219,175) 293,147 7,900 2,325 10,225 $ 1,737,220 CASTELLO. INC. BALANCE SHEET January 31, 1999 And 1998 LIABILITIES AND STOCKHOLDERS' EQUITY 1999 CURRENT LIABILITIES Accounts Payable $ 1,305,393 Accounts Payable-Retention 270,213 Excess Billing over WIP 9,863 Loans Payable -Current Portion 158,345 Payroll Taxes Payable 14,403 Accrued Expenses 39,806 Income Taxes Payable 44,118 Total Current Liabilities 1,842,141 LONG-TERM LIABILITIES Loans Payable Banks Net Of Current Portion 195,157 DEFERRED INCOME TAX 11,558 STOCKHOLDERS' EQUITY Capital 71,000 Retained Earnings 600,608 Total Stockholders' Equity 671,608 TOTAL LIABILITIES AND STOCKHOLDERS' EQUITY $ 2,720,464 See Accoutant's Review Report and Notes to Financial Statements Exhibit "A" Cont'd 1998 $ 706,929 109,152 78,290 41,349 19,348 971 41,437 997,476 142,387 5,942 71,000 520,415 591,415 $ 1,737,220 ,. ~. CASTELLO, INC. STATEMENT OF INCOME AND RETAINED EARNINGS Year Ended January 31, 1999 and 1998 Year Ended January 31, 1999 Amount % Exhibit "B" Year Ended January 31, 1998 Amount % SALES $ 11,651,973 100.00 $ 7,880,397 100.00 COST OF SALES: Subcontractors Labor Materials Hauling, trucking & Dumpsters Equipment Rental Payroll Taxes Workers Comp Insurance Depreciation Engineering Bond Premium Fuel Expense Misc. Job-Site Expenses Outside Services Plans, Permits & lnspec. Total Cost of Sales GROSS PROFIT GENERAL & ADMINISTRATIVE OPERATING INCOME OTHER INCOME (EXPENSES) Rentals Income, Net Interest Income Gain (Loss) on Dispo. of Assets Total Other Income INCOME BEFORE INCOME TAXES INCOME TAXES Federal Income Taxes State Income Taxes Total Income Taxes NET INCOME BEGINNING RETAINED EARNINGS ENDING RETAINED EARNINGS $ 5,215,572 1,911,475 1,614,633 633,040 513,493 196,697 95,230 93,483 87,711 82,567 60,638 59,088 57,065 43,742 10,664,434 987,539 885,842 101,697 22,849 16,196 (16,431) 22,614 124,311 31,318 12,800 44,118 80,193 520,415 600,608 44.76 16.40 13.86 5.43 4.41 1.69 0.82 0.80 0.75 0.71 0.52 0.51 0.49 0.38 91.52 8.48 7.60 0.87 0.20 0.14 (0.14) 0.19 1.07 0.27 0.11 0.38 0.69 $ 3,149,979 1,349,779 1,525,749 169,725 381,101 136,991 49,376 66,201 50,695 87,295 0 54,991 45,023 33,067 7,099,972 780,425 662,746 117,679 12,974 553 (22) 13,505 131,184 29,919 11,518 41,437 89,747 430,668 520,415 See Accoutant's Review Report and Notes to Financial Statements 39.97 17.13 19.36 2.15 4.84 1.74 0.63 0.84 0.64 1.11 0.00 0.70 0.57 0.42 90.10 9.90 8.41 1.49 0.16 0.01 (0.00) 0.17 1.66 0.38 0.15 0.53 1.14 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY {To Accompany Proposal) Contract No. 3602 Palomar Airport Road Copies of the latest Annual Report, audited financial statements or Balance Sheets may be submitted under separate cover marked CONFIDENTIAL. 06/7/99 Contract No. 3602 Page 25 of 168 Pages f BIDDER'S STATEM~NT OF TECHNICAL ABILITY & EXPERIENCE MAIN STREET IMPROVEMENTS City of Vista 600 Eucalyptus Avenue, P O Box 1988 Vista, CA 92085 (760) 726-1340 Contract Amount: Completion Date: Bonding Company: $732,568 01/00 USF&G WIDENING PALOMAR AIRPORT ROAD, WEST OF EL CAMINO REAL, CONTRACT NO. 3286 City of Carlsbad 1200 Carlsbad Village Drive, Carlsbad, CA 92008 Phone: (760) 438-1161 Contract Amount: $2,991,242 Completion Date: 09/99 Bonding Company: United State Fidelity & Guaranty Co. LOSARBOLES NEIGHBORHOOD STREET IMPROVEMENTS Resident Engineer City of Escondido 201 N. Broadway, Escondido, CA 92025 Phone: (760) 741-4644 Contract Amount: $555,583 Completion Date: 4/99 Bonding Company: United States Fidelity & Guaranty Co. POMERADO ROAD BIKE LANE AND OVERLAY Omar Dayani, City of Poway 13325 Civic Center Dr., Poway, CA 92064 Ph: (619) 679-4229 Contract Amount: 1952,200 Completion Date: 3/98 Bond: United St~tes Fidelity & Guaranty . - -- BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) Contract No. 3602 Palomar Airport Road The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. 06/7/99 Contract No. 3602 ·Amount :'·· of ·. > : ·Contract . Page 26 of 1 68 Pages ACORD~ CERTIFICATE OF LIABILITY INSURANC~:T~li I DATE (MM/DD/YYJ 03/29/00 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Rohm Insurance Agency HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ,-,_ No. Glassell, Suite 300 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. .mge CA 92866 INSURERS AFFORDING COVERAGE Phone:7l4-516-2960 Fax:714-516-2965 INSURED INSURER A: Westchester Fire Ins. Co. ~q___ INSURERB: Castello, Inc. INSURERC: 457 Cornorate Dr. INSURERD: Escondi o CA 92029 I INSURERE: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO All THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 'CT: TYPE OF INSURANCE POLICY NUMBER oArir,;.,ili~'o'N{-,i: l'_y_Lll!Y E~l'_!~!~?N DATE IMM/DD/YY LIMITS GENERAL LIABILITY EACH OCCURRENCE Sl,000,000 -A X COMMERCIAL GENERAL LIABILITY GLA6443900 10/31/99 10/31/00 FIRE DAMAGE (Any one fire) $ 50,000 -D CLAIMS MADE [i] OCCUR MED EXP (Any one person) $ 5,000 -PERSONAL & ADV INJURY Sl,000,000 --GENERAL AGGREGATE s2,ooo,ooo - GEN'l AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OP AGG s2,ooo,ooo n lxl PRO-nLOC POLICY X JECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT -$ ANY AUTO (Ea accident) -ALL OWNED AUTOS BODILY INJURY -(Per person) $ SCHEDULED AUTOS -HIRED AUTOS BODILY INJURY -$ NON-OWNED AUTOS {Per accident) ,.,..--- -PROPERTY DAMAGE $ {Per accident) GARAGE LIABILITY AUTO ONLY -EA ACCIDENT $ Fl ANYAUTO OTHER THAN EAACC $ AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $5,000,000 A ~ OCCUR D CLAIMS MADE CUA1045170 10/31/99 10/31/00 AGGREGATE S5,000,000 $ ~ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND I m,.:>IPdU-,I TORY LIMITS IUIM-ER EMPLOYERS' LIABILITY E.l. EACH ACCIDENT $ EL DISEASE -EA EMPLOYEE $ E.l. DISEASE -POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS *EXCEPT 10 DAYS FOR NON PAYMENT OF PREMIUM CERTIFICATE HOLDER IS NAMED ADDITIONAL INSURED GENERAL LIABILITY ONLY PER THE ATTACHED ENDORSEMENT. RE: WIDENING OF PALOMAR AIRPORT ROAD, CONTRACT NO. 3602 CERTIFICATE HOLDER I y I ADDITIONAL INSURED; INSURER LETTER: CANCELLATION I~ CARLSB2 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL illlilill 'lilR :i;Q MAIL * 3 0 DAYS WRITTEN --CITY OF CARLSBAD NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, lilW:i; F 111,WRi +Iii lilO iiO iiM • 1,1, PURCHASING DEPARTMENT IUPQ&& ~IQ 981t.lC t1=10H OR I.IAiill.l+Y OF AH¥ KJNP I IPOM lMEi lbl$1 IRCP ITS AGENTS OP 1635 FARADAY AVENUE CARLSBAD CA 92008-7314 "l!P"l!9!UMfl1FE6. /7 I ~\d, I-£~~~ 4 ( /. ACORD 25-S (7/97) r-© ACORD CORPORATION 1988 3/28/00 INSURED: Castello, Inc. INSURANCE COMPANY: Westchester Fire Ins. Co. POLICY NUMBER: GLA6443900 COMMERCIAL GENERAL LIABILITY TIDS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: TIIE CITY OF CARLSBAD, ITS OFFICIALS, EMPLOYEES AND VOLUNTEERS RE: WIDENING OF PALOMAR AIRPORT ROAD, CONTRACT NO. 3602 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. TIIIS INSURANCE IS PRIMARY AND ANY INSURANCE MAINTAINED BY THE ADDITIONAL INSURED SHALL BE EXCESS AND NON-CONTRIBUTORY. CG 20101185 Copyright, Insurance S.ervices Office, Inc. 1984 FROM :CRLIFORNIR RCC 714577705'3 2000,04-12 12:1S ~2'33 P.02/03 Allstate· CERTIFICATE OF INSIRANCE EFFECTIVE OATE OF CERTIFICATE -- ALLSTATE INSURANCE COMPANY HOME OFFICE -NORTHBROOK. IL 60062 hereby certifies that the following Insurance is In force: POLICYHOLDER POLICY NUMBER 4-12-00 POLICY PERIOD CA5TELID INC. 650427097 -_ BAP 457 CDRPORATE DR 11-2-99 TO 11-2-00 AT 12:01 A.M. STANDARD TIME ESCONDIOO, CA 92029 The person or organization designated below Is described in the policy as; CITY OF CARLSBAD PURCHAS~ ATI'N: KEVIN DAVIS 1635 ~ARA.DAY AVENUE CARLSEW), CA 92008 Coverages designated are afforded as stated below: LIABILITY/ANY AUI'O: $2,000,000 EMPLOYEE NON-~ Auro: $2,000,000 HIRED AUIO: $2,000,000 To 1he person or organization stated above: LIENHOLOER (Loss Payable Clause) ADDffiONAL INTERESTED PARTY ADDITIONAL INSURED_ CERTIFICATE HOLDER . This pollcy. as respects the Interest of the loss payee. addillonal Interested pa~. addltlonal Insured or certificate hodlder named hei:efn. may be cancelled by the Company during the policy period by giving such person or organization 10 a~ ..rrttten notice at Its last address known to lhe Company. Proof or such mailing Is deemed sufficient proof of such notice.. This Certificate of Insurance neither affirmatively nor negatively amends. extends or alters the covorage afforded by the pollC) referred to above. - Btn3m>1 PAGE 1 OF 1 I I I I YOU"RE IN GOOD HANDS wnH ALLSTATE~ FROM ~CRLIFORNIR RCC 7145777059 2000,04-12 12:19 #293 P.03/03 . ·Allslate- ,,-->oucv NUMBER 650427097 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the followin9: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM SCHEDULE Name and Address of Person or Organization: CITY OF CARLSBAD PURCHASING ATTN: I<EVIN DAVIS 1635 FARADAY AVENUE CARLSBAD, CA 92008 A. The person or organization shown in the Schedule is included as an insured but only if liable for the conduct of _ an '"insured"' and only to the extent of that liability . ..;. CANCELLATION 1. If we cancel the policy, we will mail or deliver notice to such per~on or organization in accordance with the Commor, Policy Conditions. 2. If you cancel the policy, we will mail or deliver notice to such person or organization. 3. Cancellation ends this agreement. ,,,,-- BU1114(1-93) 11111111 ·.t, coilo™ : 1 ·1-s:am1e1m-im1f u=e i;1i1111111:11i :-:·111:s.:m::aimos-· --· · : ======{========= = DATE ~~~~~~~Y) ···.·················.·.·.····:·:-·-;.:-·=· . .· ... · .. ·. ·············································· . :::::::::::=:::::=::::;:;:;:;::::=:::::::::::::::::::::::- PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. ROBERT F. DRIVER COMPANY, INC. 1 620 FIFTH AVENUE SAN DIEGO, CA 92101 Corp License #OC36861 COMPANY A COMPANIES AFFORDING COVERAGE Fidelity & Guaranty Ins Co INSURED COMPANY Castello Inc. 457 Corporate Drive Escondido CA 92029 B COMPANY C COMPANY I D llVEJIAllESI ::::=:::=:::=:::::::::=:::=:=:,:,:,:,:,:,:,:,:,:,:,:,:,:,:,:,:,:::::,:,:,:::::::::::,:::,:,:,:,:,:::,:,:,:,:,:,:,:, :::,:::,:,:,:,:,:,:,:,:,:,:,:,:,:,:,:,:,:1 co LTR THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE GENERAL LIABILITY f-- COMMERCIAL GENERAL LIABILITY =o CLAIMS MADE o OCCUR OWNER'S & CONTRACTOR'S PROT AUTOMOBILE LIABILITY ANY AUTO f-- ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS f------------- ~ARAGE LIABILITY ANY AUTO f------------- EXCESS LIABILITY 7 UMBRELLA FORM 7 OTHER THAN UMBRELLA FORM POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE IMM/DD/YYJ DATE (MM/DD/YYI LIMITS GENERAL AGGREGATE $ PRODUCTS -COMP/OP AGG $ PERSONAL & ADV INJURY $ EACH OCCURRENCE $ FIRE DAMAGE !Any one fire) $ MED EXP !Any one peraonl $ COMBINED SINGLE LIMIT BODILY INJURY (Per personl BODILY INJURY (Per accident! PROPERTY DAMAGE AUTO ONLY -EA ACCIDENT OTHER THAN AUTO ONLY: EACH ACCIDENT AGGREGATE EACH OCCURRENCE AGGREGATE $ < $ $ $ $ > ••••• A WORKERS COMPENSATION AND 8\/IPLOYERS' LIABILITY DRE0456199 10/01 /99 10/01 /00 IOTH-:_ ·· · ER : =• : 1000000 THE PROPRIETOR/ PARTNERS/EXECUTIVE OFFICERS ARE: RINCL EXCL OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS RE: CONTRACT #3602 SIDENING OF PALOMAR AIRPORT ROAD *10 DAYS NOTICE FOR NON-PAYMENT CITY OF CARLSBAD ATTN: PURCHASING DEPT 1635 FARADAY AVE. CARLSBAD, CA 92008-7314 EL EACH ACCIDENT EL DISEASE -POLICY LIMIT $ 1000000 EL DISEASE -EA EMPLOYEE 1000000 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILi fiNQSCllQR •• MAIL ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, WI FAILCME IC Mllllll IIJ814 NO'AOC IIIIJLb IMPl&li H8 aawa .,a:s Uk LhBlt!ll"U uu \J -BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) Contract No. 3602 Palomar Airport Road As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1. Certificates of insurance showing conformance with the requirements herein for: Comprehensive General Liability Automobile Liability Workers Compensation Employer's Liability 2. Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation, and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: (1) Meet the conditions stated in The Notice Inviting Bids, the Standard Specifications for Public Works Construction and the Special Provisions for this project for each insurance company that the Contractor proposes. (2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. 06/7/99 Contract No. 3602 Page 27 of 168 Pages - -- BIDDER'S STATEMENT REFERENCE DEBARMENT (To Accompany Proposal) Contract No. 3602 Palomar Airport Road 1. Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? x yes no 2. If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred agency period of debarment BY CONTRACTOR: {!_a$b.Uo Tne. party debarred agency period of debarment fl")Ol'"'!j Rah.~~ Pre~id~n.J /rrea~lJ..Fer (print name/title) ' Page ....1 of_/ pages of this Re Debarment Form 06/7/99 Contract No. 3602 Page 28 of 168 Pages -- -- BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) Contract No. 3602 Palomar Airport Road Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License Board, P.O. Box 26000, Sacramento, California 95826. 1. Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight-year period? ./ yes no 2. Has the suspension or revocation of your contractors license ever been stayed? v yes no 3. Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes no 4. Has the suspension or revocation of the license of any subcontractors that you propose to perform any portion of the Work ever been stayed? .._./ yes no 5. If the answer to either of 1. or 3. above is yes, fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefor. (If needed, attach additional sheets to provide full disclosure) Page .L of L pages of this Disclosure of Discipline Form 06/7/99 Contract No. 3602 Page 29 of 168 Pages -- BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) Contract No. 3602 Palomar Airport Road 6. If the answer to either of 2. or 4. above is yes, fully identify, in each and every case, the party whose discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. Al (Attach additional sheets if necessary) BY: CONTRACTOR Caste I.Lo , ::.r ne , (name of Contractor) By:~~ * L Lnoct:g Ra.A~c,-//,estd~t,/r,e.asu.fer (print name/title) Page ..tEof .d_ pages of this Disclosure of Discipline Form 06/7/99 Contract No. 3602 Page 30 of 168 Pages NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 Contract No. 3602 Palomar Airport Road State of California ) ) ss. County of .:!Jan t::, 1ego ) _____ ....;C ..... a--'--s_te_-if.--'-o __ :r._. _n_c_, _________ , being first duly sworn, deposes (Name of Bidder) and says that he or she is __ P._,. __ e __ s_,d ___ e __ n __ l-..,./_ll....._f'_ea_&_u_r_c_r ___________ _ (Title) of C!.a.shllo InC?.. --------------------------------(Name of Firm) 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 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 pri_ce 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 that the foregoing is true and correct and that this affidavit was executed on the 1 ~ day of Fehcu.a rg , -~ I $!' r-_r Subscribed and sworn to before me on the _______ day of ,e...oru.a.r_Jj (NOTARY SEAL) JO ANN CASPERSEN, §1;..t..-H'il-~ COMM.# 1187448 ~ • NOTARY PUBLIC-CALIFORNIAG) SAN DIEGO COUNTY 0 ~~w COMM. EXP. JULY 14, 2002 • Contract No. 3602 Page 31 of 168 Pages -- r- CONTRACT PUBLIC WORKS This agreement is made this ck~ day of '):M,r: , crJ ho , by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called-Jcity"), and CASTELLO, INC. whose principal place of business is __ 4...,5,._.7___,,C..,.O,._.R...,P'--'O.._R~...,A ..... T-=E,._D...,R .... l..&Y..-E .... _E..,.S~C:.JIIIOU.NMD,._,l...,D"-l'O ..... ~c""'A ........ 9 .... 2..,.0._.29.._-.... J...i5..,.0..._7 ______ (hereinafter called "Contractor''). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: (hereinafter called "project") Palomar Airport Road Contract No. 3602 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation of Owner Operator/Lessors, Bidder's Statements of Financial Responsibility, Technical Ability and Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Special Provisions, addendum(s) to said Plans and Specifications and Special Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specifications for Public Works Construction (SSPWC) 1997 Edition, and the 1998 and 1999 supplements thereto, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Special Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. 06/7/99 Contract No. 3602 Page 32 of 168 Pages ,..... ,- 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. MateriaJ that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class Ill disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance , with California Labor Code, section 1773 and .a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. 06/7/99 Contract No. 3602 Page 33 of 168 Pages ,- -- 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in Resolution No. 91-403. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. 06/7/99 Contract No. 3602 Page 34 of 1 68 Pages a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, employers' liability and auto liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. , c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. r r r r ,- r d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after thirty (30) days' prior written notice has been given to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by the City Council in Resolution No. 91-403. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. 06/7/99 Contract No. 3602 Page 35 of 168 Pages -- ,-- (I) Cost of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 1-1. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which are incorporated by reference. A copy of Article 1.5 is included in the Special Provisions I section. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above. ~ (lni; 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying 06/7/99 Contract No. 3602 Page 36 of 168 Pages ,...._ - - --r ,- the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 15. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 06/7/99 Contract No. 3602 Page 37 of 168 Pages - - 16. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Special Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPOF.ATE SEAL) CONTRACTOR: CA-S~?CO t (,JC, (name of Contractor) By:~~~ (~ - /"IP'4.f3y ~41hn1 , µeStJE.,.r, (?~~· By:·1ff~~ (sign here) moe. (3-dieJAile (print name and title) President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL CityAtt~y By: 1 ~ ,1 ,1_ fir/ JANE\IIOBALDI Deputy City Attorney 06/7/99 Contract No. 3602 Page 38 of 168 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT STA TE OF CAUFORNIA COUNTY OF __ S_A_N_D_I_E_G_O ___ _ On m4..t'eh 001 ,;i 000 before me, JO ANN CASPERSEN, NOTARY PUBLIC DATE NAME, TITLE OF OFFICER -E.G., "JANE DOE, NOTARY PUBLIC"" personally appeared, MOREY RAHIMI AND MOE BEHESHTI personally known to me (<1<~~ve'dCt~"tSK~§~Vsali"!§tatloff~~~l'i~ to be the person~) whose name(~ is/amcsubscribed to the within instrument and acknowledged to me that he/~/ · ~ executed the same in his/~ authorized capacity(i~, and that by his/lret71K~ signature(:s) on the instrument the person(51, or the entity upon behalf of which the person{~ acted, executed the instrument. WITNESS my hand and official seal. c, err<n¢A:oc'!t:( {SEAL) NOTARY PUBLIC SIGNATURE OPTIONAL INFORMATION TITLE OR TYPE OF DOCUME:'\T ______________________ _ DATE OF DOCUMENT ____________ NUMBER OF PAGES _______ _ SIGNER(S) OTHER THAN NAMED ABOVE ___________________ _ LABOR AND MATERIALS BOND EXECUTED IN DUPLICATE BOND NO: KF1360 PREMIUM INCLUDED IN PERFORMANCE BOND ~ ---,EREAS, the City Council of the City of Carlsbad, State of California, by Resolution l'c\J. 2000-96 , adopted MARCH 21, 2000 . has awarded to CASTELLO JNC. (hereinafter designated as the "Principal"), a Contract for: Palomar Airport Road, Contract Number 3602. in the City of Car1sbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in. upon 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, _.-C""IA.a:.SI........,E-.LL:aiO .. ,--'ol!NJ.:C-.,.__ _____________ __ as Principal. {hereinafter designated as the "Contractor''), and UNITED STATES FIDELITY AND GUARANTY COMPANY as Surety. are held firmly bound unto the City of Carlsbad in the sum of SIX HUNDRED TWENTY NINE THOUSAND ONE HUNDRED FIFTY SIX AND NO/00-------------------oollars r, hundred percent (100%) of the total estimated amount payable under said contract by the City 1... Carlsbad under the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000) or, Fifty percent (50%) of the total estimated amount payable under said contract by the City of Carlsbad under the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($10,000,000) or. Twenty-five percent (25%) of the total estimated amount payable under said contract by the City of Carlsbad under the terms of the contract if the contract exceeds ten million dollars ($10,000,000) and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION 1$ SUCH that if the person or his/her subcontractors fail to pay for any materials. provisions. provender, supplies, or teams 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 contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to such work and labor that the Surety will pay for the same. not to exceed the sum specified in the bond, and, also. in case suit is brought upon the bond, costs and reasonable expenses and fees, including reasonable attorney's fees, to be fixed by the court. as required by the provisions of section 3248 of the California CiVil Code. r ()6/7/99 Contract No. 3602 Page 39 of i 68 Pnges , .. This bond shall inure to the benefit of any and all persons. companies and corporations entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencing with section 3082). ,--. ,:,urety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. In the event that Gontractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 29TH day of __ .::,:MAR=C~H-_____ ,200.Q_. CONTRACTOR: CASTELLO, IN.C _________ _ (name of ContractoJg\ By: ?A-~~~et? MP~&( eA-lftnr (print name here) ~l_pe-Lf-~£.CO dy: __ ....&.:;....u:........-:~~~~.;,_..;._ __ _ (sign flare) m l)e &/2 ~ Sh:6t ~ (print name here) ~. I' e fa_;, ffi , Cas.fe.iL<J. Tnt'. (title and O anization of signatory) Executed by SURETY this _2_9_TH ____ day of ______ MA=R=C=H------~· 20QQ_. SURETY: UNITED STATES FIDELITY AND GUARANTY (name of Surety) P.O. BOX 2382 BREA, CA 92822-2362 (address of Surety) (714) 792-1613 (telephone number of Surety) By: ~/~~ ignature ol<~Fact) JOHN G. MALONEY. ATTORNEY-IN-FACT (printed name of Attorney-in-Fact) {attach corporate resolution showing current power of attorney) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.} COMPANY (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. ALL City Attorney r- Oa,1199 Contract No. 3602 Page 40 of 1 68 Pages .LIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of, __ .,..c .... AL.....,IF.._O""RN"""'"I""'A~-----} SAN DIEGO County of __________ _ 3/29/00 KAREN JEAN HALL, NOTARY PUBLIC On------before me,--------------------DATE NAME, TITLE OF OFFICER· E.G., "JANE DOE, NOTARY PUBLIC" personally appeared ______ ...,.,T..,,.O,....H...,N'--""G_..,~MAL_..,"'"'O""N.,..E.,..Y.,__ ________ _ NAME(S) OF SIGNER(S) [ji personally known to me -OR -D proved to me or. the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed t~e same in his/her/their authorized capa~it), :iE>s), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. ~~ No. 5193 -OPTIONAL SECTION - CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. D INDIVIDUAL 0 CORPORATE OFFICER(S) TITLE(S) o PARTNER($) D LIMITED D GENERAL (]I ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR D OTHER:------- SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) .._. ______________ OPTIONAL SECTION-------------- rH1s CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT ___________________ _ THE DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES _____ DATE OF DOCUMENT __________ _ Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. SIGNER(S) OTHER THAN NAMED ABOVE ________________ _ il!~, ~i! (}t~1;/! , (:,.;1)1 i~ ~ ,t ':jl (:}tf:Jj \~JI ( ,,:;;;;·~I ~{l~-'.! CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT STA TE OF CAUFORNIA COUNTY OF __ S_A_N_D_I _E_G_O ___ _ On m,veh 3c) ~000 before rne, __ J_O_A_N_N_C_A_S_P_E_R_S_E_N_,_N_O_T_A_R_Y_P_U_B_L_I_c ____ , DATE NAME, TITLE OF OFFICER· E.G., »JANE DOE, NOTARY PUBLIC' personally appeared, ~!OREY RAHIMI AND MOE BEHESHTI personally known to me (a<)p1~~~t5K~s<~Wsafiitatfmf~~~~~ to be the person~) whose name(~ is/ar-ecsubscribed to the within instrument and acknowledged to me that he/she/ .they executed the same in his/~ authorized capacity(i~. and that by his/~1t>f~ signature{:s) on the instrument the person ( 51, or the entity upon behalf of which the person(~ acted, executed the instrument. WITNESS my hand and official seal. (SEAL} OPTIONAL INFORMATION Power of Attorney No. POWER OF ATTORNEY Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company 20599 United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Certificate No. 165546 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint John G. Maloney and Helen Maloney of the City of Escondido , State California , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakin. gs.r~Guife11 or ~itted in .l!ny actions or proceedings allowed by law. ' ~ '-. . ,yi . \) IN WITNESS WHEREOF, the-Companies have caused this instrum;:\l!'.~\i~~e~l~~\~t. day of December .1' ~ )'' . ~ "1. ;;\) Seaboard Surety Company ' .·· 1 ~ ~~ • i. ~ \' ~ \~ted States Fidelity and Guaranty Company St. Paul Fire and Marine Ins~~ ' 'l.' ,. , Fidelity and Guaranty Insurance Company St. Paul Guardian Insurant,C'blip1µ1 ; .•' '' Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Mercury Insurance C9. _11,\;\ . , \j '\ ~\'-,::,'-'-' 1999 State of Maryland City of Baltimore MICHAEL R. MCKIBBEN, Assistant Secretary On this 1st day of December 1999 , before me, the undersigned officer, personally appeared John F. Phinney and Michael R. McKibben, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 13th day of July, 2002. 86203 Rev. 11-99 Printed in U.S.A. REBECCA EASLEY-ONOKALA, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and effect, reading as follows: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached; and RESOLVED FURTHER, that Attorney(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I, Michael R. McKibben, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I hereunto set my hand this _2_9_TH __ day of _______ MAR __ C_H __ 2000 Michael R. McKibben, Assistant Secretary Please refer to the Power of Attorney number, PREMIUM IS FOR CONTRACT TERM AND IS SUBJECT TO ADJUSTMENT BASED ON FINAL CONTRACT PRICE. EXECUTED IN DUPLICATE BOND NO: KF136O PREMIUM: $5,407.00 FAITHFUL PERFORMANCE/WARRANTY BOND r .:REAS, the City Council of the City of Carlsbad, State of California. by Resolution No. 2000-96 , adopted ____ M_A_R_C_H_2_1_,_2_0_0_0 _______ , has awarded to _C=.A;.,;=.S..;.T.;:E.=.L.::;;;L..;;.O~, _l;...N_C;..;. _____________________ ,, (hereinafter designated as the "Principal"), a Contract for: Palomar Airport Road, Contract No. 3602. in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS. Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty cf said Contract: NOW. THEREFORE. WE . .....:Clll,jA~S111.J,1.,E.,.L11111,1L~Q--...,JN-c ____________ , as Principal, (hereinafter designated as the "Contractor"), and UNITED STATES FIDELITY AND GUARANTY COMPANY • as Surety, are held and firmly bound unto the City of Carlsbad, -.-1 n.....,.,th,...e_s_u_m_of.,....,.S~I X'7"""A'"""0T'IN~D~Rr"'IIE"'D~ TWENTY NI NE THOUSAND ONE HUNDRED FIFTY SIX AND NQ/00--------------------Dollars {$ 629,156.00 ), said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to City or its certain attorney, its successors and assigns; for which payment. well and truly to be made. we bind ourselves, our heirs, executers and administrators, successors or assigns, jointly and severally, ,-ly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor. their heirs, executors. administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated. then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the ot>tigation secured hereby and in addition to the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond. and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. r 06/7/99 Contract No. 3602 Page 4, of 168 Pages In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. r Executed by CONTRACTOR this 29TH i: day of __ _.M_A_R...,cH ____ , ZOQL. CONTRACTOR: CASTELLO, INC • (name of Contractor) By: {sign here) /Vt:?A $y ~t41{ 1/Tt (print name here) (print name here} f Su,rda.f':J CQ.j,feUo ,Inc, (Title and Organiza(ion of signatory) Executed by SURETY this ... 2 ... 9...,TH ___ day of MARCH 2000 SURETY: UNITED STATES FIDELITY AND GUARANTY COMPANY (name of Surety) P.O. BOX 2382 BREA, CA. 92822-2382 (address of Surety) (714) 792-1613 (telephone number of Surety) JOHN G. MALONEY, ATTORNEY-IN-FACT (printed name of Attomey-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notariaf acknowledge of execution by CONTRACTOR and SURETY must be attached.) , (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant -secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BAL City Attorney By: • ---,11- j { JANE M BALDI Deputy City Attorney r 06/7/99 Contrect No. 3602 Page 42 of 168 Pages 1..IFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of SAN DIEGO } On 3/29/00 before me, ___.KA~R~E.uN.L...1.JuEAN..a.i.:L.J.HALlil,l,u..LL>.,---l.lN,l,£0.,,,.TAR~Y___,P!,..lU.t.B~L=.,I!,.!C,!__ __ _ NAME, TITLE OF OFFICER· E.G., "JANE DOE, NOTARY PUBLIC" DATE personally appeared ______ J_O_H_N_G_._MAL __ O_N_EY __________ _ NAME(S) OF SIGNER(S) fipersonally known to me -OR -D 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 ac- knowledged to me that he/she/they executed t!'le same in his/her/their authorized capar.it~ '.iPs), 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. No, 5193 -OPTIONAL SECTION - CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document D INDIVIDUAL D CORPORATE OFFICER($) TITLE(S) D PARTNER($) D LIMITED D GENERAL !ID ATTORNEY-IN-FACT D TRUSTEE($) D GUARDIAN/CONSERVATOR D OTHER:------- SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) ---------------OPTIONAL SECTION-------------• THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT: -------------------- NUMBER OF PAGES _____ DATE OF DOCUMENT __________ _ Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form, SIGNER($) OTHER THAN NAMED ABOVE ________________ _ · CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT STA TE OF CAUFORNIA COUNTY OF __ S_A_N_D_I _E_G_O ___ _ On m.:v,-h Be. ~ 000 before me, __ J_O_A_N_N_C_A_S_P_E_R_S_E_N_,_N_O_T_A_R_Y_P_U_B_L_I_C ___ , DATE NAME, TITLE OF OFFICER -E.G., "JANE DOE, NOTARY PUBLIC:' personally appeared, NOREY RAHIMI AND MOE BEHESHTI personally known to me (&)p"Fe}~~t5~fijfe<t~cfs1§€5fYgafl~~fm'¥~~!€:!el1i~ to be the person~) whose name(s:} is/~subscribed to the within instrument and acknowledged to me that he/~/ ~ executed the same in his/~ authorized capacity(i~. and that by his/~1ttt~ signature{;s) on the instrument the person(51, or the entity upon behalf of which the person(S1 acted, executed the instrument. WITNESS my hand and official seal. o~c~ ~ NOTARY PUBLIC SIGNATURE (SEAL) OPTIONAL INFORMATION TITLE OR TYPE OF DOCUME~T _______________________ _ DATE OF DOCL;MENT ____________ NUMBER OF PAGES _______ _ SIGNER(S) OTHER THAN NAMED ABOVE ____________________ _ .. __ . ._ ________________________________________________________ _ 1118StRlul POWER OF ATTORNEY Power of Attorney No. Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company 20599 United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Certificate No. 165547 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint John G. Maloney and Helen Maloney Escondido California of the City of __________________ ., State ___________________ , their true and lawful Attomey(s)-in-Fact, State of Maryland City of Baltimore 1999 MICHAEL R. MCKIBBEN, Assistant Secretary On this 1st day of December 1999 , before me, the undersigned officer, personally appeared John F. Phinney and Michael R. McKibben, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 13th day of July, 2002. 86203 Rev. 11-99 Printed in U.S.A. REBECCA EASLEY-ONOKALA, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and effect, reading as follows: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached; and RESOLVED FURTHER, that Attorney(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertaki11gs, and other writings obligatory in the nature thereof, and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if\signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I, Michael R. McK.ibben, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I hereunto set my hand this _2_9_TH __ day of ___ MAR __ C_H ____ _ 2000 Michael R. McKibben, Assistant Secretary Please refer to the Power of Attorney number, OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, Califomia, 92008, hereinafter called "City" and __ _.c ... a ... s_.t...,e_.1 .. 1...,0__., __ r .... n .... c_,. ____________________ whose address is ___ 4_5_7_c_o_r~p_o_r_a_t_e_D_r_i_v_e_,_E_s_c_o_n_d_i_d_o_,_c_A_9_2_0_2_9_-_1_s_o_7 ____ hereinafter called "Contractor" and Rancho Santa Fe Nat ion al Bank whose address is ---------------------- _ _..;;.P____;:0;.....:;B;.;:o_x;....;;2;.;:5;..;7..;:6;..i,____;:E;.;:s;.;:c;;.;o-n;;.;d_i;..;;d..;:o;..:,._;c_A_9_2_0_2_5 ____________ hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of Califomia, the contractor has the option to deposit securities with the Escrow Agent as a substitute for retention eamings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for Palomar Airport Road, Contract No. 3602 in the amount of $629,156.00 dated March 28,2000 (hereinafter referred to as the "Contract"). Altematively, on written request of the contractor, the City shall make payments of the retention eamings directly to the escrow agent. When the Contractor deposits the securities as a substitute for Contract eamings, the Escrow Agent shall notify the City within 1 0 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the escrow agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be at least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City Of Carlsbad , and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions eamed directly to the escrow agent, the escrow agent shall hold them for the benefit of the contractor until such time as the escrow created under this contract is terminated. The contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the escrow agent directly. 4. The contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. ft '11611199 ,· Contract No. 3602 Page 43 of 168 Pages 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written -notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: For Contractor: For Escrow Agent: Title Mayor --------------------- Name ~A£Le~ Signature p~;; · Address 1200 Carlsbad Village Dr., Carlsbad CA Title __ P_r....,e..,s..,.1.._.a ... e ... o ... t .... t._T...,r,._e.._a......,_s1 .... 1.,r..,.e.,r _____ _ Name Morey Rahimi Signature -~~ ' Address 457 Corporate Dr., Escondido, c~ Title Vice-President Signatur .. -Address P o Box 2576, Escondido, CA 92025 At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. ft '1a11199 Contract No. 3602 Page 44 of 168 Pages -IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: For Contractor: For Escrow Agent: ft Q6/7/99 Title Mayor Address1200 carlsbad Village Drive, Carlsbad CA Title __ P_r_e_s_i_d __ e __ n __ t.._/ __ T __ r __ e_.a __ s __ u __ r __ e __ r _______ _ Name Morey Rahimi Signature~ Address 457 corporate pr., Escondido. CA Vice President Contract No. 3602 Page 45 of 168 Pages SPECIAL PROVISIONS FOR Palomar Airport Road Contract No. 3602 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 1, GENERAL PROVISIONS SECTION 1 --TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS Add the following section: 1-1.1 Reference to Drawings. Where words "shown·, "indicated·, "detailed·, "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. Add the following section: 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. Add the following section: 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. Add the following section: 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials· that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. -Agency -The City of Carlsbad, California. ,_ Q6/7/99 Contract No. 3602 Page 46 of 168 Pages City Council -The City Council of the City of Carlsbad. City Manager -The City Manager of the City of Carlsbad or his/her approved representative. Dispute Board -Persons designated by the City Manager to hear and advise the City Manager on claims submitted by the Contractor. The City Manager is the last appeal level for informal dispute resolution. Engineer -The City Engineer of the City of Carlsbad or his/her approved representative. The City Engineer is the third level of appeal for informal dispute resolution. Minor Bid Item -A single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Own Organization -When used in Section 2-3.1 -Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with section 2-3.1 of the Standard Specifications and these Special Provisions. Owner Operator/Lessor -Any person who provides equipment or tools with an operator provided who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility. Principal Inspector -The Senior Inspector's immediate supervisor and second level of appeal for informal dispute resolution. Project Inspector -The Engineer's designated representative for inspection, contract administration and first level for informal dispute resolution. Project Manager -The City Engineer of the City of Carlsbad or his/her approved representative. Senior Inspector -The Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. 1-3 ABBREVIATIONS 1-3.2 Common Usage, add the following: Abbreviation Word or Words Apts ...................................... Apartment and Apartments Bldg ...................................... Building band Buildings CMWD .................................. Carlsbad Municipal Water District CSSD ................................... Carlsbad Supplemental Standard Drawings cfs ......................................... Cubic Feet per Second Comm ................................... Commercial DR ........................................ Dimension Ratio ~ '16111ss Contract No. 3602 Page 4 7 of 168 Pages E ........................................... Electric G .......................................... Gas gal... ...................................... Gallon and Gallons Gar ....................................... Garage and Garages GNV ...................................... Ground Not Visible gpm ...................................... gallons per minute IE .......................................... Invert Elevation LCWD ................................... Leucadia County Water District MSL. ..................................... Mean Sea Level (see Regional Standard Drawing M-12) MTBM ................................... Microtunneling Boring Machine NCTD ................................... North County Transit District OHE. ..................................... Overhead Electric OMWD .................................. Olivenhain Municipal Water District ROW ..................................... Right-of-Way S ........................................... Sewer or Slope, as applicable SDNR ................................... San Diego Northern Railway SDRSD ................................. San Diego Regional Standard Drawing SFM ...................................... Sewer Force Main T ........................................... Telephone UE ........................................ Underground Electric W .......................................... Water, Wider or Width, as applicable VWD ..................................... Vallecitos Water District SECTION 2 -SCOPE AND CONTROL OF THE WORK 2-3 SUBCONTRACTS. 2-3.1 General. Add the following: Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or to deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The City Council shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the City Council and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-4 CONTRACT BONDS. Modify the second sentence of paragraph one as follows: Delete, "who is listed in the latest revision of U.S. Department of Treasury Circular 570,". Modify paragraphs three and four to read: The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in the amount of 100 percent of the contract price. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to: 1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000). ,it Q6/7/99 Contract No. 3602 Page 48 of 168 Pages 2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($10,000,000). 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($10,000,000). Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. Add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. Add the following: The specifications for the work include the Standard · Specifications for Public Works Construction, (SSPWC), 1997 Edition, and the 1998 and 1999 supplements thereto, hereinafter designated "SSPWC", as written and promulgated by Joint Cooperative Committee of the Southern California Chapter American Public Works Association and Southern California Districts Associated General Contractors of California , and as amended by the Special Provisions section of this contract. The construction plans consist of one set., This set is designated as City of Carlsbad Drawing No. 370-2 consisting of 13 sheets titled "Plans for Improvement of Palomar Airport Road." The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Supplemental Standard Drawings, hereinafter designated as CSSD, as issued by the City of Carlsbad and the Carlsbad Municipal Water District Standard Plans hereinafter designated as CMWDSD, as issued by the Carlsbad Municipal Water District. Copies of some of the pertinent standard drawings are enclosed as an appendix to these Supplemental Provisions. ~ Q6/7/99 Contract No. 3602 Page 49 of 1 68 Pages The existence and location of utility structures and facilities shown on the construction plans were obtained by a search of the available records. Attention is called to the possible existence of other . utility facilities or structures not shown or in a location different from that shown on the plans. The contractor is required to take due precautionary measures to protect the utilities shown on the plans and any other existing facilities or structures not shown. The contractor shall verify the location of all existing facilities (aboveground and underground) within the project site sufficiently ahead of the construction to permit the revisions of the construction plans if it is found that the actual locations are in conflict with the proposed work. 2-5.2 Precedence of Contract Documents, modify as follows: If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Supplemental Provisions. 3) Plans. 4) Standard Plans. a) City of Carlsbad Supplemental Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) State of California Department of Transportation Standard Plans. 5) Standard Specifications for Public Works Construction. 6) Reference Specifications. 7) Manufacturer's Installation Recommendations. Change Orders, Supplemental Agreements, and approved revisions to Plans and Specifications will take precedence over items 2) through 7) above. Detailed plans and plan view shall have precedence over general plans. 2-5.3.3 Submittals, add the following: Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: ~ Q6/7/99 Contract No. 3602 Page 50 of 168 Pages "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval. By: --------------- Title: ______________ _ Date: Company Name: Add the following: 2-5.4 Record Drawings, The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by section 2-5.4 shall be included in the various bid items and no additional payment will be made therefor. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers, Delete Sections 2-9.1 and replace with the following: The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed .. The Surveyor shall file comer record(s) as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within seven days of paving unless the engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service, Delete Sections 2-9.2 and replace with the following: The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor, to perform all work necessary for · establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. Add the following section: 2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of section 2-5.3.3, "Submittalsn, herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor ftt Q6/7/99 Contract No. 3602 Page 51 of 1 68 Pages shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (8 1/2" by 11 ") paper. The field notes, calculations and supporting data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and . calculations will be tabled with name of the Surveyor, the party chief, field crew members and preparer of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program. The field notes shall be prepared in conformance with the CAL TRANS "Surveys Manual". The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 -8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property comers and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer's review and approval before submittal to the County Surveyor and before submittal to the County Recorder. Add the following section: 2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in Table 2-9.2.2(A) as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal locations where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of construction in the area marked. Centerline monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities·being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. ~ ~6/7/99 Contract No. 3602 Page 52 of 168 Pages TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Feature Staked . Street Centerline Clearing Slope Fence Rough Grade Cuts or Fills :i?: 10 m (33') Final Grade (includes top of: Basement soil, subbase and base) Asphalt Pavement Finish Course Drainage Structures, Pipes & similar Facilities<D, ~ Curb Traffic Signal <D Stake·· • · ·.· . .. :, '·:s: .. Description ... ·· ··Centerline or Parallel to Centartlne -~ . •• ~ ' .Snaclna®, ti .. SDRS M-10 s300m (1000'), Street Intersections, Begin Monument and end of curves, only when shown on the Lath in soil, painted line on PCC&AC surfaces plans lath -lntervisible, s 15m (50') on tangents & s 7 .Sm (25') on curves, Painted line - continuous RP+ Marker lntervisible ands 15m (50') Stake RP+ Marker s 60 m (200') on tangents, s 15m (50') on Stake curves when R:i?: 300m (1000') & 7.5m (25') on curves when Rs 300m (1000') RP + Marker s 15m (50') Stake RP + Marker s 15 m (50') on tangents & curves when R:i?: Stake, Blue-300m (1000') & s 7.5m (25') on curves when top in grading Rs 300m (1000') area RP, paint on s 7 .Sm (25') or as per the intersection grid previous points shown on the plan whichever provides course the denser information RP+ Marker Stake RP+ Marker Stake intervisible & s 7.5m (25'), beginning and end, BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities (except plumbina), Skewed cut-off lines s 7.5m (25'), BC & EC, at 1/~. 1/26 & 'l•.:i on curb returns & at beginning & end Vertical locations shall be based on the ultimate elevation of curb and sidewalk Signal Poles & RP + Marker at each pole & controller location Controller <D Stake Junction Box <D RP + Marker Stake at each junction box location Lateral Snacing G>, ti on street centerline at clearing line Grade Breaks & S7.6 m (25') N/A ( constant offset) N/A s6.7 m (22') edge of pavement, paving pass width, crown line & grade breaks as appropriate ( constant offset) as appropriate as appropriate Conduit CD RP + Marker s 15 m (50') on tangents & curves when R:i?: as appropriate Stake 300m (1000') & s 7.5m (25') on curves when Rs 300m (1000') or where grades 0.30% Minor Structure <D RP + Marker for catch basins: at centerline of box, ends of as appropriate Abutment Fill Stake + Line box & wings & at each end of the local Stake depression G) RP+ Marker Stake+ Line Stake s 15 m (50') & along end slopes & conic transitions as appropriate Setting Tolerance (Within) 7 mm (0.02') Horizontal, also see section 2-9.2.1 herein 0.3 m (1 ') Horizontal 30 mm (0.1') Vertical & Horizontal 30 mm (0.1 ') Horizontal 30 mm (0.1') Vertical & Horizontal 10 mm (3/a") Horizontal & 7 mm (1/4") Vertical 10 mm (3/a") Horizontal & 7 mm (1/4") Vertical 10 mm (-'/a") Horizontal & 7 mm (1/4") Vertical 10 mm (-'la") Horizontal & 7 mm (1/4") Vertical 10 mm (3/a") Horizontal & 7 mm (1/4") Vertical 10 mm (3/a") Horizontal & 7 mm (1/4") Vertical 10 mm (3/a") Horizontal & when depth cannot be measured from existing pavement 7 mm (1/4") Vertical 10 mm (3/a") Horizontal & 7 mm (1/4") Vertical (when vertical data needed) 30 mm (0.1 ') Vertical & Horizontal 06/7/99 Contract No. 3602 Page 53 of 168 Pages FeatuF9 Staked · Wall<D Major Structure G> Footings, Bents, Abutments & Wingwalls Miscellaneous G> Contour Grading CD Utilities CD, (i) Stake .. ·. < , ._ •.. , : : ·· · .,,,._ ·r· ·• .,;,; .. "•,• <.,. \:"·:::; . ·· Description • ,,,,f. :Centerllne or Parallel to Centertfne ;;?c ·.;. 1.atltraf . ~-·· ··' .'.,;:, .. ,i:t· Smc1na0,S:ttL'.+::··::,·,,· ·. SmcJna~.• RP+ Marker s 15 m (50') and at beginning & end of: each as appropriate Stake + Line wall, BC & EC, layout line angle points, Point +Guard changes in footing dimensions &/or elevation Stake & wall height RP+ Marker Stake+ Line Point +Guard 3 m to 10 m (10' to 33') as required by the as appropriate Stake RP+ Marker Stake RP+ Marker Stake Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns s 15 m (50') s 15 m (50') on tangents & curves when~ 300m (1000') & s 7.5m (25') on curves when Rs 300m (1000') or where grades 0.300/4 along contour line as appropriate Setting Tolerance (Within) 7 mm (l/4") Horizontal & 7 mm (1/4") Vertical 10 mm (;j/sj Horizontal & 7 mm (1/4j Vertical 30 mm (0.1 ') Vertical & Horizontal 10 mm (;jJs") Horizontal & 7 mm (1/4") Vertical Channels, Dikes RP + Marker intervisible & s 30 m (100'), BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities as appropriate 30 mm (0.1 ') Horizontal & 7 mm (1/4") Vertical & Ditches CD Stake Signs <D Subsurface Drains CD Overside Drains (j) Markers <D Railings & Barriers <D AC Dikes© Pavement Markers<D RP+ Marker Siake + Line Point +Guard Stake RP+ Marker Stake RP+ Marker Stake RP+ Marker Stake RP+ Marker Stake RP+ Marker Stake RP At sign location intervisible & s 15m (50'), BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities longitudinal location for asphalt street surfacing s 15 m (50') on tangents & curves when ~ 300m (1000') & s 7.5m (25') on curves when Rs 300m (1000'). At beginning & end and s 15 m (50') on tangents & curves when R ~ 300m (1000') & s 7.5m (25') on curves when Rs 300m (1000') At beginning & end 60 m (200') on tangents, 15m (50'} on curves when R ~ 300m (1000') & 7.5m (25') on curves when Rs 300m (1000') For PCC surfaced streets lane cold joints will suffice Line point 30 mm (0.1') Vertical & Horizontal as appropriate 30 mm (0.1 ') Horizontal & 7 mm (1/4j Vertical At beginning & 30 mm (0.1 ') Horizontal end & 7 mm (1/4") Vertical At marker 7 mm (l/4") Horizontal location(s) at railing & barrier location(s) 10 mm (;j/s") Horizontal & Vertical as appropriate 30 mm (0.1') Horizontal & Vertical at pavement marker location(s) 7 mm (l/4") Horizontal © Staking for feature may be omitted when adjacent marker stakes reference the offset and elevation of those features and the accuracy requirements of the RP meet the requirements for the feature @ Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation & inspGction of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table <3> Perpendicular to centerline. © Some features are not necessarily parallel to centerline but are referenced thereto G> Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature @ ~ means greater than, or equal to, the number following the symbol. s means less than, or equal to, the number following the symbol. (i) The cut datum for storm drainage & sanitary sewer pipes & similar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit. All guard stakes, line stakes and lath shall be flagged. Unless otherwise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(8) ft '-16/7/99 Contract No. 3602 Page 54 of 168 Pages TABLE 2-9.2.2(8) Survey Stake Color Code for Construction Staking Type of Stake · I ,: DescriDtion · .. Color* ""o Horizontal Control Coordinated control points, control lines, control reference points, centerline, White/Red alignments, etc. Vertical Control Bench marks VVhite/Orange Clearing Limits of clearing Yellow/Black Grading Slope, intermediate slope, abutment fill, rough grade, contour grading, final Yellow grade, etc. Structure Bridges, sound and retaining walls, box culverts, etc. White Drainage, Sewer, Curb Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm Blue drains, slope protection, curbs, gutters, etc. Right-of-Way Fences, R/ W lines, easements, property monuments, etc. White/Yellow Miscellaneous Signs, railings, barriers, lighting, etc. Orange * Flagging and marking cards, 1f used. Add the following section: 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.3.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made therefor. Payment for the replacement of disturbed monuments and the filing of records of survey and/or comer records, including filing fees therefor, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made therefor. 2-10 AUTHORITY OF BOARD AND ENGINEER Add the following section: 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. Add the following section: 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and it subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. 06/7/99 Contract No. 3602 Page 5 5 of 1 68 Pages SECTION 3 --CHANGES IN WORK 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.2.1 Contract Unit prices, add the following: In the case of an increase or 'decrease in quantity of a minor bid item in excess of 25 percent of the original quantity bid the adjustment of contract unit price for such items will be limited to that portion of the change in excess of 25 percent of the original quantity listed in the Contractor's bid proposal for this contract. Adjustments in excess of 25 percent may, at the option of the Engineer, be paid pursuant to section 3-3, Extra Work. 3-3 EXTRA WORK. 3-3.2.2 (c) Tool and Equipment Rental, second paragraph, modify as follows: Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge & Equipment Rental Rates" published by CAL TRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any, The labor rates published therein are not a part of this contract. 3-3.2.3 Markup, Delete Section 3-3.2.3(a) and (b) and replace 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 ................................... 20 2) Materials . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 15 3) Equipment Rental ................... 15 4) Other Items and Expenditures . . 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor, add the following after the second sentence: Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. 3-4 CHANGED CONDITIONS. Delete the second sentence of paragraph three, delete paragraph five (5), and add the following: The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in ftt Q6/7/99 Contract No. 3602 Page 56 of 168 Pages measurement or errors of computation as to contract quantities. The written ~otice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate in order for it to be further considered." By: ---------------Title: --------------- Date: ____________ _ Company Name: The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. Add the following: The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. Delete second sentence of paragraph one and add the following: Prior to proceeding with dispute resolution pursuant to Public Contract Code (PCC) provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Senior Inspector 3. Principal Inspector 4. City Engineer 5. City Manager ft Q6/7/99 Contract No. 3602 Page 5 7 of 1 68 Pages The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation sui:,porting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 1 0 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7 .1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. ,it 'Q6/7/99 Contract No. 3602 Page 58 of 168 Pages (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars {$375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. . {d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. {e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 {commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the ~ Q6/7/99 Contract No. 3602 Page 59 of 168 Pages parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not .obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. SECTION 4 -CONTROL OF MA TE RIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.3.1 General, add the following: The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.4 Test of Materials, delete the phrase, "and a reasonable amount of retesting," from the third sentence of the first paragraph. Add the following: Except as specified in these Special Provisions, the Agency will bear the cost of testing locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. ft '{.16/7/99 Contract No. 3602 Page 60 of 168 Pages Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.6 Trade names or Equals, add the following: The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. Add the following section: 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage araa(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to. verify the suitability of materials and their proper storage at any time during the Work. SECTION 5 -UTILITIES 5-1 LOCATION. Delete the first paragraph and substitute the following: The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. 5-4 RELOCATION. Add the following: In conformance with section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience 06/7/99 Contract No. 3602 Page 61 of 1 68 Pages and no additional compensation will be allowed therefor or for additional ~ork, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-6 COOPERATION. Add the following: San Diego Gas & Electric (SDG&E) will remove the power poles and provide the undergrounding work and relocations indicated on the plans for SDG&E facilities. Telephone, cable television and all other franchise utilities, if any, shall likewise remove, relocate and provide work for their respective facilities located within the workzone or impacted by the work. The Contractor shall coordinate all work with the appropriate utility company and shall be responsible for payment of all fees and costs associated with removal, relocation or replacement of utility facilities to include the cost of related permits, submittals, and design elements required to complete the work indicated on the plans. SECTION 6 -PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete subsection 6-1 and substitute the following, except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law: The Contractor shall begin work within _j_§_ calendar days after receipt of the "Notice to Proceed". Add the following section: 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per Section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. Add the following section: 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule per the submittal requirements of Section 2-5.3. The submittal of the Baseline Construction Schedule shall include each item and element of Sections 6-1.2 through 6-1.2.9 and shall be on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media. Add the following section: 6-1.2 Preparation and Review of the Baseline Construction Schedule. The Contractor shall prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in the precedence diagram method (activity-on-node) format. The Baseline Construction Schedule shall depict a workable plan showing the sequence, duration, and interdependence of all activities required to represent the complete performance of all project work as well as periods where work is precluded. The Baseline Construction Schedule shall begin with the projected date of issuance of the notice to proceed and conclude with the date of final completion per the contract duration. The Baseline Construction Schedule shall include detail of all project phasing, staging, and sequencing, including all milestones necessary to define beginning and ending of each phase or stage. ~ Q6/7/99 Contract No. 3602 Page 62 of 168 Pages Add the following section: 6-1.2.1 Time-Scaled Network Diagram. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a complete time-scaled network diagram showing all of the activities, logic relationships, and milestones comprising the schedule. Add the following section: 6-1.2.2 Tabular Listing. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a tabular listing of all of the activities, showing for each activity the identification number, the description, the duration, the early start, the early finish, the late start, the late finish, the total float, and all predecessor and successor activities for the activity described. Add the following section: 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. Add the following section: 6.1.2.4 Schedule Software. The Contractor shall use commercially available software equal to the Windows 95 compatible "Suretrak" program by Primavera or "Project" program by Microsoft Corporation to prepare the Baseline Construction Schedule and all updates thereto. The Contractor shall submit to the Agency an 89mm (3.5") data disk with all network information contained thereon, in a format readable by a Microsoft Windows 95 system. The Agency will use a "Suretrak" or "Project" or equal software program for review of the Contractor's schedule. Should the Contractor elect to use a scheduling program other than the "Suretrak" program by Primavera or "Project" by the Microsoft Corporation, the Contractor shall provide the Engineer three copies of the substituted program that are fully licensed to the Agency and 32 class hours of on-site training by the program publisher for up to eight Agency staff members. The classes shall be presented on Mondays through Thursdays, inclusive, between the hours of 8:00 a.m. and 5:00 p.m. The on-site training shall be held at 2075 Las Palmas Drive, Carlsbad, California. The dates and times of the on-site training shall be submitted to the Engineer for approval five working days before the start of the on-site training. The on-site training shall be completed prior to the submittal of the first Baseline Construction Schedule. Add the following section: 6-1.2.5 Schedule Activities. Except for submittal activities, activity duration shall not be shorter than 1 working day nor longer than 15 working days, unless specifically and individually allowed by the Engineer. The Baseline Construction Schedule shall include between 100 and 500 activities, including submittals, interfaces between utility companies and other agencies, project milestones and equipment and material deliveries. The number of activities will be sufficient, in the judgment of the Engineer, to communicate the Contractor's plan for project execution, to accurately describe the project work, and to allow monitoring and evaluation of progress and of time impacts. Each activity's description shall accurately define the work planned for the activity and each activity shall have recognizable beginning and end points. Add the following section: 6-1.2.6 Float. Float or slack time within the schedule is available without charge or compensation to whatever party or contingency first exhausts it. 06/7/99 Contract No. 3602 Page 63 of 168 Pages Add the following section: 6-1.2. 7 Restraints to Activities. Any submittals, utility interfaces, or any furnishing of Agency supplied materials, equipment, or services, which may impact any activity's construction shall be shown as a restraint to those activities. Time periods to accommodate the review and correction of submittals shall be included in the schedule. Add the following section: 6-1.2.8 Late Completion. A Baseline Construction Schedule showing a project duration longer than the specified contract duration will not be acceptable and will be grounds for determination of default by Contractor, per Section 6-4. Add the following section: 6-1.2.9 Early Completion. The Baseline Construction Schedule will show the Contractor's plan to support and maintain the project for the entire contractual timespan of the project. Should the Contractor propose a project duration shorter than contract duration, a complete Baseline Construction Schedule must be submitted, reflecting the shorter duration, in complete accordance with all schedule requirements of section 6-1. The Engineer may choose to accept the Contractor's proposal of a project duration shorter than the duration specified; provided the Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agency and all other entities, public and private, which interface with the project are able to support the provisions of the shortened Baseline Construction Schedule. The Agency's acceptance of a shortened duration project will be confirmed through the execution of a contract change order revising the project duration and implementing all contractual requirements including liquidated damages in accordance with the revised duration. Add the following section: 6-1.2.10 Engineer's Review. The Construction Schedule is subject to the review of the Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Contractor to obtain the Engineer's determination that the initial Construction Schedule proposed by · the Contractor complies with the requirements of these special provisions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the 30 working days. The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.10.1 through 6-1.2.10.3. Add the following section: 6-1.2.10.1 "Accepted." The Contractor may proceed with the project work upon issuance of the Notice to Proceed, and will receive payment for the schedule in accordance with Section 6-1.8.1. Add the following section: 6-1.2.10.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the · comments prior to receipt of payment per Section 6-1.8.1. ftt {.16/7/99 Contract No. 3602 Page 64 of 168 Pages Add the following section: 6-1.2.10.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the corrections and changes of the comments prior to receipt of payment per Section 6-1.8.1. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" by the Engineer. Add the following section: 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each month to agree upon each activity's schedule status and shall submit monthly updates of the Baseline Construction Schedule confirming the agreements no later than the fifth working day of the following month. The monthly update will be submitted on hard (paper) copy and electronic media conforming to Section 6-1.3.3 Electronic Media per the submittal requirements of Section 2-5.3 and will include each item and element of Sections 6-1.2 through 6- 1.2.9 and 6-1.3.1 through 6-1.3.7. Add the following section: 6-1.3.1 Actual Activity Dates. The actual dates each activity was started and/or completed during the month. After first reporting an actual date, the Contractor shall not change that actual date in later updates without specific notification to the Engineer with the update. Add the following section: 6-1.3.2 Activity Percent Complete. For each activity underway at the end of the month, the Contractor shall report the percentage determined by the Engineer as complete for the activity. Add the following section: 6-1.3.3 Electronic Media. The schedule data disk shall be an 89mm (3.5") high density diskette, labeled with the project name and number, the Contractor's name and the date of preparation of the schedule data disk. The schedule data disk shall be readable by the software Specified in Section 6-1.2.4 Schedule Software and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it. Add the following section: 6-1.3.4 List of Changes. A list of all changes made to the activities or to the interconnecting logic, with an explanation for each change. Add the following section: 6-1.3.5 Change Orders, Each monthly update will include the addition of the network revisions reflecting the change orders approved in the previous month. The network revisions will be as agreed upon during the review and acceptance of the Contractor's change orders. Add the following section: 6-1.3.6 Bar Chart. Each monthly update will include a chart showing individual tasks and their duration arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. #tt Q6/7/99 Contract No. 3602 Page 65 of 168 Pages Add the following section: 6-1. 4 Engineer's Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within 5 working days of submittal. The Updated Construction Schedule will be returned marked as per sections 6- 1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked "Accepted with Comments" or "Not Accepted" by the Engineer will be returned to the Contractor for correction. Upon resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor to submit a monthly updated construction schedule will invoke the same consequences as the Engineer returning a monthly updated construction schedule marked "Not Accepted". Add the following section: 6-1.4.1 "Accepted." The Contractor may proceed with the project work, and will receive payment for the schedule in accordance with section 6-1.8.2. Add the following section: 6-1.4.2 "Accepted with Comments." The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per section 6-1.8.2. Add the following section: 6-1.4.3 "Not Accepted." The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked "Accepted" by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor's responsibility. Add the following section: 6-1.5 Late Completion or Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent "Accepted" Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously held Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the "Accepted" schedule. Add the following section: 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of section 2-5.3 and per the schedule review and acceptance requirements of section 6-1, including but not limited to the acceptance and payment provisions. As used in this subsection "substantially different" means a time variance greater than 5 percent of the number of days of duration for the project. ft Q6/7/99 Contract No. 3602 Page 66 of 168 Pages Add the following section: . 6-1. 7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor's Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-1. 4 Engineer's Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per section 9-3.2. Add the following section: 6-1.8 Measurement and Payment Construction Schedule will be paid for at the stipulated lump sum price of five thousand dollars ($5,000.00). The stipulated lump sum price paid for Construction Schedule shall include full compensation for furnishing all labor, materials including, but not limited to, the computer hardware and software, tools, equipment, and incidentals; and for doing all the work involved in attending meetings, preparing, furnishing, updating, revising the tabular, bar and flow chart Construction Schedules and narrative reports required by these supplemental provisions and as directed by the Engineer. The Engineer's determination that each and any construction schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be precedent to each and any payment for the Construction Schedule. Payments for Construction Schedule will be made as per sections 6-1.8.1 through 6-1.8.3. Add the following section: 6-1.8.1 Initial Payment Fifteen hundred dollars ($1,500.00) of the stipulated lump sum bid for the Construction Schedule will be made when the Engineer has accepted a Construction Schedule for this project Add the following section: 6-1.8.2 Monthly Updated Construction Schedule Payments. Monthly Updated Construction Schedule Payments of three hundred twelve dollars and fifty cents ($312.50) will be made subsequent to the initial payment for the Construction Schedule for each monthly Construction Schedule, updated as required herein, that the Engineer has accepted as sufficient within the month that the monthly progress payment pertains. No payment shall be made, nor shall any payment accrue, for any monthly updated construction schedule that is not marked "Accepted· by the Engineer on or before the twentieth working day of the month such monthly updated construction schedule is due per section 6-1.3 Preparation of Schedule Updates and Revisions. The sum of the amounts paid for Construction Schedule during the initial and subsequent payment periods, or extensions to the contract, shall not exceed the strpulated lump sum price for Construction Schedule. Add the following section: 6-1.8.3 Concluding Payment A Final payment of one thousand dollars ($1,000.00) for the Construction Schedule will be made when both one hundred percent of the contract work is completed and the Engineer has accepted a final construction schedule update prepared and submitted by the Contractor as required herein that shows the actual beginning and ending dates and all other data that is required for baseline and update schedules for each activity shown on the baseline construction schedule and updates thereto that the Engineer accepted for this project. ft Q6/7/99 Contract No. 3602 Page 67 of 168 Pages 6-2 PROSECUTION OF WORK. Add the following section: 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. Add the following section: 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. Each Project Meeting shall be attended by the Contractor's Representative. The Project Representative shall be the individual determined under Section 7-6, "The Contractor's Representative," SSPWC. No separate payment for attendance of the Contractor, the Contractor's representative, or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.4 Written Notice and Report. Modify as follows: The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefor. 6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work to completion within 120 calendar days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. Add the following: Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 6-7.2.1 SUNDAY WORK REQUIREMENT FOR THE INTERSECTION OF EL FUERTE AND PALOMAR AIRPORT ROAD. The Engineer may require that all work done within this intersection be scheduled on Sunday's. All such work activities, if required, shall be paid for per the unit price quoted in the Contractor's Proposal and no separate compensation will be made. 6-8 COMPLETION AND ACCEPTANCE. Delete the second paragraph and add the following: The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, ft Q6/7/99 Contract No. 3602 Page 68 of 1 68 Pages meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. Delete the first sentence of the third paragraph and substitute the following two sentences: All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. 6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first sentence of the second paragraph and add the following: For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of Fifteen Hundred Dollars ($1,500.00) per calendar day. Execution of the Contract shall constitute agreement by the Agency and Contractor that Fifteen Hundred Dollars ($1,500.00) per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. SECTION 7 -RESPONSIBILITIES OF THE CONTRACTOR 7-3 LIABILITY INSURANCE. Modify as follows: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V and are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California . . 7-4 WORKERS' COMPENSATION INSURANCE. Add the following: All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Delete the first sentence and add the following four sentences: Except as specified herein the agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, and building permits necessary to perform work for this contract on Agency property, in streets, highways (except State highway right-of-way), railways or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefor. --Q6/7/99 Contract No. 3602 Page 69 of 168 Pages 7-7 COOPERATION AND COLLATERAL WORK. Add the following section: 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. Add the following section: 7-7.2 Coordination With North County Transit District The Contractor shall coordinate and cooperate with North County Transit District during construction activities that may impact their service or bus stop locations. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. 7-8.5 Temporary Light, Power and Water. Add the following: The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefor. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. Add the following section: 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. add the following: The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal company, Coast Waste Management at 929-9417. During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved parking within an 800 foot distance from their homes or businesses. ,tt ~6/7/99 Contract No. 3602 Page 70 of 168 Pages Seventy two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24 hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. In addition to the notifications, the contractor shall post no parking signs 48 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 48 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 48 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. 7-10.3 Street Closures, Detours, Barricades. Add the following: Traffic controls shall be in accordance with the plans, Chapter 5 of the California Department of Transportation "Manual of Traffic Controls," 1996 edition and these Special Provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($20.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. Add the following section: 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of section 214-5.1.et seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq. Al! paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to section 210-1.6 for materials and section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory #.It ~6/7/99 Contract No. 3602 Page 71 of 1 68 Pages signs, lights and devices shall be promptly removed by the Contractor ~en no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the travelling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the travelling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CAL TRANS "Standard Specifications", except the sleeves shall be 180 mm {7") long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 1.8 m {6') of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 7.6 m {25') intervals to a point not less than 7.6 m {25') past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A C23 {Road Work Ahead) or C24 {Shoulder Work Ahead) sign shall be mounted, as required herein, on a sign post or telescoping flag tree with flags. The sign post or flag tree shall be placed where directed by the Engineer. Add the following section: 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than six (6) feet, nor operate equipment within two (2) feet from any traffic lane occupied by traffic. For equipment the two (2) feet shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any section closed to public traffic. Whenever vehicles or equipment are parked on the shoulder within six (6) feet of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at 25-foot intervals to a point not less than 25 feet past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted on a telescoping flag tree with flags. The flag tree shall be placed where directed by the Engineer. All construction traffic control devices shall be maintained in good order and according to the plan throughout the duration of work. During the entire construction, a minimum of two paved traffic lanes, not less than twelve (12) feet wide, shall be open for use by public traffic in each direction of travel. ft Q6/7/99 Contract No. 3602 Page 7 2 of 168 Pages Add the following section: 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, CAL TRANS "Manual of Traffic Control", 1996 edition and provisions under "Maintaining Traffic" elsewhere in these Supplemental Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. Add the following section: 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Special Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until he has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. Add the following section: 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in Chapter 5 of the "Traffic Manual," 1996 edition published by CALTRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement, delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. Add the following section: 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if lhe Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the travelled way. The Contractor shall have TCP 06/7/99 Contract No. 3602 Page 73 of 168 Pages prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20 day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the travelled surface differs from the finished pavement elevation vertical curves must also be shown. The Contractor may choose to modify, add to or supplement the TCP shown on sheet 13 of Drawing 370-2 of the contract documents or substitute TCP to further its own interests. Such substitution shall be prepared in type and kind as sheet 13 of Drawing 370-2. The level of detail, format, and graphics shall be of quality and size no less than shown on sheet 13 of Drawing 370-2. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and of the "MANUAL OF TRAFFIC CONTROLS," 1996 Edition, as published by the State of California Department of Transportation. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer's sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of Section 2-5.3 Shop Drawings and Submittals. Add the following section: 7-10.3.7 Payment The Contractor shall provide traffic control at the contract lump sum price bid . . The contract lump sum price paid for ''traffic control" shall include full compensation for furnishing all labor (including flagging costs), materials (including signs), tools, equipment and incidentals, and for doing all the work involved in preparation, reproduction and changing of traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans and approved additions and modifications, as specified in these supplemental provisions, and as directed by the Engineer. All expenses and time to prepare and review modifications, additions, supplements and/or new TCP designs shall be included in the lump sum bid for traffic control and no additional payment will be made therefor. Flagging costs will be paid for as a part of the Lump Sum Amount for ''Traffic Control." The cost of labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no bid item the cost of labor and material for portable concrete barriers they will be paid as an incidental to the work being performed and no additional payment will be made therefor. Progress payments for ''Traffic Control" will be based on the percentage of the improvement work completed. Add the following section: 7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions ft Q6/7/99 Contract No. 3602 Page 7 4 of 168 Pages of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. SECTION 8 -FACILITIES FOR AGENCY PERSONNEL 8-2 FIELD OFFICE FACILITIES. Add the following: Contractor shall furnish the Engineer a "Class A" Field Office. The field office shall be for the exclusive use of the Engineer and such other individuals that the Engineer may designate. The field office shall be a separate structure from any other office facility. The Contractor shall maintain the field office throughout the entire duration of the contract unless the Engineer shall otherwise direct. 8-2.1 Class "A" Field Office. Add the following: Additionally the "Class A" Field Office shall be provided with: one (1) additional standard 1.5 m (5') double pedestal desk with two chairs, one (1) electrostatic copier and supplies, copier shall be Xerox Model 5018, or equal, one (1) FAX machine Panasonic Model Panafax UF-560 or Sharp model FO-5400T, or equal and one (1) additional plan rack shall be provided. Water cooler to have hot and chilled water. The integral sanitary facilities may be separate enclosed toilets per _Section 7-8.4. Furnishings are subject to agency approval. The field office shall be located at a site satisfactory to the Engineer and within or immediately adjacent to the limits of work. Access and three parking spaces for the exclusive use of the Engineer and his/her designees that are convenient and satisfactory to the Engineer shall be provided by the Contractor. The field office shall have a 600 mm by 900 mm (24" by 36") sign affixed near the entry door. The sign text shall be proportioned as shown below. The Contractor shall affix a City seal to the sign in a centered location. The City seal will be supplied by the Engineer. --Q6/7/99 CITY OF CARLSBAD • . - . ENGINEERING INSPECTION Contract No. 3602 Page 75 of 168 Pages 8-6 BASIS OF PAYMENT. Add the following: Payment for field office will be made at the monthly price bid and will include full compensation for installing and removing the field office, relocating it as may be necessary to facilitate the project, obtaining all permits, property rental, providing utilities including, but not limited to, electrical, telephone, potable water and sanitary facilities, and maintenance. The monthly rate will be paid for each full calendar month throughout the duration of the contract that the field office, complete with all facilities and utilities, is available to the Engineer and on the project excepting when the Engineer has ordered that the field office be removed from the project. SECTION 9 -MEASUREMENT & PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9-1.015 Final Pay Quantities. When the estimated quantity for a specific portion of the work is designated on the plans or specifications as a final pay quantity, the estimated quantity shall be the final quantity for which payment for the specific portion of the work will be made, unless the dimensions of the portion of the work shown on the plans are revised by the Engineer, or unless the portion of the work is eliminated. If the dimensions of the specific portion of the work are revised, and the revisions result in an increase or decrease in the estimated quantity of the portion of the work, the final quantity for payment will be revised in the amount represented by the changes in the dimensions. If the specific portion of the work is eliminated, the final pay quantity designated for the specific portion of the work will be eliminated. The estimated quantity for each specific portion of the work designated on the plans or specifications as a final pay quantity shall be considered as approximate only and no guarantee is made that the quantities which can be determined by computations, based on the details and dimensions shown on the plans, will equal the estimated quantities. No allowance will be made in the event that the quantities based on computations do not equal the estimated quantities. When portions of an item have been designated on the plans or specifications as final pay quantities, portions not so designated will be measured and paid for in accordance with the applicable provisions of these specifications and the special provisions. In case of a discrepancy between the quantities shown on the plans as final pay quantities and the . quantity of the same item shown in the Engineer's Estimate, payment will be based on the final pay quantities shown on the plans or specifications. 9-1.4 Units of Measurement, modify as follows: The system of measure for this contract shall be the U.S. Standard Measures. 9-3 PAYMENT. 9-3.1 General. Delete the eighth paragraph and substitute the following: Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion." 9-3.2 Partial and Final Payment Delete the second paragraph and substitute the following: Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of the Standard Specifications (SSPWC). Progress payments shall be made no later than thirty (30) · calendar days after the closure date. Five (5) working days following the closure date, the ~ Q6/7/99 Contract No. 3602 Page 76 of 168 Pages Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (1 0) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in subsection 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed in the written statement required in subsection 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in subsection 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including sections 3-4 06/7/99 Contract No. 3602 Page 77 of 168 Pages Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under subsection 3-5, Disputed Work, for those claims remaining in dispute. Add the following section: 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. Add the following section: 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be made at the stipulated lump-sum price bid therefor in the bid schedule and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that the 'Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization And Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefor. 06/7/99 Contract No. 3602 ·Page 78 of 168 Pages SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 -ROCK MATERIALS 200-1 ROCK PRODUCTS Add the following section: 200-1.2.2 Permeable Material. Permeable material shall consist of hard, durable, clean sand, gravel, or crushed stone, and shall be free from organic material, clay balls, or other deleterious substances. Class 1 and Class 2 permeable material shall have a Durability Index of not less than 40. Class 2 Permeable material shall have a Sand Equivalent value of not less than 75. Class 1 permeable material shall conform to the requirements in this section and Table 200-1.2.2(A). Class 2 permeable material shall conform to the requirements in this section and Table 200- 1.2.2(8). When permeable material is required and the class or kind is not specified, Class 1 permeable material shall be used. The alternative gradings within Class 1 permeable material are identified by types. Unless otherwise shown on the plans the Contractor will be permitted to furnish and place any one of the types provided for this class. The percentage composition by mass of permeable material in place shall conform to the gradings in Tables 200-1.2.2(A) and 200-1.2.2(8). 50-mm (2") 19-mm (3//) 12.5-mm (1//) 9.5-mm (3/s") 4.75-mm (No. 4) 2.36-mm (No. 8) 75-µm (no. 200) ·"·: 25-mm (1") 19-mm {3//) 9.5-mm (3/8") 4.75-mm (No. 4) 2.36-mm {No. 8) 600-µm (No. 30) 300-µm (No. 50) 75-µm (no. 200) 06/7/99 TABLE 200-1.2.2(A) CLASS 1 PERMEABLE MATERIAL 100 95-100 70-100 0-55 0-3 TABLE 200-1.2.2(9) CLASS 2 PERMEABLE MATERIAL 100 95-100 50-100 15-55 0-25 0-5 0-3 Sieve 'Sizes:··. .. · . . Percentage Passina 100 90-100 40-100 25-40 18-33 5-15 0-7 0-3 Contract No. 3602 Page 79 of 168 Pages 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Delete this subsection and add the following: Materials for use as untreated base shall be either Crushed Miscellaneous Base (CMS) pursuant to subsection 200-2.4 SSPWC, or Class II base pursuant to subsection 200-2.7 herein or recycled Class II base pursuant to subsection 200-2.8 herein. Contractor shall provide specifications and a sample of material suitable for the intended type and source of untreated base at least 20 working days prior to use. All processing or blending of materials to meet the grading requirement will be performed at the plant or source. The materials shall compact to a hard, firm, unyielding surface and shall remain stable when saturated with water. Add the following section: 200-2. 7 Class II Base. Class II Base shall consist of aggregate rock materials free from asphalt concrete, portland cement concrete, organic matter and other non-rock substances conforming to the requirements set forth in subsection 26-1.02A of the Caltrans Standard Specifications except that all references to Contract Compliance shall be deleted from the Aggregate Grading Requirements table and the Quality Requirements table which shall be modified to incorporate a minimum R-value of 78 and a minimum durability Index of 35 within the Operating Range column. Paragraphs 4 through 9 of subsection 26-1.02A shall be deleted. Add the following section: 200-2.8 Recycled Class II Base. Recycled Class II Base shall consist of broken and crushed asphalt concrete or portland cement concrete and may contain crushed aggregate base or other rock. The material shall be free of any detrimental quantity of deleterious material as defined in subsection 200-1.1 of the SSPWC. Gradation and Quality requirements shall be as set forth in subsection 200-2.7 herein except that the Sand Equivalent shall be 35 minimum. SECTION 201 -CONCRETE, MORTAR, AND RELATED MATERIALS Table 201-1.1.2(A) Modify as follows: TABLE 201-1.1.2{A) <3> Portland Cement Concrete Concrete Type of Construction Class All Concrete Used Within the Right-of-Way 330-C-23 (560-C-3250) <1> Trench Backfill Slurry 115-E-3 (190-E-400) Street Light Foundations and Survey Monuments 330-C-23 (560-C-3250) Traffic Signal Foundations 350-C-27 (590-C-3750) Concreted-Rock Erosion Protection 310-C-17 (520-C-2500P) Except as noted herein. Maximum Slump mm (Inches) \;l} 200 (8") 100 (4") 100 (4") per Table 300-11.3.1 (1) Except that concrete required to be of higher strength by Table 201-1.1.2(A) SSPWC shall be as per Table 201-1.1.2(A) SSPWC. ~ '-16/7/99 Contract No. 3602 Page 80 of 1 68 Pages (2) As per Table 201-1.1.2(A) SSPWC. (3) Portions of Table 201-1.1.2(A) of the Standard Specifications for Public Works Construction not shown herein as changed are not affected by this table. 201-1.2.4 Admixtures. (e) Air-entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage points. The air content of freshly mixed concrete will be determined California Test Method No. 504. SECTION 203 -BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. 203-6.2 Materials. Add the following: Asphalt concrete shall be class C2-AR 4000 for surface course, and 8-AR 4000 for base course and D2-AR 4000 for leveling course. 203-6.6.1, Batch Plant Method, modify as follows: Third paragraph, last sentence, delete "and from the Engineer's field laboratory". Last paragraph, add after D 2172: "method A or 8." 203-6. 7 Asphalt Concrete Storage, add the following: Open graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 18 hours, shall not be used in the work. SECTION 204 -LUMBER AND TREATMENT WITH PRESERVATIVES Table 204-1.2(A) add the following: TABLE 204-1.2(A) Uses Grades '' Headers for bituminous pavement up to 50 mm x Construction grade Redwood or treated 100 mm (2"x4") construction grade Douglas Fir Headers for bituminous pavement larger than 50 Number 1 grade Redwood, or treated number mm x 100 mm (2"x4") 1 grade Douglas Fir SECTION 206 -MISCELLANEOUS METAL ITEMS Add the following section: 206-7 TRAFFIC SIGNS. Add the following section: 206-7.1 Permanent Traffic Signs. Permanent traffic signs shall consist of 10-gage and 12-gage cold-rolled steel perforated tubing. This includes all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic upon the completion of the Work unless otherwise shown on the plans. Add the following section: 206-7.1.1 General. Materials, legend, proportion, size, and fabrication of all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall conform to the requirements of "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993", Sheets 1 through 5 that accompany "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, 06/7/99 Contract No. 3602 Page 81 of 168 Pages October 1993" of dimensions and details, dated April 1987, and "OPAQUE COLOR CHARr, dated February 1980, all published by the State of California, Department of Transportation, Division of Procurement Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 95819 and as modified herein. Where the "SPECIFICATION FOR REFLECTIVE SHEETING SIGNS, October 1993" require the Contractor or supplier to notify the Department of Transportation or to certify compliance to said SPECIFICATIONS, to provide a quality control program or to allow testing, approval, observation of manufacturing or assembly operations by the State of California, Department of Transportation and/or its employees or officials, such rights shall be vested in the Engineer. Add the following section: 206-7.1.2 Sign Identification. Modify the "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993" as follows: Sign identification shall be as per "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993", except that the notation shall be "PROPERTY OF THE CITY OF CARLSBAD". Add the following section: 206-7.1.3 Drawings. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: Standard signs shall be as per the most recently approved "Approved Sign Specification Sheets" of the State of California, Department of Transportation. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. Add the following section: 206-7.1.4 Reflective Sheeting. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: All warning signs and all regulatory signs, excepting only those hereinafter listed, shall be fabricated with Type Ill encapsulated lens sheeting conforming to the requirements of this specification. Signs listed below shall be fabricated with Type II encapsulated lens sheeting conforming to the requirements of this specification. Regulatory signs which shall be fabricated with Type II encapsulated lens sheeting are: RS; R24 through, and including, R32B; R47 through, and including, R53C; R62A through, and including, R62D; R74 through, and including, R96C; and R99 through, and including, R105A. All sign designations shall be as per the "Traffic Manual," 1996 revision, as published by the California Department of Transportation. Add the following section: 206-7.1.5 Substrate. Modify the "Specifications for Reflective Sheeting Signs, October 1993" as follows: All permanent traffic signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall use aluminum substrate. Add the following section: 206-7 .1.6 Mounting traffic Signs. Traffic signs shall be installed on 10-gage or 12-gage cold-rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45 or, when the sign area exceeds the maximum area allowed for on that drawing, on multiple 10-gage or 12-gage cold-rolled steel perforated tubing posts. The number of posts shall be determined by the parameters in SDRS drawing M-45 or as approved by the Engineer. Traffic signs will be provided with back braces and mounting blocks as approved by the Engineer consisting of 10-gage or 12-gage cold-rolled steel perforated tubing when multiple posts are used. Add the following section: 206-7.1.6 Traffic Sign Posts. Posts shall be constructed of 10-gage or 12-gage cold-rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45. ~ Q6/7/99 Contract No. 3602 Page 82 of 168 Pages Add the following sedion: 206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic during the Contrador's performance of the Work. Temporary traffic signs include both stationary and portable signs. Add the following sedion: 206-7.2.1 General. Materials, legend, proportion, size, and fabrication of all temporary traffic signs used for the diredion, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall conform to the requirements of "Specifications For Refledive Sheeting Signs, October 1993", Sheets 1 through 5 that accompany "Specifications For Refledive Sheeting Signs, Odober 1993" of dimensions and details, dated April 1987, and "OPAQUE COLOR CHARr, dated February 1980, all published by the State of California, Department of Transportation, Division of Procurement Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 95819. and as modified herein. Where The "Specification For Refledive Sheeting Signs, Odober 1993" require the Contractor or supplier to notify the Department of Transportation or to certify compliance to said "Specifications For Refledive Sheeting Signs, Odober 1993", to provide a quality control program or to allow testing, approval, observation of manufaduring or assembly operations by the State of California, Department of Transportation and/or its employees or officials, such rights shall be vested in the Engineer. Add the following sedion: 206-7.2.2 Drawings. Modify the "Specifications For Refledive Sheeting Signs, Odober 1993" as follows: Standard temporary traffic signs shall be as per the most recently approved "Approved Sign Specification Sheets" of the State of California, Department of Transportation. The date of approval shall be the date most closely preceding the date of manufadure of the sign(s) or the date of the "Notice to Proceed" of this contrad, whichever is most recent. Add the following section: 206-7.2.3 Reflective Sheeting. Modify the "Specifications For Refledive Sheeting Signs, Odober 1993" as follows: All advisory signs, warning signs and all regulatory signs, excepting only those hereinafter listed, shall be fabricated with Type Ill encapsulated lens sheeting conforming to the requirements of this specification. The signs listed below shall be fabricated with Type II · encapsulated lens sheeting conforming to the requirements of this specification. Warning and regulatory signs which shall be fabricated with Type II encapsulated lens sheeting are: RS; R24 through, and including, R328; R47 through, and including, R53C; R62A through, and including, R62D; R74 through, and including, R96C; and R99 through, and including, R105A. All sign designations shall be as per the "Traffic Manual," 1996 revision, as published by the California Department of Transportation. Add the following sedion: 206-7.2.4 Substrate. Modify the "Specifications For Refledive Sheeting Signs, Odober 1993" as follows: Excepting only construdion warning signs used at a single location during daylight hours for not more than five {5) consecutive days, all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall be stationary mounted and shall use aluminum substrate. Add the following sedion: 206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary traffic · signs shall be installed on 10-gage and 12-gage cold-rolled steel perforated tubing posts in the 06/7/99 Contract No. 3602 Page 83 of 168 Pages same manner shown on the State of California, Department of Transportation ·standard Plans" 1995 edition standard plans numbers RS1, RS2, RS3 and RS4 for installation of roadside signs, except as follows: a) Wood posts shall not be used. b) Back braces and blocks for sign panels will not be required. c) The height to the bottom of the sign panel above the edge of traveled way shall be at least 2.1 m (7'). d) Unless otherwise shown on the plans traffic sign posts shall conform in materials and installation to SDRS drawing M-45 and shall have one post provided for each 0.48 m2 (5 ft2)of sign area, or the signs may be installed on existing lighting standards when approved by the Engineer. e) Sign panels mounted on temporary traffic sign posts shall conform to the requirements specified for aluminum signs in the ·specifications For Reflective Sheeting Signs, October 1993." Add the following section: 206-7.2.6 Temporary Traffic Sign Posts. Posts shall be 10-gage or 12-gage cold-rolled steel perforated tubing used for the support and stabilization of stationary mounted temporary signs. Po$t size and number of posts shall be as shown on the plans, except that when stationary mounted signs are installed and the type of sign installation is not shown on the plans, post size and the number of posts will be determined by the Engineer. Sign panels for stationary mounted signs shall consist of reflective sheeting applied to a sign substrate. Add the following section: 206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of a base, standard or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operation. Sign panels for portable signs shall conform to the requirements of sign panels. for stationary mounted signs in the ·specifications For Reflective Sheeting Signs, October 1993, or shall be cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and leg- end requirements for portable signs shall be as described for stationary mounted sign panels in section 206-7.2 of these Special Provisions. The height to the bottom of the sign panel above the edge of traveled way shall be at least 0.3-m (12"). All parts of the sign standard or framework shall be finished with two applications of an orange enamel which will matcti the color of the sign panel background. Testing of paint will not be required. Add the following section: 206-7.2.6 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of being marked by graffiti. Add the following section: 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS. Add the following section: 206-8.1 General. This Section pertains to 10-gage and 12-gage cold-rolled steel perforated tubing used for the support and stabilization of signs. All shapes shall have a galvanized finish and shall be 06/7/99 Contract No. 3602 Page 84 of 1 68 Pages cold-roll-formed steel conforming to ASTM Designation A-446, Grade A. Galvanizing shall conform to ASTM A-525, Designation G-90. Galvanizing shall be performed after all forming and punching operations have been completed. Cold-rolled steel perforated tubing shall be perforated on all four faces with 11mm {7/16") holes on 25 mm (1.) centers. Add the following section: 206-8.2 Tolerances. Wall thickness tolerance shall not exceed +0.28 mm, -0.13 mm (+0.011", 0.005"). Convexity and concavity measured in the center of the flat side shall not exceed a tolerance of +0.25 mm (+0.010·) applied to the specific size determined at the comer. Straightness tolerance variation shall not exceed 1.6 mm in 1 m (1/16" in 3'). Tolerance for comer radius is 4.0mm (5/32"), plus or minus 0.40 mm (1/64"). Weld flash on comer-welded square tubing shall permit 3.60 mm (9/64") radius gage to be placed in the comer. Using 10-gage or 12-gage square tube, consecutive size tubes shall telescope freely for 3.1m (10'). Tolerance on hole size is plus or minus 0.40 mm (1/64") on a size. Tolerance on hole spacing is plus or minus 3.2 mm in 6.1 m (1/8" in 20'). In addition, for the following specific sizes of light gage steel tubing, dimensional tolerances shall not exceed those listed in tables 206-8.2 (A) and 206-8.2(8). TABLE 206-8.2(A) L" h G S IT b" s· T I lg t age tee u ana IZe oerance Nominal Outside Dimension , . Outside l'.olerance:for all .Sides at Comers· . ' mm · (Inches) . , .... , . :,: ,. '"': ,mm (Inches) ·· 25x25 (1 X 1) 0.13 0.005 32 x32 (1 1/4 X 11/4) 0.15 0.006 38 X 38 (1%x11/,) 0.15 0.006 44x44 (1 3/4 X 13/4) 0.20 0.008 51 X 51 (2 X 2) 0.20 0.008 56x56 (23/16 X 23/16) 0.25 0.010 57 X 57 (21/4 X 21/4) 0.25 0.010 64x64 (21/ 2 X 21/2) 0.25 0.010 51 X 76 (2 X 3) 0.25 0.010 TABLE 206-8.2(9) L" htG 1g age S I T b" S Of S"d A d T . tee u ,ng quareness 1 es n wist Nominal Outside Dimension Squareness 11> Twist Permissible in 900 mm (3") mm · (Inches) mm (Inches) mm«2> (lnches)1.i1 25 X 25 (1 X 1) 0.15 0.006 1.3 0.050 32 X 32 (1-1/4 X 1.: 1/4) 0.18 0.007 1.3 0.050 38 X 38 (1-1/2 X 1-1/2) 0.20 0.009 1.3 0.050 44x44 (1-3/4 X 1-3/4) 0.25 0.010 1.6 0.062 51 X 51 (2 X 2) 0.30 0.012 1.6 0.062 56x 56 (2-3/16 X 2-3/ 1&) 0.36 0.014 1.6 0.062 57 X 57 (2-1/4 X 2-1/4) 0.36 1.014 1.6 0.062 64x 64 (2-1/2 X 2-1/2) 0.38 0.015 1.9 0.075 51 X 76 (2 X 3) 0.46 0.018 1.9 0.075 <1> Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed. <2> Twist is measured by holding down the edge of one end of a square tube on a surface plate with the bottom side of the tube parallel to the surface plate, and noting the height that either comer on the opposite end of the bottom side is above the surface plate. 06/7/99 Contract No. 3602 Page 85 of 168 Pages Add the following section: . 206-8.3 Fasteners. Fasteners used to assemble cold-rolled steel perforated tubing shall be steel "pull-through" electrogalvanized rivets with 9.5 mm (3/8.) diameter shank, 22 mm (7/8") diameter head, and a grip range of from 5 mm (0.200"} to 0.90 mm (0.356"). The fasteners shall conform to ASTM B-633, Type Ill SCI. Add the following section: 206-9 PORTABLE CHANGEABLE MESSAGE SIGN Add the following section: 206-9.1 General. Each portable changeable message sign (PCMS) unit shall consist of a controller unit, a power supply, and a structural support system all mounted on a trailer. The PCMS unit shall be assembled to form a complete self-contained portable changeable message sign which can be delivered to the site of the work and placed in immediate operation. The complete PCMS unit shall be capable of operating in an ambient air temperature range of -20°C (-4°F} to +70°C (158°F) and shall not be affected by unauthorized mobile radio transmissions. The trailer shall be equipped so that it can be leveled and plumbed. Full operation height shall be with the bottom of the sign at least 2.1 m (7') above the ground and the top no more than 4.4 m (14.5') above the ground. After initial placement, PCMS shall be moved from location to location as directed by the Engineer Add the following section: 206-9.2 Message Board. The message displayed on the PCMS shall be visible from a distance of 460 m (1500') and shall be legible from a distance of 230 m (750'), at noon on a cloudless day, by persons with vision corrected to 20/20. The sign panel shall be 3-line matrix and shall display not less than 7 characters per line. Sign messages to be displayed shall be as approved by the Engineer. The sign face shall be flat black and shall be protected from glare of the sun by a method which does not interfere with the clarity of the sign message. The sign shall be raised and lowered by means of a power driven lifting mechanism. The matrix sign shall be capable of complete alphanumeric selection. Lamp matrix type signs shall be equipped with an automatic dimming operational mode that automatically compensates for the influence of a temporary light source or other abnormal lighting conditions. The sign shall have manual dimming operation modes of 3 or more different lamp intensities. Matrix signs not utilizing lamps shall be either internally or externally illuminated at night. The controller shall be an all solid-state unit containing all the necessary circuitry for the storage of at least 5 pre-programmed messages. The controller shall be installed in a location allowing the operator to perform all functions from one position. A keyboard entry system shall be provided to allow an operator to generate an infinite number of additional messages over the pre-programmed stored messages. The keyboard shall be equipped with a security lockout feature to prevent unauthorized use of the controller. The controller shall contain a nonvolatile memory to hold the keyboard created messages in memory during periods when the power is not activated. The controller shall provide for a variable message display rate which allows the operator to match the information display to the speed of the approaching traffic. The flashing off time shall be operator adjustable within the control cabinet. 06/7/99 Contract No. 3602 Page 86 of 1 68 Pages Add the following section: . 206-9.3 Operation and Maintenance. PCMS shall be furnished, placed, operated, and maintained at locations shown on the plans, specified herein, or designated by the Engineer. The PCMS will be diligently maintained and repaired by the Contractor throughout the project in accordance with the manufacturer's recommendations. Add the following section: 206-9.4 Measurement and Payment The contract unit price PCMS shall be included in the bid amount for construction traffic control and include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing, placing, operating, maintaining, repairing, replacing and transporting from location to location, as directed by the Engineer, and no other compensation will be made. SECTION 207 -PIPE 207-2 REINFORCED CONCRETE PIPE. 207-2.5 Joints. Add the following: When watertight joints are indicated on the _plans they shall be of the rubber-gasketed type meeting the requirements of ASTM Standard Specification designations C 361-95 and C 443-94. Add the following section: 207-25 UNDERGROUND UTILITY MARKING TAPE. Add the following section: 207-25.1 Detectable Underground Utility Marking Tape: Detectable Underground Utility Marking Tape shall have a minimum 0.13 mm (0.005") overall thickness, with no less than a 35 gauge (AWG), 0.14 mm aluminum foil core. The foil must be visible from both sides. The layers shall be laminated together with the extrusion lamination process, not adhesives. No inks or printing shall extend to the edges of the tape. All printing shall be encased to avoid ink rub-off. Detectable Underground Utility Marking Tape shall conform to the properties listed in Tables 207-25(A) and 207-25 (B). Property Thickness Tensile strength Elongation Printability Flexibility Inks Message repeat Foil Top layer Bottom layer Adhesives Bond strength Colors ~ ~6/7/99 TABLE 207-25.1(A) Detectable Underground Utility Marking Tape Properties Method Value ASTM 02103 0114 mm (0.0056") ASTM 0882 4500g/cm (25 lbs/inch) (5,500 PSI) ASTM 0882-88 <50 percent at break ASTM D2578 >50 dynes/square centimeter ASTM D671-81 Pliable hand Manufacturing specifications Heat-set Mylex Manufacturing specifications Every 500 mm(20") Manufacturing specifications Dead soft/annealed Manufacturing specifications Virain PET Manufacturing specifications Virgin LOPE Manufacturing specifications >30 percent, solid 1.5#/R Boiling H20 at 100 degrees Celsius Five hours without peel APWACode See Table 207-25.1 (B) Contract No. 3602 Page 87 of 168 Pages TABLE 207-25.1(8) Detectable Underground Utility Marking Tape Colors Color Utility Marked Red Electric power, distribution, transmission, and municipal electric svstems. Yellow Gas and oil distribution and transmission, dangerous materials, product and steam. Orange Telephone and telegraph systems, police and fire communications, and cable television. Blue Water svstems. Green Sanitary and storm sewer systems, nonpotable. Brown Force mains. Purple Reclaimed water lines. Add the following section: 207-25.2 Materials Approvals. Detectable Underground Utility Marking Tape shall meet the requirements of each of the following agency/association publications. A. Department of Transportation, Materials Transportation Bureau, Office of Pipeline Safety. USAS code for pressure piping 831.8, paragraph 192.321(e). B. National Transportation Safety Board, Washington, DC, Special Study Prevention of Damage to Pipelines. Adopted June 7, 1974. Report NTSB-PSS-73-1. C. American Petroleum Institute (API). Recommended practice for marking buried liquid petroleum pipelines -APR RP 1109. D. General Services Administration, Washington, DC, Public Buildings Service Guide Specification for Mechanical and Electrical Equipment -PBS 4-1501, Amendment 2, Page 501-14, Paragraph 18, Subparagraph 18.1, Clause 18.1.1. E. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC, National Electrical Safety Code for Underground Construction for remote and immediate hazards. 207-27 Gate Valves. Replace with the following: All gate valves 3 inches and larger shall be resilient-seated gate valves conforming to ANSI/AWWA C509. Resilient-seated gate valves shall have cast iron bodies with flanged ends, rubber-coated cast iron disc, flanged bonnet, bronze stem, O-ring stems, and operators with handwheel or hexagonal nut on reclaimed water systems and square nut on potable water systems, except as otherwise indicated. Resilient-seated gate valves shall be A-C Valves, Inc., Clow Corporation, Kennedy Valve Mfg. Co., Muller Company, or equal. ft {.16/7/99 Contract No. 3602 Page 88 of 168 Pages SECTION 209 -ELECTRICAL COMPONENTS 209 ELECTRICAL COMPONENTS. Modify as follows: Section 209, •signals, Lighting and Traffic Electrical Systems," herein, shall replace Section 209, "Electrical Components," of the SSPWC in all matters pertaining to the specifications for measurement, payment, warranty, and materials and methods of construction for all elements of street lighting and traffic signals. For electrical components provided and installed in systems not including street lighting and traffic signals section 209 SSPWC is unmodified except as specified in sections other than Section 209, "Signals, Lighting and Electrical Systems," herein. For Section 209, "Signals, Lighting and Electrical Systems," for all elements of street lighting and traffic signals, both construction materials and construction methods have been combined into a single section. SECTION 209 -SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 209-1 GENERAL 209-1.01 Description. Electrical work shall consist of furnishing and installing, modifying or removing one or more traffic signals, traffic signal master controller assemblies and interconnection facilities, flashing beacon systems, lighting systems, sign illumination systems, traffic monitoring stations, communication systems, electrical equipment in structures, falsework lighting, provisions for future systems, or combinations thereof, all as shown on the plans, and as specified in these special provisions. The locations of signals, beacons, standards, lighting fixtures, signs, controls, services and appurtenances shown on the plans are approximate and the exact locations will be established by the Engineer in the field. All systems shall be complete and in operating condition at the time of acceptance of the contract. 209-1.015 Definitions. The following definitions pertain only to Section 209, "Signals, Lighting and Electrical Systems." · Actuation -The operation of any type of detector. Burn-In Procedure -The procedure by which each LED signal module is energized for a minimum of 24 hours at operating voltage at a 100% duty cycle, and in an ambient temperature of 60°C ( 140°F). Candlepower Values -Luminous intensity expressed in candelas (cd). Channel -A discrete information path. Chromaticity (Color) -The color of the light emitted by a signal module, specified as x-y chromaticity coordinates on the chromaticity diagram according to the 1931 Commission Internationale d'Eclairage standard observer and coordinate system. The measured chromaticity coordinates shall fall within the limits specified in VTCSH Section 8.04 "Limits of Chromaticity Coordinates." Controller Assembly -The complete assembly for controlling the operation of a traffic signal or other system, consisting of a controller unit, and all auxiliary equipment housed in a rainproof cabinet. Controller Unit -That part of the controller assembly which performs the basic timing and logic functions. Detector-A device for indicating the passage or presence of vehicles or pedestrians. Duty Cycle -The amount of illuminated on-time a signal module is energized, expressed as a percent of signal cycle time period. Electrolier -The complete assembly of lighting standard, luminaire, ballast and lamp. Flasher -A device used to open and close signal circuits at a repetitive rate. 06/7/99 Contract No. 3602 Page 89 of 168 Pages .... Flashing Beacon Control Assembly -A complete electrical mechanism for operating a warning beacon or intersection control beacon. Inductive Loop Vehicle Detector -A detector capable of being actuated by the change of inductance caused by a vehicle passing over or standing over the loop. Integrating Photometer -An instrument used in measuring the intensity of light that enables total luminous flux to be determined by a single measurement. LED Light Source -An individual light emitting diode. LED Signal Module -A sealed circular ball or arrow that includes the lens and utilizes LED devices as the light source. An LED signal module may directly replace an existing traffic signal lamp and lens combination. Lighting Standard -The pole and mast arm which support the luminaire. Luminaire -The assembly which houses the light source and controls the light emitted from the light source. Magnetic Vehicle Detector -A detector capable of being actuated by the induced voltage caused by the passage of a vehicle through the earth's magnetic field. Magnetometer Vehicle Detector -A detector capable of being actuated by the magnetic disturbance caused by the passage or presence of a vehicle. Major Street -The roadway approach or approaches at an intersection normally carrying the major volume of vehicular traffic. - Minimum Intensity -In accordance with the values in Table 1 of the existing ·vehicle Traffic Control Signal Heads," hereinafter VTCSH standard, the minimum intensity values below which no LED signal modules will be released from the supplier. Minor Street -The roadway approach or approaches at an intersection normally carrying the minor volume of vehicular traffic. Pedestrian Detector -A detector, usually of the push button type, capable of being operated by hand. Plans -For this Section (Section 209) plans shall include all documents listed in Section 2.5, "Plans and Specifications," et seq. as well as the "STANDARD PLANS," 1995 edition as promulgated by the State of California, Department of Transportation. Power Consumption -The rms electrical power (watts) consumed by an LED signal module when operated at rated voltage. Pre-timed Controller Assembly -A controller assembly for operating traffic signals in accordance with a pre-determined cycle length. Rated Initial Intensity -The light intensity of a new LED signal module, operated at rated voltage, measured after the bum-in procedure with an integrating photometer. Rated Voltage -The ac rms voltage at which light output performance and power consumption are specified (117 VAC at 60 Hz). Signal Face -That part of a signal head provided for controlling traffic in a single direction and consisting of one or more signal sections. Signal Head -An assembly containing one or more signal faces. · Signal Indication -The illumination of a signal section or other device, or of a combination of sections or other devices at the same time. Signal Section -A complete unit for providing a signal indication consisting of a housing, lens, reflector, lamp receptacle and lamp. Sun Phantom -The effect of an outside light source entering the signal assembly and being returned in such a manner as to present the appearance of the signal assembly being illuminated. Traffic-Actuated Controller Assembly -A controller assembly for operating traffic signals in accordance with the varying demands of traffic as registered with the controller unit by detectors. Traffic Phase -The right of way, change and clearance intervals assigned to a traffic movement or combination of movements. ~ Q6/7/99 Contract No. 3602 Page 90 of 168 Pages Vehicle -Any motor vehicle normally licensed for highway use. VTCSH Standard -The definitions and practices described in ·vehicle· Traffic Control Signal Heads" published in the Equipment and Materials Standards of the Institute of Transportation Engineers. 209-1.02 Regulations and Code. All electrical equipment shall conform to the standards of the National Electrical Manufacturers Association {NEMA), the Underwriters' Laboratories Inc. (UL), the Electrical Testing Laboratories {ETL), the National Electrical Testing Association, Inc. (NETA), or the Electronic Industries Association {EIA), wherever applicable. In addition to the requirements of the plans, these special provisions, all materials and workmanship shall conform to the requirements of the National Electrical Code 1996 edition, hereinafter referred to as the Code; California Code of Regulations, Title 8, Chapter 4, Subchapter 5, Electrical Safety Orders; Rules for Overhead Electrical Line Construction, General Order No. 95 of the Public Utilities Commission; Standards of the American Society for Testing and Materials (ASTM); American National Standards Institute (ANSI); and any local ordinances which may apply. Wherever reference is made to any of the standards mentioned above, the reference shall be construed to mean the code, order, or standard that is in effect on the day the Notice to Contractors for the work is dated. 209-1.03 Equipment List and Drawings. Unless otherwise permitted in writing by the Engineer, the Contractor shall, within 15 days following award of the contract, submit to the Engineer for review a list of equipment and materials which the Contractor proposes to install as specified in Section 2-5.3, "Shop Drawings and Submittals." The list shall be complete as to name of manufacturer, size and identifying number of each item. The list shall be supplemented by such other data as may be required, including. schematic wiring diagrams and scale drawings of cabinets showing location and spacing of shelves, terminal blocks and equipment, including dimensioning. All of the above data shall be submitted, install as specified in Section 2-5.3, "Shop Drawings and Submittals," for review. Where electrical equipment is constructed as detailed on the plans, the submission of detailed drawings and diagrams will not be required. The Contractor shall furnish 5 sets of controller cabinet schematic wiring diagrams made by (1) wet blueprint, white background process using iron-sensitized paper, (2) the offset lithograph process, or (3) the electrostatic process. The diagrams shall show the location of the installation and shall list all equipment installed in each controller cabinet. In addition, for each signal installation, the Contractor shall furnish an intersection sketch showing poles, detectors, field wire connection ·terminals and phasing as shown on the plans. All schematic wiring diagrams of the controller units and auxiliary equipment, all cabinet diagrams, and all operation manuals shall be submitted at the time the controller assemblies are delivered for testing. The schematic wiring diagram shall show in detail all circuits and parts. All parts shown thereon shall be identified by name or number and in such manner as to be readily interpreted. All diagrams, plans and drawings shall be prepared using graphic symbols shown in ANSI publication Y32.2, entitled "IEEE Standard and American National Standard Graphic Symbols for Electrical and Electronic Diagrams." 209-1.04 Warranties, Guaranties and Instruction Sheets. Manufacturers' warranties and guaranties furnished for materials used in the work and instruction sheets and parts lists supplied with materials shall be delivered to the Engineer prior to acceptance of the project. 209-1.05 Maintaining Existing and Temporary Electrical Systems. Existing electrical systems (traffic signal, street lighting, flashing beacon, traffic monitoring, sign illumination and other facilities), or approved temporary replacements thereof, shall be kept in effective operation for the benefit of the traveling public during the progress of the work, except when shutdown is permitted, to allow for alterations or final removal of the systems. The traffic signal shutdowns shall be limited to normal 06/7/99 Contract No. 3602 Page 91 of 168 Pages working hours. Lighting system shutdowns shall not interfere with the regular lighting schedule, unless otherwise permitted by the Engineer. The Contractor shall notify the Engineer prior to performing any work on existing systems. The Contractor shall notify the local traffic enforcement agency prior to any operational shutdown of a traffic signal. Where an existing system or temporary system is being modified, work not shown on the plans or specified in these special provisions and which is considered by the Engineer as necessary to keep all or any part of the system in effective operation will be paid for as extra work as provided in Section 3-3 "Extra Work." The Agency will: 1) Continue the operation and maintenance of existing electrical facilities. 2) Continue to provide for electrical energy for the operation of existing electrical facilities. 3) Repair or replace existing facilities damaged by public traffic. 4) Pay the cost of electrical energy for the operation of existing or new facilities that are undergoing the functional tests described in Section 209-2.14C, "Functional Testing." The Contractor shall ascertain the exact location and depth of existing detectors, conduits, pull boxes and other electrical facilities before using any tools or equipment that may damage those facilities or interfere with any electrical system. Where damage is caused by the Contractor's operations, the Contractor shall, at the Contractor's expense, repair or replace damaged facilities promptly in accordance with these specifications. If any existing loop conductor, including the portion leading to the detector hand hole or termination pull box, is damaged by the Contractor's operations, the Contractor shall immediately notify the Engineer. The affected detectors shall be replaced at the Contractor's expense and as directed by the Engineer within 24 hours. If the Contractor fails to complete the repairs within this period, the repairs will be made by Agency forces at the Contractor's expense. Should the Contractor fail to perform the required repairs or replace- ments, the cost of performing the repairs or replacements will be deducted from any moneys due or to become due the Contractor. Where roadways are to remain open to traffic and existing lighting systems are to be modified, the lighting systems shall remain in. operation and the final connection to the modified circuit shall be made so that the modified circuit will be in operation by nightfall of the same day. Temporary electrical installations shall be kept in effective operation until the temporary installations are no longer required for the traveling public. Removal of temporary installations shall conform to the provisions in Section 209-7, "Removing, Reinstalling or Salvaging Electrical Equipment." These provisions will not relieve the Contractor in any manner of the Contractor's responsibilities as · provided in Sections 4-1.1, "General" and 4-1.2, "Protection of Work and Materials." During traffic signal system shutdown the Contractor shall place "STOP AHEAD" and "STOP" signs to direct vehicle and pedestrian traffic through the intersection. All signal faces shall be covered when the system is shut down overnight. Temporary "STOP AHEAD" and "STOP" signs shall be either covered or removed when the system is turned on. "STOP AHEAD" and "STOP" signs shall be furnished by the Contractor and shall conform to the provisions in Section 7-10.3, "Street Closures, Detours, Barricades." Minimum size of "STOP" signs shall be 750 mm (30"). One "STOP AHEAD" sign and one "STOP" sign shall be placed for each direction of traffic. For two or more lane approaches, two "STOP" signs shall be placed. Location of the signs shall be as directed by the Engineer. 209-1.06 Scheduling of Work. No aboveground work, except service equipment, shall be performed until the Contractor has all materials on hand to complete that particular signal location or lighting circuit. Work shall be so scheduled that each traffic signal, lighting and sign illumination system shall be completed and ready for operation prior to opening the corresponding section of the roadway to traffic. ~ Q6/7/99 Contract No. 3602 Page 92 of 168 Pages Traffic signals shall not be placed in operation for use by public traffic without the written approval of the Engineer. The Contractor shall obtain the written approval of the Engineer no less than three days prior to placing any traffic signal in operation. Traffic signals shall not be placed in operation for use by public traffic without the energizing of street lighting at the intersection to be controlled if street lighting exists or is being installed in conjunction with the traffic signals. Traffic signals shall not be placed in operation until the roadways to be controlled are open to public traffic, unless otherwise directed by the Engineer. Lighting and traffic signals shall not be placed in operation, including flashing operation, prior to commencement of the functional test period specified in Section 209-2.14, "Testing," unless ordered otherwise by the Engineer. Conductors shall not be pulled into conduit until pull boxes are set to grade, crushed rock sumps installed, mortar placed around conduit, concrete bottom of pull boxes placed, and metallic conduit bonded. In vehicular undercrossings, soffit lights shall be placed in operation as soon as practicable after falsework has been removed from the structure. Lighting for pedestrian structures shall be placed in operation prior to opening the structure to pedestrian traffic. If the Engineer orders soffit lights or lighting for pedestrian structures placed in operation before permanent power service is available, the cost of installing and removing temporary power service will be paid for as extra work as provided in Section 3-3, "Extra Work." The initial tum-on shall be made only between the hours of 9:00 a.m. and 2:00 p.m. and Tuesday through Thursday unless otherwise approved, in writing, by the Engineer. Prior to tum-on, all equipment as shown on the plans shall be installed and operable including pedestrian signals, pedestrian push buttons, vehicle detectors, lighting, signs and pavement delineation. All louvers, visors, and signal faces shall be directed to provide maximum visibility. Functional tests shall start on any working day except Friday, or the day preceding a legal holiday. 209-1.07 Safety Precautions. Attention is directed to Section 7-10.4.1, "Safety Orders." Before starting work on existing series street lighting circuits, the Contractor shall obtain daily a safety circuit clearance from the serving utility. By-pass switch plugs shall be pulled and "Men at Work" signs posted at switch boxes before any work is done. 209-2 MATERIALS AND INSTALLATION 209-2.01 Excavating and Backfilling. The excavations required for the installation of conduit, foundations, and other appurtenances shall be performed in such a manner as to avoid any unnecessary damage to streets, sidewalks, landscaping, and other improvements. The trenches shall not be excavated wider than necessary for the proper installation of the electrical appurtenances and foundations. Excavation shall not be performed until immediately before installation of conduit and other appurtenances. The material from the excavation shall be placed in a position that will not cause damage or obstruction to vehicular and pedestrian traffic nor interfere with surface drainage. Unless otherwise permitted in writing by the Engineer, all surplus excavated material shall be removed and disposed of, within 48 hours, outside the public right of way in accordance with the provisions in Sections 7-8.1, "Cleanup and Dust Control", 300-1.3, "Removal and Disposal of Materials" and 302-6, "Surplus Material," depending on the origin and nature of the materials to be removed and disposed. The excavations shall be backfilled in conformance with the provisions in Sections 300-3.5, "Structure Backfill" or 306-1.3, "Backfill and Densification," depending on the nature of the structure or conduit that the excavation being backfilled accommodates. Excavations after backfilling shall be kept well filled and maintained in a smooth and well-drained condition until permanent repairs are made. All excavations shall be filled, and sidewalks, pavement, and landscaping restored at each intersection prior to excavating at any other intersection, unless otherwise permitted by the ,_ Q6/7/99 Contract No. 3602 Page 93 of 168 Pages Engineer. Excavations in the street or highway shall be performed in such a manner that not more than one traffic lane is restricted at any time, unless otherwise approved by the Engineer. 209-2.02 Removing and Replacing Improvements. In addition to the requirements of sections 7-9, "Protection and Restoration of Existing Improvements" and 306-1.5, "Trench Resurfacing" Improvements such as sidewalks, curbs, gutters, portland cement concrete and asphalt concrete pavement, underlying material, lawns and plants, and any other improvements removed, broken or damaged by the Contractor's operations, shall be replaced or reconstructed with the same kind of material as found on the work or with materials of equal quality. The new work shall be left in a serviceable condition. Whenever a part of a square or slab of existing concrete sidewalk, curb, gutter, or driveway is broken or damaged, the entire square, section or slab shall be removed and the concrete reconstructed as above specified. The outline of all areas to be removed in portland cement concrete sidewalks and driveways and in pavements shall be cut to a minimum depth of 50 mm (2") with an abrasive type saw prior to removing the sidewalk, driveways and pavement material. Cuts shall be neat and true along score lines, with no shatter outside the removal area. 209-2.03 Foundations. Portland cement materials and construction methods shall conform to Section 201, "Concrete, Mortar and Related concrete Materials," for Materials and Section 303, "Concrete and Masonry Construction, 11 for construction methods. Concrete foundations shall rest on firm ground. Except when located on structures, foundations for posts, standards, and pedestals, not shown on the plans to have mortar pads, shall be placed "in the solid" and monolithic except for the top 50 mm {211 ) which shall be placed after the post, standard or pedestal is in proper position. After each post, standard, or pedestal on structures, and each standard shown on the plans to have mortar pads, is in proper position, mortar shall be placed under the base plate as shown on the plans. The exposed portions shall be formed to present a neat appearance. Mortar shall consist of one part by volume of portland cement and 3 parts of clean sand, shall contain only sufficient moisture to permit packing and shall be cured by keeping it damp for 3 days. Reinforced cast-in-drilled-hole concrete pile foundations for traffic signal and lighting standards shall conform to the provisions in Section 205-3.3, "Cast-in-Place Concrete Piles," except that material resulting from drilling holes shall be disposed of as provided in Section 209-2.01, "Excavating and Backfilling. 11 The exposed portions of the foundation shall be formed to present a neat appearance. Forms shall be true to line and grade. Tops of foundations for posts and standards, except special foundations, shall be finished to curb or sidewalk grade or as directed by the Engineer. Forms shall be rigid and securely braced in place. Conduit ends and anchor bolts shall be placed in proper position and to proper height, and shall be held in place by means of a template until the concrete sets. Anchor bars or studs and nuts, except for Type 30 and Type 31 lighting standards, shall conform to ASTM Designation: A 307. Headed anchor bolts for foundations shall conform to the specifications of ASTM Designation: A 307, Grade B with S1 supplementary requirements. At the option of the Contractor, nonheaded anchor bolts for foundations shall conform either to the specifications of ASTM Designation: A 307, Grade C or to the provisions in AASHTO Designation: M 314, Grade 36 or 55 with S1 supplementary requirements. When nonheaded anchor bolts conforming to the specifications of ASTM Designation: A 307, Grade C are furnished, the end of each fabricated anchor bolt shall be either coded by end stamping as required in ASTM Designation: A 307 or the end that projects from the concrete shall be permanently coded with a green color by the manufacturer. High strength anchor bolts, bars, or studs for Type 30 and Type 31 lighting standards shall conform to ASTM Designation: A 325, A 325M or A 449 and shall comply with the mechanical requirements of ASTM Designation: A 325 or A 325M after galvanizing. Nuts and '9! ~6/7/99 Contract No. 3602 Page 94 of 168 Pages washers for high strength anchor bolts shall conform to ASTM Designations: A 563 or A 563M, and F 476 or F 476M, respectively. In addition to the requirements of ASTM Designation: A 449, studs shall be marked on either end as required for bolt heads. All steel parts shall be galvanized in accordance with the provisions in Section 210-3.6, "Galvanizing for Traffic Signal Facilities." The upper threaded portion of all anchor bolts shall be provided with 2 nuts and 2 washers each. Anchor bars or studs shall be provided with 3 nuts and washers each. Welding shall not be performed on any portion of the body of high-strength anchor bolts, anchor bars, or studs. Plumbing of the standards shall be accomplished by adjusting the leveling nuts before placing mortar or before the foundation is finished to final grade. Shims, or other similar devices shall not be used for plumbing or raking of posts, standards or pedestals, Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before placing concrete. Forms shall not be removed until the concrete has thoroughly set. Ordinary surface finish, as specified in Section 303-1.9.2, "Ordinary Surface Finish," shall be applied to exposed surfaces of concrete. Where obstructions prevent the construction of a planned foundation, the Contractor shall construct an effective foundation as directed by the Engineer. The foundations shown on the plans shall be extended if conditions require additional depth, and the additional work, if ordered by the Engineer, will be paid for as extra work as provided in Section 3-2, "Changes Initiated By The Agency." Unless otherwise specified or shown on the plans, foundations not to be reused shall be removed. When a foundation is shown on the plans to be abandoned, the top of foundation, anchor bolts, and conduits shall be removed to a depth of not less than 1.0 m (3') below surface of sidewalk or unimproved ground. The resulting hole shall be backfilled with material equivalent to the surrounding material. Unless otherwise shown on the plans, all standards to be relocated shall be provided with new foundations and anchor bolts of the proper type and size. Posts, poles, standards, pedestals, and cabinets shall not be erected until the foundation has set at least 7 days, and shall be plumbed or raked, as directed by the Engineer. In unpaved areas, a 1.0 m (3') square, 100 mm (4") thick or of the size shown on the plans, whichever is the larger, raised pad of portland cement concrete shall be placed in front of each controller cabinet. 209-2.04 Standards, Steel Pedestals and Posts. Standards for traffic signals and lighting, and steel pedestals for cabinets and other similar equipment shall be located as shown on the plans. Workmanship and finish shall be equal to the best general practice of metal fabrication shops. All welding shall conform to AWS D1 .1, "Structural Welding Code," and to the requirements in this Section 209-2.04. All welds joining the shafts of the standards and mast arms to their base plates shall be as shown on the plans, however, alternative weld joint details may be approved by the Engineer. Approval of alternative weld joint details will be contingent upon the proposed weld joint passing both weld procedure and nondestructive testing as deemed necessary by the Engineer. All costs of the supplemental testing shall be borne by the Contractor. All standards except Type 1, and all signal mast arms, shall have an aluminum identification plate, as noted on the plans, attached with stainless steel rivets or screws. Type 1 standards and steel pedestals for controller cabinets shall be constructed of 3 mm (.125") or thicker galvanized steel; or 100 mm (4") standard weight galvanized, steel pipe or Size 103, Type 1 conduit, with the top designed for post-top slip-fitter. Standard weight galvanized, steel pipe shall conform to the specifications of ASTM Designation: A 53. Materials and construction methods for all ferrous metal parts of standards, with shaft length of 4.6 m (15') and longer, shall conform to the details shown on the plans, the requirements of Sections 206, "Miscellaneous Metal Items," for Materials and Section 304, "Metals Fabrication and Construction,· for construction methods except as otherwise noted, and the following requirements: 1) Except as otherwise specified, standards shall be fabricated from sheet steel of weldable grade having a minimum yield strength, after fabrication, of 276 Mpa (40,000 psi). Certified 06/7/99 Contract No. 3602 Page 95 of 168 Pages test reports which verify conformance to the minimum yield strength requirements shall be submitted to the Engineer. The test reports may be the mill test reports for the as-received steel or, when the as-received steel has a lower yield strength than required, the Contractor shall provide supportive test data which provides assurance that the Contractor's method of cold forming will consistently increase the tensile properties of the steel to meet the specified minimum yield strength. The supportive test data shall include tensile properties of the steel both before and after cold forming for specific heats and thicknesses. 2) When a single-ply 8 mm (0.3125.) thick pole is specified, a 2-ply pole with equivalent section modulus may be substituted. Standards may be fabricated of full-length sheets or shorter sections. Each section shall be fabricated from not more than 2 pieces of sheet steel. Where 2 pieces are used, the longitudinal welded seams shall be directly opposite one another. When the sections are butt-welded together, the longitudinal welded seams on adjacent sections shall be placed to form continuous straight seams from base to top of standard. . 3) Butt-welded transverse joints shall be strengthened by inserting a metal sleeve at each joint. The sleeve shall be 3 mm (0.120") nominal thickness, or thicker, steel having the same chemical composition as the steel in the standard. When the sections to be joined have different specified minimum yield strengths, the steel in the sleeve shall have the same chemical composition as the higher minimum yield strength steel to be joined. The metal sleeve shall have a minimum length of 25 mm. The sleeve shall be centered at the joint and have the same taper as the standard with the outside of the sleeve in full contact with the inside of the standard throughout the sleeve length and circumference. All welds shall be continuous. The weld metal at the transverse joint shall extend to the sleeve, making the sleeve an integral part of the joint. Longitudinal welds in steel tubular sections will be tested . in accordance with California Test 664. The sampling frequency shall be as determined by the Engineer. The welds may be made by the electric resistance welding process. All exposed welds, except fillet and fatigue resistant welds and welds on top of mast arms, shall be ground flush with the base metal. 4) All exposed edges of the plates which make up the base assembly shall be finished smooth and all exposed comers of the plates shall be neatly rounded unless otherwise shown on the plans. Shafts shall be provided with slip-fitter shaft caps. Standards shall be straight, with a permissive variation not to exceed 25 mm (1") measured at the midpoint of a 9 m (30') or 11 m (36') standard and not to exceed 20 mm (3//) measured at the midpoint of a 5 m (17') through 6 m (20') standard. Variation shall not exceed 25 mm (1") at a point 4.5 m (15') above the base plate for Type 35 and Type 36 standards. 5) All galvanized nuts, used on assemblies with a specified preload or torque, shall be lubricated in accordance with the requirements specified for galvanized Grade DH nuts in ASTM Designation: A 563 or A 563M. 6) Standards with an outside diameter of 300 mm (12") or less shall be round. Standards with an outside diameter greater than 300 mm (12·) shall be round or multisided. Multisided standards shall have a minimum of 1 O sides which shall be convex and shall have a mini- mum bend radius of 100 mm (4"). 7) Mast arms for standards, shall be fabricated from material as specified for standards and shall conform to the dimensions shown on the plans. 8) The cast steel option for slip bases shall be fabricated from material conforming to the requirements of ASTM Designation: A 27/A 27M, Grade 70-40. Other comparable material may be used if written permission is given by the Engineer. The casting tolerances shall be in accordance with the Steel Founder's Society of America recommendations (green sand molding). One casting from each lot of 50 castings or less shall be subject to radiographic inspection, in accordance with the provisions in ASTM Designation: E 94. The castings 06/7/99 Contract No. 3602 Page 96 of 1 68 Pages shall comply with the acceptance criteria severity level 3 or better for all types and categories of discontinuities as specified in ASTM Designations: E 186 and E 446. If the one casting fails to pass the inspection, 2 additional castings shall be radiographed. Both of these castings shall pass the inspection or the entire lot of 50 will be rejected. Material certifications consisting of physical and chemical properties, and radiographic films of the castings shall be filed at the manufacturer's office. These certifications and films shall be available for inspection upon request. 9) High-strength bolts, nuts and flat washers used to connect slip base plates shall conform to ASTM Designation: A 325 or A 325M and shall be galvanized as specified in Section 210- 3.6, "Galvanizing for Traffic Signal Facilities." 1 0) Plate washers shall be fabricated by saw cutting and drilling steel plate conforming to AISI Designation: 1018, and be galvanized as specified in Section 210-3.6, "Galvanizing for Traffic Signal Facilities." 11) Prior to galvanizing, all burrs and sharp edges shall be removed and holes shall be chamfered sufficiently on each side to allow the bolt head to make full contact with the washer without tension on the bolt. 12) High-strength cap screws shown on the plans for attaching mast arms to standards shall conform to ASTM Designation: A 325, A 325M or ASTM Designation: A 449 and shall comply with the mechanical requirements of ASTM Designation: A 325 or A 325M after galvanizing. The cap screws shall be galvanized as specified in Section 210-3.6, "Galvanizing for Traffic Signal Facilities." The threads of the cap screws shall be coated with a lubricant which is clean and dry to the touch. 13) The galvanized faying surfaces of the connections between signal or lighting mast arms and poles shall be free of surface imperfections, such as lumps, runs, and scum, which would prevent intimate, uniform contact between the faying surfaces. 14) Handholes in the base of standards shall conform to the details shown on the plans. All handholes shall be provided with covers. 15) Changes in configuration .of mast arms will be permitted, provided the mounting height and stability are maintained. Fabricators electing to use larger than minimum arm diameters shall adjust the details as required to permit solid seating of the cap screws. All arms shall be bent to the approximate configuration shown on the plans. A smooth curving arm is required. 16) Pedestrian push button posts shall be constructed of 65 mm (2 1/2") standard pipe conforming to the dimensions shown on the plans. Guard posts shall be constructed of 100 mm (4") nominal dimension galvanized standard pipe 1.7 m (66") long. Posts shall be set 900 mm (3') in a block of portland cement concrete, as shown on the plans, and the pipe shall be filled with portland cement concrete. Push button posts and guard posts shall be pipe conforming to the specifications of ASTM Designation: A 53. 17) Slip bases shall be assembled and tightened when the pole is on the ground prior to erection. The threads of the heavy hex nuts for the slip base bolts shall be coated with an additional lubricant which is clean and dry to the touch. Each high strength slip base bolt shall be tightened to within 10 N·m (10 foot-pounds), plus or minus, of values in Table 209- 2.04(A): 06/7/99 Contract No. 3602 Page 97 of 168 Pages TABLE 209-2.04 (A) g ng IP ase 0 orque aues Hi h Stre th sr B B It T V I Standard Type,,.: • 1 :: ·< Torque ~(Newton-metersl ·. · ..•.. Torque ·Foot-Pounds 15-SB 200 150 30 200 150 31 275 200 36-20A 225 165 Holes left in the shafts of existing standards, due to removal of equipment or mast arms, shall be repaired by welding in a suitable disk, grinding smooth, and painting as provided for repairing damaged galvanized surfaces in Section 210-3.6, ·Galvanizing for Traffic Signal Facilities." When directed by the Engineer, existing standards to be relocated or reused in place shall be repaired. Large dents shall be removed, shafts shall be straightened, and portions which are in poor condition due to corrosion or damage, shall be replaced. Extent of repairs or replacements will be determined by the Engineer and the repairs or replacements ordered by the Engineer will be paid for as extra work as provided in Section 3-2, ·changes Initiated By The Agency." Anchor bolts or bars and nuts required for relocating existing standards shall be furnished by the Contractor. When a standard or mast arm is relocated, or when a used standard or mast arm is Agency-furnished, new nuts, bolts, cap screws and washers shall be provided and, if the standard has a slip base, ::i new keeper plate shall be provided. New hardware shall conform to the requirements for hardware used with new standards. New standards, mast arms, posts and other ferrous materials shall be galvanized as provided in Section 210-3.6, "Galvanizing for Traffic Signal Facilities." 209-2.05 Conduit All conductors shall be run in conduit, except overhead and temporary installations, and where conductors are run inside poles. Conduit shall be of the sizes shown on the plans and as specified in this Section 209-2.05. In addition, the Contractor may, as an option at the Contractor's expense, use conduit of a larger size than that shown or specified, provided the larger size is used for the entire length of the run from outlet to outlet. Reducing couplings will not be permitted. New conduit shall not pass through foundations for standards. 209-2.0SA Material. Conduit and conduit fittings shall be UL or ETL listed and shall conform to the following:Type 1. Hot-dip galvanized rigid steel conduit conforming to the requirements in UL Publication UL 6 for Rigid Metallic Conduit. The zinc coating will be tested in accordance with ASTM Designation: A 239. 2) Type 2. Hot-dip galvanized rigid steel conduit conforming to Type 1 above and coated with polyvinyl chloride or polyethylene. The exterior thermoplastic coating shall have a minimum thickness of 0.9 mm (35 mils). 3) Type 3. Rigid non-metallic conduit conforming to the requirements in the UL Standard for Rigid Non-Metallic Conduit (Publication UL 651). Type 3 conduit shall be installed at all underground locations. 4) Type 4. Liquid tight flexible metal conduit shall consist of conduit with a liquid tight, non- metallic, sunlight-resistant jacket over an inner flexible metal core. Type 4 conduit shall be UL listed for use as the grounding conductor. 5) Type 5. Intermediate steel conduit (IMC) conforming to the requirements in UL Publication 1242 for Intermediate Metallic Conduit. Type 5 conduit shall only be used when specified. Bonding bushings to be installed on metal conduit shall be insulated and shall be the galvanized or zinc alloy type. All conduit installed underground shall be Type 3, rigid non-metallic conduit. Type 3 conduit shall be installed at underground locations only. 06/7/99 Contract No. 3602 Page 98 of 168 Pages 209-2.05B Use. Exposed conduit installed on a painted structure shall be painted the same color as the structure. Unless otherwise indicated, the minimum metric trade size of conduit shall be: 1) From an electrolier to the adjacent pull box shall be Size 41 (1 1/2" dia). 2) From a pedestrian push button post to the adjacent pull box shall be Size 27 (1" dia). 3) From a signal standard to the adjacent pull box shall be Size 53 (2"dia). 4) From a controller cabinet to the adjacent pull box shall be Size 78 {3" dia). 5) For detector runs shall be Size 41 {1 1// dia). 6) Not otherwise specified shall be Size 41 {1 1/2" dia). 209-2.0SC Installation. Conduit shall be installed in conformance with the codes and regulations listed in Section 209-1.02, "Regulations and Code." Conduit runs shown on the plans may be changed to avoid underground obstructions with written approval by the Engineer. The ends of. all conduits, whether shop or field cut, shall be reamed to remove burrs and rough edges. Cuts shall be made square and true. Slip joints or running threads will not be permitted for coupling .conduit. When a standard coupling cannot be used for coupling metal type conduit, a UL or ETL listed threaded union coupling shall be used. All couplings for metal type conduit shall be tightened to provide a good electrical connection throughout the entire length of the conduit run. Conduit shall be tightened into couplings or fittings using strap wrenches or approved groove joint pliers. Conduit threads and damaged surfaces on metal conduit shall be painted with 2 applications of approved unthinned zinc-rich primer (organic vehicle type) conforming to the requirements in Section 210-3.6, "Galvanizing for Traffic Signal Facilities." Aerosol cans shall not be used. The ends of conduit shall be threaded and shall be capped with standard pipe caps or "pennies" to protect the raceway against dirt and concrete until wiring is started. When caps or "pennies" are removed, the ends of conduit and conduit fittings shall be provided with conduit bushings. Conduit terminating in pull boxes or foundations shall be provided with insulated bonding bushings. Conduit bends, except factory bends, shall have a radius of not less than 6 times the inside diameter of the conduit. Where factory bends are not used, conduit shall be bent, without crimping or flattening, using the longest radius practicable. A No. 12 copper pull wire or a pull rope shall be installed in all conduits which are to receive future conductors. The pull rope shall be nylon or polypropylene with a minimum tensile strength of 2225 N (500 pounds). At least 0.6 m (2') of pull wire or rope shall be doubled back into the conduit at each termination. Existing underground conduit to be incorporated into a new system shall be cleaned with a mandrel or cylindrical wire brush and blown out with compressed air. · Conduit shall be laid to a depth of not less than 460 mm (18") below grade in portland cement concrete sidewalk areas and curbed paved median areas, and not less than 750 mm (30") below finished grade in all other areas. Conduit may be laid on top of the existing pavement within new curbed medians being constructed on top of the existing pavement. Conduit couplings shall be located at least 150 mm (6") from face of foundation. Unless "Trenching In Pavement Method" is specifically allowed or required on the plans or in these special provisions, conduit shall be placed under existing pavement by jacking or drilling methods. Pavement shall not be disturbed without permission from the Engineer. In the event obstructions are encountered, upon approval of the Engineer, small holes may be cut in the pavement to locate or remove obstructions. Jacking or drilling pits shall be kept 0.6 m (2') clear of the edge of any type of pavement wherever possible. Excessive use of water, such that pavement might be undermined or subgrade softened, will not be permitted. Conduit to be placed as part of the completed work shall not be used for drilling or jacking. When "Trenching in Pavement Method" is specifically allowed or required on the plans or in these special provisions, installation of conduit under pavement shall conform to the following: 1 ) Conduit shall be placed under existing pavement in a trench approximately 50 mm (2") wider than the outside diameter of the conduit to be installed. 06/7/99 Contract No. 3602 Page 99 of 1 68 Pages 2) Trench shall not exceed 150 mm (6•) in width. 3) Trench dep1h shall not exceed 300 mm (12.) or conduit metric trade size plus 250 mm (10"), whichever is greater, except that at pull boxes the trench may be hand dug to required depth. 4) The top of the installed conduit shall be a minimum of 230 mm ce·) below finished grade. In areas where additional pavement is to be placed, trenching installation shall be completed prior to placing the final pavement layer. · 5) The outline of all areas of pavement to be removed shall be cut to a minimum depth of 75 mm (3") with a rock cutting excavator specifically designed for this purpose. 6) Cuts shall be neat and true with no shatter outside the removal area. 7) The conduit shall be placed in the bottom of the trench and the trench shall be backfilled with trench backfill slurry concrete. 8) Concrete backfill shall be placed to the pavement surface except, when the trench is in asphalt concrete pavement and additional pavement is not being placed, the top 30 mm (0.1 0') of the trench shall be backfilled with asphalt concrete produced from commercial quality paving asphalt and aggregates. Prior to spreading asphalt concrete, paint binder (tack coat) shall be applied as specified in Section 302-5.4, "Tack Coat." Spreading and compacting of asphalt concrete shall be performed by any method which will produce an asphalt concrete surfacing of uniform smoothness, texture, and density. All excavated areas in the pavement shall be backfilled, except for the top 30 mm (0.1 0'), by the end of each work period. The top 30 mm (0.1 0') shall be placed within 3 calendar days after trenching. Conduit to be placed beneath railroad tracks shall comply with the following: 1) The conduit shall be Size 41 (1 1// dia.) minimum, and shall be placed to a minimum depth of 900 mm (3') below bottom of tie. The near side of each conduit jacking pit shall be constructed not less than 4 m (12') from the centerline of track. When the jacking pit is to be left overnight, it shall be covered with substantial planking. 2) Conduit terminating in standards or pedestals shall extend not more than 50 mm (2") vertically above the foundation and shall be sloped towards the handhole opening. 3) Conduit entering through the side of non-metallic pull boxes shall terminate not more than 50 mm (2") inside the box wall and not less than 50 mm (2") above the bottom, and shall be sloped toward top of box to facilitate pulling of conductors. Conduit entering through the bottom of a pull box shall terminate 50 mm (2") above the bottom and shall be located near the end walls to leave the major portion of the box clear. 4) At all outlets, conduits shall enter from the direction of the run. Conduit runs from underground, including under sidewalks, which are adjacent to gasoline service stations or other installations of underground gasoline or diesel storage, piping, or pumps, and which lead to a controller cabinet, circuit breaker panel, service, or any enclosure where an arc may occur during normal operations, shall be sealed if the conduit is within the limits specified in the National Electrical Code for Class 1, Division 1, Hazardous Locations. Type 1 or Type 2 conduit shall be used for these runs. Conduit for future use in structures shall be threaded and capped. Conduit leading to soffit, wall or other lights or fixtures below the grade of the pull box shall be sealed by means of a sealing fitting and sealing compound, except that sealing fitting and sealing compound will not be required where conduit terminates in a No. 9 or No. 9A pull box. Conduits in or on walls or bridge superstructures shall be supported as shown on the plans, in conformance with the following: 1) Steel hangers, steel brackets, and other fittings shall conform to the materials and construction methods provisions in Sections 206-1, "Structural Steel, Rivets, Bolts, pins and Anchor Bolts", for materials and 304-1, "Structural Steel" for construction methods. ft {.16/7/99 Contract No. 3602 Page 100 of 168 Pages 2) Cast-in-place metal inserts for hangers or brackets shall be capable of developing 135 Mpa (20,000 pounds per square inch) in tension on the net section of the bolt or threaded rod. 3) Precast concrete conduit cradles shall conform to the dimensions shown on the plans and shall be constructed of commercial quality concrete containing not less than 350 kg of portland cement per cubic meter (564 lbs. per cubic yard) and commercial quality welded wire fabric. The cradles shall be moist cured for not less than 3 days. 4) Precast concrete cradles shall be bonded to the structure with epoxy adhesive conforming to the provisions in Section 214-6.2.2, "Standard Set Epoxy Adhesive for Pavement Markers," or Section 214-6.2.1, "Rapid Set Epoxy Adhesive for Pavement Markers" or conforming to State of California specification 8040-21M-08, Type I when cure temperatures are above 15°C (59°F) or to State of California specification 8040-21M-08, Type I when cure temperatures are below 15°C (59°F). 5) Openings for conduits through bridge superstructure concrete shall be formed or may consist of pipe sleeves. . 6) Where conduits pass through the abutment concrete, the conduits shall be wrapped with 2 layers of asphalt-felt building paper, securely taped or wired in place. 7) The space around conduits through bridge abutment walls shall be filled with portland cement mortar conforming to the provisions in Section 201-5, "Cement Mortar," except that the proportion of cement to sand shall be one to 3. 8) When the bridge superstructure is to be prestressed, the space around conduits through abutments shall not be filled until the prestressing has been completed. 9) Conduit which is surface mounted shall be run straight and true, horizontal or vertical on the walls and parallel to walls on ceilings or other similar surfaces. Conduit shall be supported at intervals of not more than 1.5 m (5'), and closer where necessary to prevent vibration or unsightly deflection. The supports shall consist of galvanized malleable iron conduit clamps and clamp backs secured with expansion anchorage devices conforming to the requirements for concrete anchorage devices in Sections 206-1, "Structural Steel, Rivets, Bolts, pins and Anchor Bolts", for materials and 304-1, "Structural Steel" for construction methods. Threaded studs shall be galvanized and shall be of the largest diameter that will pass through the mounting hole in conduit clamp. Attention is directed to Section 209-2.10, "Bonding and Grounding." Where pull boxes are placed in conduit runs, the conduit shall be fitted with threaded bushings and bonded. The location of ends of all conduits in structures, or terminating at curbs, shall be marked by a "Y" at least 75 mm (3") high · cut into the face of curb, gutter, or wall, directly above the conduit and above grade line. 209-2.05D Expansion Fittings. Expansion fittings shall be installed where the conduit crosses any expansion joint in the structure. Each expansion fitting for metal conduit shall be provided with a copper bonding jumper having the ampacity required by the Code. Each expansion-deflection fitting for expansion joints of 38 mm (1 1/2") movement rating shall be watertight and shall consist of a molded neoprene sleeve, a bonding jumper and 2 silicon bronze or zinc-plated iron hubs. Each fitting shall permit a minimum of 19 mm (3//) expansion and contraction and a minimum of 19 mm (3/4") lateral deflection. Details of expansion-deflection fittings for joints of movement rating of more than 38 mm (1 1/2") shall be as shown on the plans and specified in these special provisions. 209-2.06 Pull Boxes. Pull boxes shall be installed at the locations shown on the plans or as specified. The Contractor may, as an option, at the Contractor's expense, use pull boxes of a larger standard size than that shown or specified. 209-2.06A Materials. Pull boxes, covers and extensions for installation in the ground or in · sidewalk areas shall be of the sizes and details shown on the plans and shall be precast of --Q6/7/99 Contract No. 3602 Page 101 of 168 Pages reinforced portland cement concrete (PCC) or of non-PCC material. Non-PCC material shall be fire resistant and shall not bum at a rate greater than 8 mm (0.3.) per minute per 2.5 mm (0.1 ·) of thickness when tested in accordance with ASTM Designation: D 635. The non-PCC material shall show no appreciable change in physical properties with exposure to the weather. Non-PCC material shall be dense and free of voids or porosity, and shall be a gray or brown color. Top dimensions of non-PCC pull boxes shall not exceed the bottom dimensions by more than 25 mm (1"). Extensions for non-PCC pull boxes shall be of the same material as the pull boxes, and shall be attached to the pull boxes in a manner that will maintain the minimum combined depths shown on the plans. Non-PCC pull boxes shall be of sufficient rigidity that when a designated concentrated force is applied perpendicularly to the midpoint of one of the long sides at the top while the opposite long side is supported by a rigid surface, it shall be possible to remove the cover without the use of tools. The designated concentrated force shall be 650 N (150 lbs.) for a No. 31/2 pull box and shall be 450 N (100 lbs.) for a No. 5 or No. 6 pull box. When a vertical force of 6500 N (1,500 lbs.) is applied, through a 13 mm (1//t) x 75 mm (3") x 150 mm (6") steel plate, to a non-PCC cover in place on a pull box, the cover shall not fail and shall not deflect more than 6 mm (1//). The steel plate shall be centered on the cover with its longitudinal axis coinciding with the longitudinal axis of the cover. Where a ballast or transformer or other device is to be placed in a non-metallic pull box, the box shall be provided with recesses for a hanger. Pull boxes and covers for installation in structures shall be of the sizes and details shown on the plans. Each No. 7 ceiling pun· box located near a flush soffit fixture and to be used to house the ballast for the fixture shall be provided with mounting brackets for the ballast and any required capacitors. Covers, except covers for ceiling pull boxes, shall be secured with 9 mm (3/8") bolts, cap screws, or studs, and nuts which shall be of brass, stainless steel or other non-corroding metal material. Stainless steel holddown bolts, cap screws or studs, and nuts and washers shall have a chromium content of not less than 18 percent and a nickel content of not less than 8 percent. All ferrous metal parts shall be galvanized in accordance with the provisions in Section 210-3.6, "Galvanizing for Traffic Signal Facilities." 209-2.06B Cover Marking. Covers for pull boxes, except covers for ceiling pull boxes, shall be marked as shown on the plans. Marking shall be clearly defined and uniform in depth and may be placed parallel to either the long or short sides of the cover. Marking letters shall be between 25 mm (1 ") and 75 mm (3") high. Marking shall be applied to each steel or cast iron cover prior to galvanizing by one of the following methods: (a) Cast iron strips, at least 6 mm (1//) thick, with the letters raised a minimum of 1.5 mm (1/16"). Strips shall be fastened to covers with 6 mm (1//) flathead stainless steel machine bolts and nuts. Bolts shall be peened after tightening. (b) Sheet steel strips at least 0.7 mm (22 ga.) with the letters raised a minimum of 1.5 mm (1/16") above the surrounding surface of the strips. Strips shall be fastened to covers by spot welding, tack welding or brazing, with 6 mm (1//) stainless steel rivets, or with 6 mm (1//) roundhead stainless steel machine bolts and nuts. Bolts shall be peened after tightening. (c) Bead welding the letters on the covers. The letters shall be raised at least 2 mm (3/3/}. 209-2.06C Installation and Use. Pull boxes shall be installed at the locations shown on the plans and, in conduit runs exceeding 60 m(200'), shall be spaced at not over 60 m (200') intervals. The Contractor may, at the Contractor's expense, install additional pull boxes to facilitate the work. The bottoms of pull boxes installed in the ground or in sidewalk areas, shall be bedded in crushed rock as shown on the plans and shall be grouted prior to the installation of conductors. The grout shall be between 13 mm (1//) and 25 mm (1 ") thick and shall be sloped toward the drain hole. A layer of roofing paper shall be placed between the grout and the crushed rock sump. A 25 mm (1") drain hole shall be provided in the center of the pull box through the grout and the roofing paper. Where 06/7/99 Contract No. 3602 Page 102 of 168 Pages the sump of an existing pull box is disturbed by the Contractor's operations, the sump shall be reconstructed and, if the sump was grouted, the old grout shall be removed and new grout placed. 209-2.08 Conductors. Conductors shall be copper of the gage shown on the plans, unless specified otherwise. Copper wire shall conform to the specifications of ASTM Designations: 8 3 and B 8. Wire sizes, other than conductors used in loop detector lead-in cable, shall be based on American Wire Gage (AWG}, except that conductor diameter shall be not less than 98 percent of the specified AWG diameter. Conductors for branch circuits shall be sized to prevent a voltage drop exceeding 3 percent at the furthest connected load, while drawing the combination of all connected loads capable of simultaneous operation. The maximum voltage drop for both feeders and branch circuits shall not exceed 5 percent at the furthest connected load, while drawing the combination of all connected loads capable of simultaneous operation. Conductors used in loop detector lead-in cable shall conform to the specifications of ASTM Designation: B 286. A Certificate of Compliance conforming to the provisions in Section 4-1.5, "Certification," shall be submitted by the manufacturer with each type of cable to be used on a project. 209-2.0SA Conductor Identification. All single conductors in cables, except detector lead-in cables, shall have clear, distinctive and permanent markings on the outer surface throughout the entire length showing the manufacturer's name or trademark, insulation type letter designation, conductor size, voltage rating and the number of conductors if a cable. Conductor insulation shall be of a solid color or of basic colors with a permanent colored stripe as detailed in the following table unless otherwise specified. Solid or basic colors shall be homogeneous through the full depth of insulation. Identification stripes shall be continuous over the entire length of the conductor. For conductor sizes No. 2 and larger, the insulation may be black and the ends of the conductors shall be taped with electrical insulating tape of the required color for a minimum of 500 mm (20"). All single conductors in cables shall be marked as shown in Table 209-2.08A (A): • Circuit Vehicle Signals (Note 4) Pedestrian Signals (Note 4) Pedestrian Push Buttons (Note 4) Traffic Signal Controller Cabinet Highway Lighting Pull Box to Luminaire (Note 9) ft V611199 TABLE 209-2.0SA (A) Conductors .. ,6 .................................... . ,8 .................................... . ,5 .................................... . ,7 ................................... .. ngrounded between Service witch & Cabinet ............. . ngrounded-Line 1 ......... .. ngrounded-Line 2 ......... .. rounded ......................... . Red, Yellow, Brown Red, Yellow, Brown Red, Yellow, Brown Red, Yellow, Brown Red, Brown Red, Brown Red, Brown Red, Brown Blue Blue Blue Blue Black Red Black Red White Contract No. 3602 Orange None Purple None None None None None 2p,6p .............. . 4p,8p .............. . 1p,5p .............. . 3p,7 .............. . P-2,P-6 ........... . P-4,P-8 ........... . P-1,P-5 ........... . P-3,P-7 ........... . CON-1 ............. . CON-2 ............ . No band require No band require No band require 14 14 14 14 14 14 14 14 14 14 14 14 6 6 14 14 14 Page 103 of 168 Pages Control Multiple Service Sign Lighting (Note 8 Flashing Beacons (Note 7) Grounded & Common Interconnect Railroad Pre-Emption ... Spares ......................... . Notes: ngrounded-Line 1 .......... . n rounded-Line 2 .......... . ngrounded to Photoelectric Unit (PEU). witching leg from PEU unit or SM transformer .......... . ngrounded-Line 1 (Signals) ngrounded-Line 1 .......... . n rounded-Line 2 .......... . ngrounded between Flasher and Beacons .................. . edestrian Push Buttons .. ignals & Multiple Lighting lashing Beacons & Sign Lighting ighting Control... ............. . ulti le Service ............... . ommon .......................... . lash ................................ . ial2 ................................ . ial3 ................................ . ffset ............................... . Black Red Black Red Black Red (Note 10) Black Red Red or Yellow VVhite VVhite VVhite VVhite VVhite VVhite Orange Orange Orange Oran e Black Black None None None None None None None None None Black None None None None None None None None None None None C1···················· C2···················· No band require Except per Note SL-1 ................. SL-2 ................. F-Location No. See Note 3 .. No band require No band require No band require C-3 ................... No band require 1 ••••••..••••••••••••••• 1-F .................••. 1-D2 .............•..•. 1-D3 .................. . 1-0 ···················· R ..................... . No band require 14 14 6 8 10 10 14 14 10 12 14 14 14 14 14 14 14 14 14 1. On overlaps, insulation is striped for first phase in designation, for example, a phase (2+3) conductor is striped as for phase 2. 2. Band for overlap and special phases as required. 3. Flashing beacons having separate service do not require banding. 4. These requirements do not apply to signal cable. 5. "S" if circuit is switched on line side of service equipment by utility. 6. Band conductors in each pull box and near ends of termination points. On signal light circuits, a single band may be placed around 2 or 3 ungrounded conductors comprising a phase. 7. Ungrounded conductors between service switch and flasher mechanism shall be black and banded as indicated in this column. 8. Conductors between ballasts and sign lighting lamps shall be No. 16 and color shall correspond to that of the ballast leads. 9. Both conductors between external H.I.D. ballast and lamp socket shall be black. 10.Black acceptable for size No. 2 and larger. Tape ends for 500 mm (20") with indicated color. 11. Wire sizes listed are minimums. Ampacity requirements of specific circuits or voltage drop may necessitate larger conductors. 209-2.088 Multiple Circuit Conductors. Conductors for multiple circuits shall be UL or ETL listed and rated for 600-volt operation. The insulation for No. 14 through No. 4 conductors shall be one of the following: 1) Type TW polyvinyl chloride conforming to the requirements of ASTM Designation: D 2219. 2) Type THW polyvinyl chloride. 3) Type USE, Type RHH or Type RHW cross-linked polyethylene. 06/7/99 Contract No. 3602 Page 104 of 168 Pages At any point, the minimum thickness of any Type TW, THW, USE, RHH or RHW insulation shall be 1.0 mm (40 mils) for conductor sizes No. 14 to No. 10, inclusive, and 1.3 mm (54 mils) for No. 8 to No. 2, inclusive. The insulation for No. 2 and larger conductors shall be one of the types listed above or shall be Type THWN. Conductors for wiring wall luminaires shall be stranded copper, with insulation rated for use at temperatures up to 125°C. Overhead lighting conductors shall be No. 8, or larger, medium hard drawn copper with weatherproof covering. 209-2.0BC Series Circuit Conductors. Conductors for series circuits shall be No. 8, shall be rated for 5000-volt operation and shall be insulated with 3.7 mm (150 mils) minimum thickness polyvinyl chloride compound conforming to the specifications of ASTM Designation: D 2219, or polyethylene conforming to the specifications of ASTM Designation: D 1351. 209-2.08D Signal Cable. Signal cable shall be installed. Individual conductors are not allowed. Signal cable shall conform to the following: The cable jacket shall be black polyethylene with an inner polyester binder sheath, and shall be rated for 600-volt and 75°C. All cables shall have clear, distinctive, and permanent markings on the outer surface throughout the entire length of the cable showing the manufacturer's name or trademark, insulation designation, number of conductors, conductor sizes, and the voltage rating of the jacket. Filler material, if used, shall be polyethylene material. Individual conductors in the cable shall be solid copper with Type THWN insulation, and shall conform to the requirements in Section 209-2.08, "Conductors," and ASTM Designation: B 286. The minimum thickness of Type THWN insulation, at any point, shall be 0.3 mm ( 13 mils) for conductor sizes No. 14 and No. 12, and 0.4 mm (18 mils) for conductor size No. 10. The minimum thickness of the nylon jacket shall be 0.1 mm (4 mils) at any point. Three-Conductor Cable (3CSC). The 3-conductor signal cable shall consist of three No. 14 conductors. The cable jacket shall have a minimum average thickness of 1.1 mm (45 mils) and a minimum thickness at any point of 0.9 mm (36 mils). The nominal outside diameter of the cable shall not exceed 10 mm (0.1 O"). The color code of the conductors shall be blue/black stripe, blue/orange stripe, and white/black stripe. The 3 conductor cable shall be used for pedestrian push buttons and a spare. Five Conductor Cable (SCSC). The 5-conductor signal cable shall consist of five No. 14 conductors. The cable jacket shall have a minimum average thickness of 1.1 mm (45 mils) and shall have a minimum thickness at any point of 0.9 mm (36 mils). The nominal outside diameter of the cable shall not exceed 13 mm (0.50"). The color code of the conductors shall be red, yellow, brown, black, and white. Nine-Conductor Cable (9CSC). The 9-conductor cable shall consist of eight No. 14 conductors and one No. 12 conductor. The cable jacket shall have a minimum average thickness of .5 mm (60 mils) and shall have a minimum thickness at any point of 1.2 mm (48 mils). The nominal outside diameter of the cable shall not exceed 17 mm (0. 70"). The color code for the No. 12 conductor shall be white. The color code for the No. 14 conductors shall be as Table 209-2.08D(A): 06/7/99 TABLE 209-2~08D(A) Nine-Conductor Cable Signal Cable Insulation Colors Stripe Red Yellow/black stripe Yellow Brown/black stripe Brown Black Red/black stripe White/black stripe Contract No. 3602 Page 105 of 168 Pages Twelve-Conductor Cable (12CSC). The 12-conductor signal cable shall consist of eleven No. 14 conductors and one No. 12 conductor. The cable jacket shall have a minimum average thickness of 1.5 mm (60 mils) and shall have a minimum thickness at any point of 1.2 mm (48 mils). The nominal outside diameter of the cable shall not exceed 17 mm (0. 10·). The color code for the No. 12 conductor shall be white. The color code and functional connections for the No. 14 conductors shall be as Table 209-2.0SD(B), unless otherwise approved by the Engineer: TABLE 209-2.0Sd(B) T I e-C d t C bl s· IC bl wev on uc or a e 1gna a e Color Code Tennlnatlon '' ·-Phase ,"' red vehicle signal red 2, 4, 6 or S yellow vehicle signal yellow 2, 4, 6 or 8 brown vehicle signal green 2, 4, 6 or S red/black stripe vehicle signal red 1, 3, 5 or 7 yellow/black stripe vehicle signal yellow 1, 3, 5 or7 brown/black stripe vehicle signal green 1, 3, 5 or 7 black/red stripe spare, or use as required for red or Don't Walk black/white stripe spare, or use as required for yellow black spare, or use as required for green or Walk red/white stripe Pedestrian signal Don't Walk brown/white stripe Pedestrian signal Walk The 12-conductor cable shall be used for vehicle signals, pedestrian signals, spares and the signal common. Twenty Eight-Conductor Cable (28CSC). The 28-conductor signal cable shall consist of 27 No. 14 conductors and one No. 10 conductor. The cable jacket shall have a minimum average thickness of 2 mm (80 mils) and shall have a minimum thickness at any point of 1.6 mm (64 mils). The nominal outside diameter of the cable shall not exceed 23 mm {0.90"). The color code for the No. 10 conductor shall be white. The color code and functional connections for the No. 14 conductors shall be as Table 209-2.0SD(C). TABLE 209-2.08D(C) Twelve -Conductor Cable Signal Cable Color Code Tennination Phase· ' ,, red/black stripe vehicle signal red 2 or 6 yellow/black stripe vehicle signal yellow 2 or6 brown/black stripe vehicle signal green 2 or6 red/orange stripe vehicle signal red 4 ors yellow/orange stripe vehicle signal yellow 4 ors brown/orange stripe vehicle signal green 4 ors red/silver stripe vehicle signal red 1 or 5 yellow/silver stripe vehicle signal yellow 1 or 5 brown/silver stripe vehicle signal green 1 or 5 red/purple stripe vehicle signal red 3 or 7 yellow/purple stripe vehicle signal yellow 3 or 7 brown/purple stripe vehicle signal green 3 or 7 red/2 black stripes Pedestrian signal Don't Walk 2 or6 brown/2 black stripes Pedestrian signal Walk 2 or6 06/7/99 Contract No. 3602 Page 106 of 168 Pages Color Code· "' Tenniriatlon"''·, ·• .. ' c1t; '' q.,,< ···. Phase red/2 orange stripes Pedestrian signal Don't Walk 4 ors brown/2 orange stripes Pedestrian signal Walk 4 or8 red/2 silver stripes Overlap A, C red OLA, OLC brown/2 silver stripes Overlap A, C green OLA, OLC red/2 purple stripes Overlap B, D red OLB,OLD brown/2 purple stripes Overlap B, D green OLB,OLO blue/black stripe Pedestrian push button 2 or6 blue/orange stripe Pedestrian push button 4 or8 blue/silver stripe Overlap A, C yellow OLA(y), OLC(y) blue/purple stripe Overlap B, D yellow OLB(y), OLD(y) white/black stripe Pedestrian push button common black/red stripe Railroad pre-emption black Spare 1) The signal commons in each 28-conductor cable shall be kept separate except at the signal controller. 2) Each 28-conductor cable shall be labeled in each pull box "C1" or "C2",. 3) The cable identified "C1" shall be used for signal Phases 1, 2, 3 and 4. The cable identified "C2" shall be used for signal Phases 5, 6, 7 and 8. 4) Each signal cable, except 28-conductor, shall be marked, in each pull box, showing the signal standard to which it is connected. 209-2.0BE Signal Interconnect Cable (SIC). Signal Interconnect Cable shall consist of six or twelve No. 20, minimum, stranded tinned copper conductors as shown on the plans or required herein. Each conductor shall be insulated with 0.33 mm (0.013"), minimum nominal thickness, color coded, polypropylene material. Conductors shall be in twisted pairs. Color coding shall distinguish each pair. Each pair shall be wrapped with an aluminum polyester shield and shall have a No. 22 or larger, stranded, tinned copper drain wire inside the shielded pair. The cable jacket shall be black, high density polyethylene, rated for a minimum of 300-volts and 60°C, and shall have a nominal wall thickness of 1.0 mm (40 mils), minimum. The cable jacket or the moisture-resistant tape directly under the outer jacket shall be marked with the manufacturer's name, insulation type designation, number of conductors and conductor size, and voltage and temperature ratings. Splices shall be made only where shown on the plans or in controller cabinets. A minimum of one meter (3') of slack shall be provided at each splice and 2 m (6') at each controller cabinet. Splices of conductors shall be insulated with heat-shrink tubing of the appropriate size and shall overlap the conductor insulation at least 15 mm (0.5"). The overall cable splice shall be covered with heat-shrink tubing, with at least 40 mm (1 1/2 ") of overlap of the cable jacket. 209-2.09 Wiring. All conductors shall be run in conduit, except overhead and temporary installations and where conductors are run inside poles. Wiring shall be done in conformance with the regulations and code listed in Section 209-1.02, "Regulations and Code," and the following additional requirements: 209-2.09A Circuitry. Sufficient traffic signal light conductors shall be provided to perform the functional operation of the signal and, in addition thereto, 3 spare conductors shall be provided in all conduits containing traffic signal light conductors, unless shown otherwise on the plans. Traffic signal light conductors shall not run to a terminal block on a standard unless they are to be connected to a signal head that is mounted thereon. Connection to each terminal of a pedestrian push button shall be by a single conductor. The common for pedestrian push button circuits shall 06/7/99 Contract No. 3602 Page 107 of 168 Pages be separate from the traffic signal light circuit grounded conductors. Where ballasts or transformers are used, series conductors shall be run from ballast to ballast, transformer to transformer, and from ballast or transformer to service. 209-2.09B Installation. A UL or ETL listed inert lubricant shall be used in placing conductors in conduit. Conductors shall be pulled into conduit by hand and the use of winches or other power actuated pulling equipment will not be permitted. When new conductors are to be added to existing conductors in a conduit, all conductors shall be removed; the conduit shall be cleaned as provided in Section 209-2.0SC, "Installation"; and both old and new conductors shall be pulled into the conduit as a unit. Where traffic signal light conductors are run in lighting standards containing street lighting conductors from a different service point, either the traffic signal light conductors or the lighting conductors shall be encased in flexible or rigid metal conduit, to a point where the 2 types of conductors are no longer in the same raceway. Temporary conductors less than 3 m (10') above grade shall be enclosed in flexible or rigid metal conduit. At least 0.3 m (1 ') of slack shall be left for each conductor at each signal or lighting standard, or combined standard, and at least one meter (3') of slack at each pull box. At least one meter (3') of slack shall be left for each conductor at each splice. Ends of spare conductors or conductors terminated in pull boxes shall be taped to provide a watertight seal. Conductors within fixtures or service cabinets shall be neatly arranged and shatr be cabled together with self-clinching nylon cable ties, or other method approved by the Engineer. Traffic signal light conductors, interconnect conductors, service conductors, detector conductors and cables in controller cabinets and flashing beacon cabinets shall be neatly arranged, and shall be cabled together with self-clinching nylon cable ties, or enclosed in plastic tubing or raceway. Conductor identification shall be provided under the following conditions: 1) Where signal phase or circuit are not clearly indicated by conductor insulation color and stripe as detailed in the conductor table in Section 209-2.08, "Conductors," or when identi- fication stripes are not available, marking shall be as detailed in the conductor table for special and overlap phases. 2) Where metered and unmetered conductors occupy the same pull box, the unmetered circuit conductors shall be identified, "UNMETERED.-STREET L TG," "UNMETERED-COUNT STATION," or as appropriate to describe the unmetered circuit. Conductors shall be permanently identified as to function. Identification shall be placed on each conductor, or each group of conductors comprising a signal phase, in each pull box and near the end of terminated conductors. Identification shall be by direct labeling, tags or bands fastened to the conductors in such a manner that they will not move along the conductors. Labeling shall be by mechanical methods. 209-2.09C Connectors and Terminals. Conductors shall be joined by the use of UL or ETL listed crimp type connectors as shown on the plans. Connectors and terminals shall be applied with the proper type tool as recommended by the manufacturer of the connector or terminal being used. Finished connections and terminals shall comply with the requirements of Military Specification MIL- T-7928. All stranded conductors smaller than No. 14 shall be terminated in crimp style terminal lugs. All connectors and terminal lugs for conductor sizes No. 8 and smaller shall be soldered by the hot iron, pouring or dipping method. Open flame soldering will not be permitted. 209-2.09D Splicing and Terminations. Unless specified otherwise or permitted by the Engineer, splices shall conform to the details shown on the plans and will be permitted only in the following types of circuits at the following locations: 1) Grounded conductors in pull boxes. 2) Pedestrian push button conductors in pull boxes. ~ ~6/7/99 Contract No. 3602 Page 108 of 1 68 Pages 3) Multiple or series lighting conductors in the pull box adjacent to each. electrolier or luminaire location or in the bases of Type 21 standards. Where electroliers are more than 120 m (400') apart, splices will be permitted in pull boxes at 120 m (400'), or greater, intervals. 4) When traffic signals are being modified, ungrounded traffic signal light conductors may be spliced in pull boxes at locations shown on the plans. 5) Ungrounded traffic signal light conductors to a· terminal compartment or signal head on a standard may be spliced to through conductors of the same phase in the pull box adjacent to the standard. 6) All splices and terminal lugs for conductor sizes No. 8 and smaller shall be soldered by the hot iron, pouring or dipping method. Open flame soldering will not be permitted. 209-2.09E Splice Insulation. All splices shall be capable of satisfactory operation under continuous submersion in water. Multi-conductor cables shall be spliced and insulated to provide a watertight joint and to prevent absorption of moisture by the cable. . Where more than one conductor enters the sleeve of a ballast installed in a pull box, the insulation and taping shall be applied between the conductors in such a manner as to provide a watertight joint. Splice insulation shall conform to the details shown on the plans. Low-voltage tape shall be UL or ETL listed and shall be the following types: 1) Self-fusing, oil and flame-resistant, synthetic rubber. 2) Pressure-sensitive, adhesive, polyvinyl chloride, 0.15 mm (0.007") minimum thickness. Tape for insulating splices in high-voltage (over 600 V) circuits shall be designed for use on 5-kvolt circuits and shall be resistant to ozone, corona and water. Insulating pad shall be composed of a laminate of 2 mm (0.085") thickness of electrical grade polyvinyl chloride and a 3 mm (0.125") thickness of butyl splicing compound with removable liner. Heat-shrink tubing shall be medium or heavy wall thickness, irradiated polyolefin tubing containing an adhesive mastic inner wall. Minimum wall thickness prior to contraction shall be one millimeter (39 mils). When heated, the inner wall shall melt and fill all crevices and interstices of the object being covered while the outer wall shrinks to form a waterproof insulation. Each end of the heat-shrink tube or the open end of the end cap of heat-shrink tubing shall, after contraction, overlap the conductor insulation at least 38 mm. Heat- shrink tubing shall conform to the requirements of UL Standard 468D and ANSI C119.1, for extruded insulated tubing at 600-V. All heat-shrink tubing shall also meet the requirements of Table 209-2.09E(A): Property Shrinkage Ratio: Dielectric Strength Resistivity: Tensile Strength: Operating Temperature: Water Absorption: 06/7/99 TABLE 209-2.09E(A) Heat-Shrink Tubing · Requirement 33 percent, maximum, of supplied diameter when heated to 125°C and allowed to cool to 25°C. 140 kV per 10 mm, minimum. 1013 · mm, minimum. • 14 MPa, minimum. -40°C to 90°C (135°C Emergency). 0.5 percent, maximum. Contract No. 3602 Page 1 09 of 168 Pages When three or more conductors are to be enclosed within a single splice using heat-shrink tubing, mastic shall be placed around each conductor, prior to being placed inside the heat-shrink tubing. The mastic shall be the type recommended by the manufacturer of the heat-shrink tubing. After contraction, the ends and seams of heat-shrink tubing shall be painted with electrical insulating coating. Heat-shrink tubing shall not be heated with an open flame. A heating device designed for the purpose is required. The Contractor may, at the Contractor's option, use either of the following splice insulation methods: 1) "Method B" as shown on the plans. A minimum of 2 thicknesses of electrical insulating pad shall be used. Pads shall be applied to the splice in accordance with the manufacturer's recommendations. 2) Heat-shrink tubing as provided above. 209-2.095 Fused Splice Connectors. In the pull box adjacent to each luminaire a fused disconnect splice connector shall be installed in each ungrounded conductor between the line and the ballast. The connector shall be readily accessible in the pull box regardless of whether the ballast is remote or is integral with the luminaire. For 240-volt and 480-volt circuits, each connector shall be designed so that both ungrounded conductors are disconnected simultaneously. The connector shall have no exposed metal parts, except the head of a stainless steel assembly screw may be exposed. The head of the metal as- sembly screw shall be recessed a minimum of 0.8 mm (1/3/) below the top of a plastic boss which surrounds the head. The splice connector shall completely enclose the fuse and shall protect the fuse against damage from water and weather. The contact between the fuse and fuseholder shall be by spring pressure. The terminals of the splice connector shall be rigidly crimped, using a tool of the type recommended by the manufacturer of the fused splice connector, onto the line conductors and the conductors to the ballasts and shall be insulated and made waterproof in accordance with the splice connector manufacturer's recommendations. Fused splice connectors $hall not be used in series circuits. Fuses shall be standard midget, ferrule type, with "Non-Time-Delay" feature, and shall be 10 mm (1%/) X 38 mm (1 1/n. 209-2.1 0 Bonding and Grounding. Metallic cable sheaths, metal pull box covers, metal conduit, equipment grounding conductors, ballast and transformer cases, service equipment, sign switches, and metal poles and pedestals shall be made mechanically and electrically secure to form a continuous system, and shall be effectively grounded. Bonding jumpers shall be copper wire or copper braid of the same cross sectional area as No. 6 for series lighting systems and No. 8 or larger for all other systems. The jumper size shall be increased to match the load or the circuit breaker size, or shall be as shown on the plans. Equipment grounding conductors shall be color coded to Code requirements or shall be bare. The bonding jumper in standards with handholes shall be attached by a 4.5 mm (3/16") or larger brass bolt and shall be run to the conduit or bonding wire in the adjacent pull box. Standards without handholes shall be bon9ed by a jumper attached to all anchor bolts, and shall be run to the conduit or bonding wire in the adjacent pull box. Grounding jumper shall be visible after cap has been placed on foundation. Where slip base standards or slip base inserts are installed, the bond- ing jumper shall not intrude into the slip plane. Bonding shall be accomplished by a bonding strap to all anchor bolts or a 4.5 mm (3/16") or larger brass bolt installed in the bottom slip base plate. One side of the secondary circuit of series-multiple and step-down transformers shall be grounded. Grounding of metal conduit, service equipment and the grounded conductor at service point shall be accomplished as required by the Code and the serving utility, except that grounding electrode conductor shall be No. 6, or larger. For equipment grounding purposes in Type 3 conduit, a No. 6 copper wire shall be run continuously in circuits used for series lighting, and a No. 8, minimum, ft ~6/7/99 Contract No. 3602 Page 110 of 168 Pages copper wire shall be run continuously in all other circuits. The bonding wire size shall be increased to match the circuit breaker size, or shall be as shown on the plans. Where Type 3 conduit is to be installed for future conductors, the copper wire may be omitted. Equipment bonding and grounding conductors are not required in conduits which contain only loop lead-in cable or signal interconnect cable or both. At each multiple service disconnect location, a ground electrode shall be furnished and installed. Ground electrodes shall be one-piece lengths of galvanized steel rod or pipe not less than 19 mm (3//) in diameter, or of copper clad steel rod not less than 15 mm (5/8") in diameter. Ground electrodes shall be installed in accordance with the provisions of the Code. The service equipment shall be bonded to the ground electrode by use of a ground clamp or exothermic weld and No. 6 or larger copper wire, enclosed in a size 16 or larger diameter conduit. Ground clamp for service grounding and for grounding of equipment on wood poles shall be Size 16 galvanized, malleable iron conduit hub with swivel feature. On wood poles, all metallic equipment mounted less than 2.4 m (8') above ground surface shall be grounded. Bonding of metallic _conduit in non-metallic pull boxes shall be by means of bonding bushings and bonding jumpers. Bonding of metallic conduit in metal pull boxes shall be by means of locknuts, one inside and one outside of the box. 209-2.11 Service. Electrical service installation and materials shall conform to the requirements of the serving utility. When the service equipment is to be installed on a utility-owned pole, the Contractor shall furnish and install conduit, conductors and all other necessary material to complete the installation of the service. The position of the riser and equipment will be determined by the utility. Service conduit shall conform to the requirements of the serving utility and shall be not less than Size 41 (1 1/2" dia.). Where a kilowatt-hour meter is required, a meter socket with sealing ring, as approved by the serving utility, shall be furnished and installed. Where a meter socket is installed, the meter enclosure shall be provided with factory installed test bypass facilities as required by the serving utility. Service equipment shall be installed as soon as possible to enable the utility to schedule its work well in advance of the completion of the project. Each service shall be provided with a circuit breaker which shall simultaneously disconnect all ungrounded service entrance conductors. All circuit breakers shall be quick-break on either automatic or manual operation. The operating mechanism shall be enclosed and shall be trip-free from the operating handle on overload. Circuit breakers shall be trip-indicating, shall have frame · size plainly marked and shall have trip rating clearly indicated on the operating handle. Overload tripping of breakers shall not be influenced by an ambient temperature range of from -18°C to 50°C. Multiple-pole breakers shall be the internal trip type. All circuit breakers shall be listed by UL or ETL. Current rating of breakers shall be as shown on the plans. Circuit breakers used as service disconnect equipment shall have a minimum interrupting capacity of 1 O 000 A, rms. Circuit breakers shall be enclosed in a NEMA raintight enclosure with dead-front panel and hasp with a 11 mm (7/16") hole for a padlock. The padlock will be furnished by others. Service equipment enclosures, except Types II and 111, shall be galvanized or, at the option of the Contractor, the enclosures may be provided with a factory applied rust resistant prime coat and finish coat, in lieu of galvanizing. Types II and Ill service equipment enclosures shall be fabricated from galvanized sheet steel or fabncated from sheet steel and zinc or cadmium plated after fabrication, or shall be fabricated from aluminum. Fabrication of service equipment enclosures shall conform to the re- quirements of Section 209-3.04A, "Cabinet Construction." Steel enclosures shall be painted in accordance with the provisions in Section 209-2.16, "Painting." All overlapping exterior seams and doors shall meet the requirements for Type 3R enclosures specified in the NEMA Enclosure Standards. 06/7/99 Contract No. 3602 Page 111 of 168 Pages Except for falsework lighting and power for the Contractor's operations, upon written request by the Contractor, the Engineer will arrange with the serving utility to complete service connections for both temporary and permanent installations and the Agency will pay all costs and fees required by the utility. The request shall be submitted not less than 15 days before service connections are required. Except for falsework lighting and power for the Contractor's operations, upon written request by the Contractor, the Engineer will arrange for furnishing electrical energy. Energy used prior to completion of the contract will be charged to the Contractor, except that the cost of energy used for public benefit, when an operation is ordered by the Engineer, will be at the expense of the Agency. The contractor shall coordinate all work associated with providing and maintaining both temporary and permanent electrical facilities, conduiting and connections for the signal reconstruction and renovations at Palomar Airport Road with SDG&E. The contractor shall secure all work orders associated with initiating the work and shall be solely responsible for the coordination and processing of all plans, schematics, related applications and submittals as may be required by SDG&E, including the payment , if any, of related fees or assessments necessary to implement signal related work in a timely manner consistent with the requirements of the City of Carlsbad to the satisfaction of the Engineer. Full compensation for all work associated with SDG&E coordination, including the payment of any fees or assessments necessary to implement the work shall be considered as included in the Lump Sum quoted in the Bid Schedule for work associated with traffic signals and no other payment shall be made thereof. Full compensation for furnishing and installing Agency-owned or permanent service poles, service equipment, conduit, conductors and pull boxes (including equipment, conduit, and conductors placed on utility-owned poles) shall be considered as included in the contract item of electrical work involved and no additional compensation will be allowed therefor. Where the service point is indeterminate and is shown on the plans as an "approximate location" or "service point not yet established", the labor and materials required for making the connection between the service point, when established, and the nearest pull box shown on the plans will be paid for as extra work as provided in Section 3-3, "Extra Work." 209-2.12 Wood Poles. Wood poles for service or temporary installations shall be ANSI Class 5, or larger. Poles shall not have more than 180 degrees twist in grain over the full length. Sweep shall be no more than 100 mm (4"). Tops of poles shall be beveled. Poles shall be placed in the ground to a depth of at least 1.8 m (6'). The lengths of poles shall be 7.6 m (25') for service poles and 10.7 m (35') for other poles, unless otherwise specified. After each wood pole is set in the ground, the space around the pole shall be backfilled with selected earth or sand, free of rocks and other deleterious material, placed in layers approximately 100 mm (4") thick. Each layer shall be moistened and thoroughly compacted. Mast arms for wood pole installations shall be fabricated from standard pipe, free from burrs. Each mast arm shall be provided with an insulated wire inlet and wood pole mounting brackets for mast arm and tie-rod cross arm. Tie rods shall be of structural steel and pipe. Mast arms for luminaires shall be mounted to provide a mounting height of 9.1 m (30'). Mast arms for traffic signals and flashing beacons shall provide a minimum vertical clearance of 5.2 m (17') from bottom of equipment to the pavement. Wood poles, not to be painted, shall be pressure treated after fabrication with creosote, pentachlorophenol (oil borne} or copper naphthenate as provided in Section 204-2, "Treatment With Preservatives." All wood poles shall be pressure treated after fabrication with ammoniacal copper arsenate, chromated copper arsenate or ammoniacal copper zinc arsenate as provided in Section 204-2, "Treatment With Preservatives." The minimum retention for water borne preservatives shall be that specified for posts. ~ Q6/7/99 Contract No. 3602 Page 112 of 168 Pages 209-2.13 Sign Control. Each sign illumination installation shall be provided with a disconnect circuit breaker mounted on the sign standard or structure, as shown on the plans. Where the sign lighting is served from a series lighting circuit through a series-multiple transformer, the circuit breaker shall be installed in the secondary circuit. Where the sign lighting is served through a multiple-multiple transformer, the circuit breaker shall be installed in the primary circuit. Circuit · breakers shall meet the requirements for circuit breakers in Section 209-2.11, "Service." Enclosure for the circuit breaker shall be NEMA Type 3R, shall be galvanized or shall be cadmium plated, and shall be provided with dead front panel and a hasp with a 11 mm (7/16"} diameter hole for a padlock. Padlocks will be furnished by others. When the sign structure is to be painted, the circuit breaker or sign switch enclosure shall be painted the same color as the sign structure on which it is mounted. 209-2.14 Testing. Attention is directed to Section 4-1.4, "Test of Materials." Testing shall conform to the following: 209-2.14A Materials Testing. Material and equipment to be tested shall be delivered to a testing location designated by the Engineer. Testing will be performed by the Agency. Testing and quality control procedures for Model 170 and Model 2070 controller assemblies shall conform to the requirements in "Transportation Electrical Equipment Specifications," and "Traffic Signal Control Equipment Specifications," issued by the State of California, Department of Transportation, and to all addendums thereto current at the time of project advertising. Testing and quality control procedures for all other traffic signal controller assemblies shall conform to the requirements in the NEMA TS Standards for Traffic Control Systems. In the event equipment submitted for testing does not comply with specifications, the Contractor shall remove the equipment for repair within 5 working days after notification that the equipment is rejected. In the event the equipment is not removed within that period, it may be shipped to the Contractor at the Contractor's expense. The Contractor shall allow 30 days for Agency testing from the time the material or equipment is delivered to the Agency test site. When equipment being tested has been rejected for failure to comply with the specifications, the Contractor shall allow 30 days for Agency retesting. The retesting period shall begin when the corrected equipment is made available at the test site. All testing subsequent to rejection of the equipment for failure to comply with specification requirements will be at the expense of the Contractor. Deductions to cover the cost of that testing will be made from any moneys due or which may become due the Contractor under the contract. The Contractor will be notified when testing of the equipment has been completed and it shall be the Contractor's responsibility to deliver the equipment to the site of the work or, at the Contractor's request and the Agency's convenience, the Agency will pack and ship the equipment to the Contractor or to the site of work. The sum of $100 or the actual cost of packing and shipping, whichever amount is greater, will be deducted, for each unit of equipment shipped by the Agency, from any moneys due to the Contractor under the contract. 209-2.148 Field Testing. Prior to start of functional testing, the Contractor shall perform the following tests on all circuits, in the presence of the Engineer. 209-2.148(1) Continuity. Each circuit shall be tested for continuity. 209-2.148(2) Ground. Each circuit shall be tested for grounds. 209-2.148(3) Insulation Resistance. An insulation resistance test at 500 volts DC shall be made on each circuit between the circuit and a ground. The insulation resistance shall not be less than 06/7/99 Contract No. 3602 Page 11 3 of 1 68 Pages 10 Mn on all circuits, except for inductive loop detector circuits which shall have an insulation resistance value of not less than 100 Mn. The insulation resistance test shall not be performed on magnetometer sensing elements. Splices in the pull box adjacent to the magnetometer sensing elements shall not be made prior to performing the test on the lead-in conductors between the pull box and the controller cabinet field terminals. 209-2.14C Functional Testing. Attention is directed to Section 209-1.06, ·scheduling of Work,• regarding requirements for test periods. A functional test shall be made in which it is demonstrated that each and every part of the system functions as specified. The functional test for each new or modified system shall consist of not less than 5 days of continuous, satisfactory operation. If unsatisfactory performance of the system develops, the condition shall be corrected and the test shall be repeated until the 5 days of continuous, satisfactory operation is obtained. Turn-on of new or modified traffic signals shall be made only after all traffic signal circuits have been thoroughly tested as specified above. Except for new or modified portions of existing lighting circuits and sign illumination systems, The Agency will maintain the system or systems during the test period and will pay the cost of electrical energy for the operation of all of the facilities that are undergoing testing.· The cost of any necessary maintenance performed by the Agency on new circuits or on the portions of existing circuits modified under the contract, except electrical energy, shall be at the Contractor's expense and will be deducted from any moneys due, or to become due, the Contractor. A shutdown of the electrical system resulting from damage caused by public traffic, from a power interruption or from unsatisfactory performance of Agency-furnished materials shall not constitute discontinuity of the functional test. 209-2.15 Galvanizing. Galvanizing shall be in accordance with the provisions in Section 210-3.6, "Galvanizing for Traffic Control Facilities," except that cabinets may be constructed of material galvanized prior to fabrication in conformance with the specifications of ASTM Designation: A 525 or A 525M, Coating Designation G 90, in which case all cut or damaged edges shall be painted with at least 2 applications of approved unthinned zinc-rich primer (organic vehicle type) conforming to the requirements in Section 210-3.5, "Repair of Damaged Zinc Coating." Aerosol cans shall not be used. Other types of protective coating shall be approved by the Engineer prior to installation. Iron or steel pipe standards and pipe mast arms shall be hot-dip galvanized after fabrication in conformance with the specifications of ASTM Designation: A 53. Galvanized surfaces shall have spurs removed. Tie-rods, bolts, nuts, washers, clamps and other miscellaneous ferrous parts shall be hot-dip galvanized after fabrication in accordance with the provisions in Section 210-3.6, "Galvanizing for Traffic Control Facilities." Not less than 250 mm (10") of the upper end of the anchor bolts, anchor bars, or studs, and all nuts and washers shall be galvanized in accordance with the provisions in Section 210-3.6, "Galvanizing for Traffic Control Facilities." After galvanizing, the bolt threads shall accept galvanized standard nuts without requiring tools or causing removal of protective coatings. Galvanizing of existing materials in an electrical installation will not be required. 209-2.16 Painting. Painting of electrical equipment and materials shall conform to the provisions in Section 310, "Painting," with the following additions and rnodifications. Paint materials for electrical installations, unless otherwise specified, shall conform to the provisions in Section 210, "Paint and Protective Coatings." Factory or shop cleaning methods for metals will be acceptable if equal to the methods specified herein. In lieu of the temperature and seasonal restrictions for painting as #it '\1611199 Contract No. 3602 Page 114 of 168 Pages ... provided in Section 310, "Painting," paint may be applied to equipment and_ materials for electrical installations at any time permitted by the Engineer. All ungalvanized ferrous surfaces to be painted shall be cleaned prior to applying the prime coat. Blast cleaning will not be required. If an approved prime coat has been applied by the manufacturer, and it is in good condition, the first primer application by the Contractor will not be required. Existing equipment to be painted in the field, including Agency-furnished equipment, shall be washed with a stiff bristle brush using a solution of water containing 7 .5 ml. of heavy duty detergent powder per liter (2 tablespoons per gallon). After rinsing, all surfaces shall be wire brushed with a coarse, cup shaped, power-driven brush to remove all poorly bonded paint, rust, scale, corrosion, grease or dirt. Any dust or residue remaining after wire brushing shall also be removed prior to priming. Immediately after cleaning, all galvanized surfaces and all non-ferrous metal surfaces shall be coated with one application of Primer (Wash) Pre-Treatment, Section 210-1.5 or wash primer conforming to the requirements of Military Specification MIL-P-15328D. The wash primer shall be applied by spraying or brushing to produce a uniform wet film on the surface. Galvanized equipment and wood poles for traffic signal or flashing beacon installations shall not be painted. New galvanized metal surfaces to be painted in the field shall be cleaned as specified for existing equipment before applying the prime coats specified. Wire brushing of new galvanized surfaces will not be required. After erection, all exterior surfaces shall be examined for damaged primer and the damaged surfaces shall be cleaned and spot coated with primer. Galvanized metal guard posts shall not be painted. Painting of Agency-furnished controller cabinets will not be required. Types II and Ill steel service equipment enclosures shall be painted with a polymeric or an enamel coating system conforming to Color No. 14672 (light green) of Federal Standard 595B. All coatings shall be commercially smooth, substantially free of flow lines, paint washout, streaks, blisters, and other defects that would impair serviceability or detract from general appearance. The coatings shall comply with the following requirements: 1) Coating Hardness -The finish shall have a pencil lead hardness of HB minimum using an Eagle Turquoise pencil. 2) Salt Spray Resistance -The undercutting of the film of the coating system shall not exceed 3 mm (1/8") average, from lines scored diagonally and deep enough to expose the base metal, after 250 hours exposure in a salt spray cabinet in accordance with ASTM Designation: B 117. 3) Adherence -There shall be no coating loss when tested by California Test 645. Compliance of the coating system to the above requirements may be determined by the application of the coating, to 100 mm (4") x 200 mm (8") x 0.6 mm (0.0236") test specimens of the same material as the cabinets, in the same manner as applied to the cabinets. A Certificate of Compliance shall be furnished in accordance with the provisions of Section 4-1.5, "Certification," certifying that the coating system furnished complies in all respects with these requirements. Interior of metal signal visors, louvers and front faces of back plates shall be finished with 2 applications of lusterless black exterior grade latex paint formulated for application to properly prepared metal surfaces, except that factory finish in good condition will be acceptable. Metal signal sections, signal head mountings, brackets and fittings, outside of visors, pedestrian push button housings, pedestrian signal sections and visors, and back faces of back plates, shall be finished with 2 applications of lusterless black or dark olive green exterior grade latex paint formulated for application to properly prepared metal surfaces. Dark olive green color shall match Color Chip No. 68 on file at the CalTrans Transportation Laboratory. Conduit and conduit fittings above ground shall be prepared and finished in the same manner as the adjacent standard or post. Relocated, reset or modified equipment previously finished as specified in this Section 209-2.16, except for galvanized standards previously finished with traffic signal yellow enamel, shall be given a spot finishing application on newly primed areas, followed by one finishing 06/7/99 Contract No. 3602 Page 11 5 of 168 Pages application over the entire surface. If any signal faces or mounting brackets are required to be painted under this Section, all signal faces and mounting brackets on the same mounting shall be repainted. Small rusted or repaired areas of relocated or reset galvanized equipment shall be cleaned and painted as provided in Section 210-3.6, "Galvanizing for Traffic Control Facilities," for repairing damaged galvanized surfaces. Equipment number shall be neatly stenciled on the standard or adjacent structure. The number designation will be determined by the Engineer. All paint shall be applied either by hand brushing or by spraying machines in the hands of skilled operators. The work shall be done in a neat and workmanlike manner. The Engineer reserves the right to require the use of brushes for the application of paint, should the work done by the paint spraying machine prove unsatisfactory or objectionable, as determined by the Engineer. 209-3 CONTROLLER ASSEMBLIES 209-3.01 Controller Assembly. A controller assembly shall consist of a complete mechanism for controlling the operation of traffic signals or other systems, including the controller unit and all necessary auxiliary equipment, mounted in a cabinet. All equipment required to provide the operation shown on the plans and as specified shall be provided. All field conductors No. 12 and smaller shall terminate with spade type terminals. All field conductors No. -10 and larger shall terminate in spade type or ring type terminals. 209-3.02 Type 90 Controller Assembly. Deleted. 209-3.03 Model 170 and Model 2070 Controller Assemblies. Model 170 and Model 2070 (Model 170/2070) controller assemblies shall consist of a Model 170, 170E or 2070 controller unit, a wired cabinet and all auxiliary equipment required to control the system as shown on the plans, and as 1 specified in these special provisions. Model 170/2070 controller assemblies shall conform to the requirements in "Transportation Electrical Equipment Specifications," (TEES) and "Traffic Signal Control Equipment Specifications" (TSCES), issued by the State of California, Department of Transportation, and to all addendums thereto current at the time of project advertising. Unless otherwise specified or shown on the plans, controller assembly cabinets (housing) shall be Type 1 as shown in the TSCES. The provisions of Sections 209-3.04, "Controller Cabinets," 209- 3.05, "Cabinet Accessories," and 209-3.06, "Components," shall not apply to Model 170/2070 controller assemblies. 209-3.04 Controller Cabinets. Unless otherwise specified, controller cabinets for other than Type 90 and Model 170/2070 controllers shall conform to the following: 209-3.04A Cabinet Construction. The cabinet shall be a rainproof cabinet with dimensions as shown on the plans. The cabinet top shall be crowned 13 mm (1//) or slanted to the rear to prevent standing water. The cabinet and doors shall be fabricated of 3 mm (0.125") minimum thickness aluminum. All exterior seams for aluminum cabinets and doors shall be continuously welded. All exterior welds shall be ground smooth. All edges shall be filed to a radius of 0.8 mm (0.03125"), minimum. Cabinets shall be fabricated from aluminum sheet and shall conform to the requirements of ASTM Designation: B 209 or B 209M for 5052-H32 aluminum sheet, and the following: I. Welding on aluminum cabinets shall be done by the gas metal arc welding (GMAW) process using bare aluminum welding electrodes. Electrodes shall conform to the requirements of the American Welding Society (AWS) AS.10 for ER5356 aluminum alloy bare welding electrodes. 06/7/99 Contract No. 3602 Page 116 of 1 68 Pages II. Procedures, welders and welding operators for welding on aluminum shall be qualified in accordance with the requirements of AWS 83.0, ·welding Procedure and Performance Qualification," and to the practices recommended in AWS C5.6. Ill. The surfaces of each aluminum cabinet shall be finished to conform to the requirements of Military Specification MIL-A-8625C "Anodic Coatings for Aluminum and Aluminum Alloys" for a Type 11, Class I coating, except that the anodic coating shall have a minimum thickness of 0.02 mm (0.007") and a minimum coating weight of 0.04 mg/mm2 (27 mg/in.2 ). The anodic coating shall be sealed in a 5 percent aqueous solution of nickel acetate (pH 5.0 to 6.5) for 15 minutes at 97°C (210°F). Prior to applying the anodic coating, the cabinets shall be cleaned and etched as follows: A. Clean by immersion in inhibited alkaline cleaner such as Oakite 61A or Diversey 909, or equivalent, 45-60 grams per liter (6 to * oz. Per gallon) , 71°C (160°F) for 5 minutes. 8. Etch in a solution of 11 g (1 1/2 oz.) of sodium fluoride, plus 30-45 g (4-6 oz.) of sodium hydroxide per liter of distilled water at 60-65°C (140°F -150°F) for 5 minutes. C. Rinse in cold water. D. Desmut in a 50 percent by volume nitric acid solution at room temperature for 2 minutes. E. Rinse in cold water. The cabinet shall have a single front door equipped with a Best Co. lock core and lock. No other manufacturers will be accepted. The door width shall not exceed 1120 mm (44"). When the door is closed and latched, the door shall be locked. The handle shall have provision for padlocking in the closed position. The handle shall have a minimum length of 175 mm (7") and shall be provided with a 15 mm (5/8"), minimum, steel shank. The handle shall be fabricated of cast aluminum or of zinc- plated or cadmium-plated steel. The cabinet door frame shall be designed so that the latching mechanism will hold tension on and form a firm seal between door gasketing and door frame. Cabinet locks shall be the solid brass, 6-pin tumbler rim type. The lock shall have rectangular, spring-loaded bolts. The locks shall be left hand, and rigidly mounted with stainless steel machine screws approximately 50 mm (2") apart. Keys shall be removable in the locked and unlocked positions, and 2 keys furnished with each cabinet. The front position of the lock shall extend 3 mm {1/8") to 9 mm {3/8") beyond the outside surface of the door. The latching mechanism shall be a 3- point cabinet latch with nylon rollers. The center catch and pushrods shall be zinc-plated or cadmium-plated steel. Pushrods shall be turned edgewise at the outer supports and shall be 6 mm (1//) x 20 mm (3//), minimum. The nylon rollers shall have a minimum diameter of 20 mm (3//) and shall be equipped with ball bearings. All cadmium plating shall meet the requirements of Military Specification MIL-QQ-416b. All zinc plating shall meet the requirements of Military Specification MIL-QQ-325b. The door's hinging shall be three-bolt butt hinges. Each hinge shall have a fixed pin. Doors larger than 560 mm (22") in width or 0.56-m2 (6 ft2) in area shall be provided with catches to hold the door open at both 90 degrees and 180 degrees, plus or minus 10 degrees. The catches shall be 9 mm (3/8") diameter, minimum, plated steel rods. The catches shall be capable of holding the door open at 90 degrees in a 90 km/h (60 mph) wind at an angle perpendicular to the plane of the door. The police panel shall be mounted on the door as shown on the plans, and equipped with a lock keyed for a master police key. Two keys shall be furnished with each cabinet for the police lock. Each police key shall have a shaft at least 45 mm (1 3//) in length. Police panels shall not be furnished for controller assemblies that do not control traffic signals. Door hinges, pins, and bolts shall be made of stainless steel or aluminum with a stainless steel hinge pin. The hinges shall be bolted to the cabinet. The hinge pins and bolts shall not be accessible when door is closed. Gasketing shall be provided on all door openings and shall be dust-tight. Gaskets shall be permanently bonded to the metal. The mating surface of the gasketing 06/7/99 Contract No. 3602 Page 11 7 of 168 Pages shall be covered with a silicone lubricant to prevent sticking to the mating surface. Details of alternative designs shall be submitted for review and approval prior to the fabrication of the cabinets. Substantial metal shelves or brackets shall be provided to support controller unit and auxiliary equipment. Machine screws and bolts shall not protrude beyond the outside wall of the cabinet. Conduit shall enter the controller cabinet at the front unless shown otherwise on the plans. A pliable seal, composed of caulking compound or mastic, shall be placed between each controller cabinet and the concrete foundation to prevent water, dust and dirt from entering the cabinet. 209-3.048 Cabinet Ventilation. Each controller cabinet shall be provided with 8 screened, raintight vent holes, 12 mm (1//) in diameter or larger, in the lower side or bottom of the cabinet, or at the option of the Contractor, louvered vents with a permanent metal mesh or 4-ply woven polypropylene air filter held firmly in place, which will permit the fan to pass the volume of air specified, may be substituted. Each controller cabinet shall be equipped with an electric fan with ball or roller bearings and a capacity of at least 2.83 m3/min (100 cfm). The fan shall be thermostatically controlled and shall be manually adjustable to.tum on between 32°C and 65°C with a differential of not more than 6°C between automatic tum on and tum off. The cabinet fan circuit shall be fused at 125 percent of the ampacity of the fan motor installed. The fan and cabinet vent holes shall be located with respect to each other so as to direct the bulk of the air flow over the controller unit or thiough the ventilating holes of the controller unit where those holes exist. 209-3.04C Cabinet Wiring. All conductors used in controller cabinet wiring shall be No. 22, or larger, with a minimum of 19 strands. Conductors shall conform to Military Specification MIL-W- 16878D, Type B or better. The insulation shall have a minimum thickness of 0.25 mm (10 mils) and shall be nylon jacketed polyvinyl chloride or shall be irradiated cross-link polyvinyl chloride, polyhalocarbon or polychloro-alkene, except that, at the Contractor's option, conductors No. 14 and larger may be UL Type THHN. At the Contractor's option, flat cable may be used in lieu of individual conductors. Cable shall be constructed of No. 28, or larger, conductors. Conductor insulation shall be rated at 300 volts and shall be rated for use at 105°C. Cables shall be provided with strain relief. Wiring within controller cabinets shall be neatly arranged and laced, or enclosed in plastic tubing or raceway. All conductors used in controller cabinet wiring shall conform to the following color-code requirements: 1) The grounded conductor of a circuit shall be identified by a continuous white or natural gray color. 2) The equipment grounding conductor shall be identified by a continuous green color or by a continuous green color with one or more yellow stripes. 3) The ungrounded conductors shall be identified by any color not specified in 1 or 2 above. Conductors used in cabinet wiring shall terminate with properly sized captive or spring spade type terminals or shall be soldered to a through-panel solder lug on the rear side of the terminal block. All crimp-style connectors shall be applied with a proper tool which prevents opening of the handles until the crimp is completed. An equipment grounding conductor bus shall be provided in each controller cabinet. The bus shall be grounded to the cabinet and shall be connected to the metal conduit system or other approved ground with a No. 8, or larger, grounding conductor. With all the cabinet equipment in place and connected, the resistance between the grounded conductor terminal bus and the equipment grounding conductor bus shall be 50 Mn, minimum, when measured with an applied voltage of 150 volts DC. If DC-is to be grounded, it shall be connected to equipment ground only. Two or more terminal blocks shall be provided for field connections. Field terminals shall be installed within 560 mm (22") of the face of the cabinet and shall be oriented for screwdriver operation from the door opening. All terminals shall be a minimum of 125 mm (5") above the 06/7/99 Contract No. 3602 Page 118 of 168 Pages ,_ foundation. No more than 3 conductors shall be brought to any one terminal. Two flat metal jumpers, straight or U shaped, may also be placed under a terminal screw. At least 2 full threads of all terminal screws shall be fully engaged when the screw is tightened. No live parts shall extend beyond the barrier. Attention is directed to Section 209-1.03, "Equipment List and Drawings," regarding wiring diagrams. 209-3.05 Cabinet Accessories.-The following accessories shall be furnished with each cabinet assembly for other than Type 90 and Model 170/2070 controllers: 209-3.05A Labels. A permanent printed, engraved or silk screened label shall be provided for the following equipment and for all other removable items of equipment: 1. Receptacles for relays and switching devices. 2. Switches, fuses and circuit breakers. Labels shall conform to the designations on the cabinet wiring diagram. Labels for all shelf-mounted equipment shall be on the face of the shelf below the item. Labels for wall-mounted equipment shall be below the item. 209-3.058 Convenience Receptacle. A convenience receptacle shall be mounted in a readily accessible location inside the cabinet. Convenience receptacle shall be a duplex, 3-prong, NEMA Type 5-15R grounding type outlet and shall meet the requirements of UL Standard 943. 209-3.05C Lighting Fixture. Each cabinet shall be provided with a fluorescent lighting fixture mounted on the inside top of the cabinet near the front edge. Fixture shall be provided with an F15TB, cool white lamp operated from a normal power factor UL or ETL listed ballast. The "On-Off' switch for the lighting fixture shall be either of the following: 1 ) A toggle switch mounted on the inside door panel. 2) A door-actuated switch that turns the light on when the door is open, and off when the door is closed. 209-3.05D Surge Arrestor. The surge arrestor shall reduce the effects of power line voltage transients and shall have ratings in Table 209-3.0S(A): TABLE 209-3.05D(A) Surge Arrestor Electrical Characteristics . Voltage Transient Effect " · .... · Ratina Recurrent peak voltage 184 Volt Energy rating, maximum 20 Joules Power dissipation, average 0.85-Watts Peak current for pulses less than 7 µs 1250 Amperes Standby current shall be one milliampere or less for 60 Hz sinusoidal input. 209-3.0SE Terminal Blocks. All terminal blocks shall be rated 600 V, minimum, AC and shall be provided with nickel, silver, or cadmium plated brass binder head screw terminals. Heavy duty terminal blocks shall be rated at 20 A and shall be provided with 12 poles with No. 10 x 8 mm (10-32 x 5/16") nickel plated brass binder head screws and nickel plated brass inserts. Each pole position shall be provided with 2 terminal positions. The terminal blocks shall be the barrier type, with shorting bars in each of the 12 positions, and shall be provided with integral type marking strips. · Light duty terminal blocks shall be rated at 5 A and shall be provided with 12 poles with No. 6 x 3 06/7/99 Contract No. 3602 Page 119 of 168 Pages mm (6-32 x 1/4 ") binder head screws. Each pole position shall be provided with one terminal position. 209-3.06 Components. Components used in the construction of control equipment for other than Type 90 and Model 170/2070 controllers shall conform to the following: 209-3.06A Toggle Switches. Toggle switches shall have poles as required and shall be rated at 200 percent of circuit current for circuits of 10 A or less and 125 percent of circuit current for circuits over 10 A. Circuit breakers used as toggle switches shall be UL or ETL listed for switching operation. 209-3.068 Cartridge Fuses. Cartridge fuses shall be installed in panel mounted fuseholders. Fuse type and rating shall be as recommended by the fuse manufacturer for the type of load being protected. 209-3.06C Circuit Breakers. Circuit breakers shall be as specified for circuit breakers in Section 209-2.11, "Service," except that the breakers shall have a minimum interrupting capacity of 5000 A, rms. 209-3.06D Connectors. Connectors used for interconnecting various portions of circuits together shall be designed and constructed for the application involved. Connectors shall be designed to provide positive connection of all circuits, and easy insertion and removal of mating contacts. Connectors shall be permanently keyed to prevent improper connection of circuits. Connectors, or devices plugging into connectors, shall be provided with positive means to prevent any individual circuit from being broken due to vibration, pull on connecting cable or similar disruptive force. 209-4 TRAFFIC SIGNAL FACES AND FITTINGS 209-4.01 Vehicle Signal Faces. Each vehicle signal face shall be of the adjustable type conforming to the provisions in Institute of Traffic Engineers (ITE) Publication: ST-008B, "Vehicle Traffic Control Signal Heads." Plastic signal sections shall meet the requirements of California Test 605. Any fracture within the housing assembly, or a deflection of more than 10 degrees in either the vertical or horizontal plane after the wind load has been removed from the front of the signal face, or a deflection of more than 6 degrees in either the vertical or horizontal plane after the wind load has been removed from the back of the signal face will be considered structural failure. Vehicle signal faces, except arrow and "X" faces, shall meet the requirements of California Test 604. Adjustment shall permit rotation of 360 degrees about a vertical axis. The number and type of sections shall be as specified herein or as shown on the plans. Each vehicle signal face shall be installed at the location and mounted in the manner shown on the plans. Unless otherwise shown on the plans, all vehicle signal faces shall contain 3 sections arranged vertically; red-top, yellow-center, green- bottom. All new vehicle signal faces, except programmed visibility type, installed at any one intersection shall be of the same manufacture and of the same material. 209-4.01A Optical Units. Each optical unit for 300 mm (12-inch) and 200 mm (8-in) traffic signal assemblies shall meet the requirements of section 209-4.01A (1) for incandescent illumination for yellow or green signals or section or 209-4.01A(2) for light emitting diode illumination of red signals. 209-4.01A(1) Optical Units -Incandescent. Each optical unit for yellow or green, circular ball or arrow, signals shall consist of a lens, a reflector or reflector assembly, a lamp receptacle, and a clear traffic signal lamp. Lenses, reflectors, reflector assemblies, lamp receptacles and wiring, and 06/7/99 Contract No. 3602 Page 1 20 of 1 68 Pages light distribution shall conform to the provisions in ITE Publication: ST-0088. Each lens shall be of best quality glass, true to color and free of imperfections. All reflectors shall conform to the provisions in ITE Publication: ST-0088 except that reflectors shall be made of silvered glass or of specular aluminum with an anodic coating. Reflector ring holder shall be made of cast aluminum. A single piece formed metal reflector/ring holder may be used. Top openings of signal faces shall be sealed with neoprene gaskets. 209-4.01A(2) Optical Units -Light Emitting Diode. Each optical unit for red, circular or arrow, signals shall consist of an assembly that utilizes light emitting diodes as the light source in lieu of an incandescent lamp for use in traffic signal sections and shall conform to the following: 1. A single piece formed metal reflector/ring holder may be used. 2. Top openings of signal faces shall be sealed with neoprene gaskets. 3. The LED signal assembly lens shall be tinted with an appropriate color to reduce sun phantom affect and enhance on/off contrast. The tinting shall be uniform across the face of the lens. 4. The lens of the LED signal module shall be integral to the unit, shall be convex with a smooth outer surface and made of ultraviolet stabilized plastic or of glass. 5. LED signal module shall be a sealed unit with two conductors for connecting to power, a printed circuit board, power supply, a red lens and gasket, and shall be weather proof after installation and connection. The circuit board and power supply shall be contained inside the . module. Circuit boards shall conform to Chapter 1, Section 6 of the State of California Department of Transportation "Transportation Electrical Equipment Specifications." 6. The LED signal module shall have prominent and permanent directional marking{s), that is, an "UP arrow," the word "UP" or "TOP," for correct indexing and orientation within a signal housing for units with refracted lens or arrow indications. 7. The manufacturer's name, trademark, serial number and other necessary identification shall be permanently marked on the backside of the LED signal module. 8. LED signal modules used on this project shall be from the same manufacturer, and each size shall be the same model. 9. A label shall be placed on the LED signal module certifying compliance to the VTCSH Standard. 10. The lens of the LED signal module shall be capable of withstanding ultraviolet (direct sunlight) exposure for a minimum time period of five years without exhibiting evidence of deterioration. 11. The LED signal module shall be a single, self-contained device, not requiring on-site assembly for installation into an existing traffic signal housing. 12. LED traffic signal modules shall be designed as retrofit replacements for existing optical units of signal lamps and shall not require special tools for installation. 13. LED signal modules shall fit into existing traffic signal section housings built to the VTCSH without modification to the housing. 14. Installation of a LED signal module shall only require the removal of the optical unit components, i.e., lens, lamp module, gaskets, and reflector. 15. The LED signal module shall be weather tight and fit securely in the housing; and shall connect directly to electrical wiring. 16. LED signal modules shall not require a specific mounting orientation or have a variance in light output, pattern or visibility for any mounting orientation. 17. The power supply for the LED signal module shall be packaged as an integral part of the LED signal module. 06/7/99 Contract No. 3602 Page 1 21 of 1 68 Pages 18. The assembly and manufacturing process for the LED signal assembly shall be such as to assure all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. 19. Materials used for the LEDs, lens and the rest of the signal assembly construction must conform to ASTM specifications for the materials and must meet the requirements of tests listed in this section and in the VTCSH Standard. In addition, all materials shall be capable of withstanding exposure of the temperature range specified in this section without deterioration. 20. If masking materials are used to form the shape of an arrow within an LED signal module, they shall be capable of withstanding all environmental requirements specified in this section without deterioration. 21. Enclosures containing the power electronic components of the signal module shall be made of flame retardant materials that will self-contain internal sparks and flames, as well as dripping materials. 22. The minimum luminous intensity values and light output distribution shall be as shown in Section 11.04 and Table 1 of the VTCSH standard. 23. The chromaticity of LED signal modules shall conform to the chromaticity requirements of Section 8.04 and Figure 1 of the VTCSH standard. 24. An LED traffic signal module must meet the minimum intensity requirements while operating within the temperature range specified in this section. 25. An LED traffic signal module shall not exhibit more than a nominal -1.5% change in luminous intensity per a +1°C change in ambient temperature. 26. Each LED signal module component and sub-assembly shall be traceable to original suppliers production date codes to ensure a reliable product (warranty purposes) and customer identification in the event of a recall situation due to the occurrence of an electronic component reliability problem. 27. LED signal modules shall be tested for temperature cycling and certified test results supplied per MIL-STD-883, Test Method 1010. The temperature range shall be from -34°C (-29°F) to +74°C (+165°F), 20 cycles, with a 15-minute transfer time between temperature extremes, and a 30-minute dwell at each temperature extreme. Signal assemblies under test shall be non-operating. Failure of any signal assembly to function normally or any cracking of the assembly (including the lens) after temperature cycling shall be cause for rejection. 28. LED signal assemblies shall be tested for mechanical vibration and certified test results supplied per MIL-STD-883, Test Method 2007. Signal assemblies under test shall be subjected to three 4-minute cycles along each X, Y, and Z axis at 21/2 minimum, 2 Hz to 120 Hz. The loosening of internal components or other internal damage shall be cause for rejection. 29. LED signal modules shall be tested for moisture resistance and certified test results supplied per MIL-STD-883, Test Method 1004. Testing shall be performed in a non-changing environment of 71°C (+160°F) at a relative humidity of 95 percent for a period of 168 hours. Signal modules under test shall be non-operating. Any evidence of internal moisture after testing shall be cause for rejection. 30. LED signal modules shall be tested for mechanical impact and certified test results supplied per MIL-STD-883, Test Method 2002. The lens face of each signal module shall be subjected to five blows of 1000 grams for a duration of 0.5 seconds each. Any evidence of cracking, chipping, or crazing of the lens or entire signal assembly shall be cause for rejection. 31. LED signal assemblies shall be tested for resistance to electrostatic discharge and certified test results supplied per MIL-STD-883, Test Method 3015. Signal assemblies under test 06/7/99 Contract No. 3602 Page 1 22 of 168 Pages shall be subjected to 5 discharges of 1,000 volts, 500 n, 300 pF to electrical leads. Any damage to internal electrical components and/or LED light sources is cause for rejection. 209-4.01 B Signal Sections. Each signal section housing shall be structural plastic. Signal sections shall conform to the following: 1) Maximum height of a signal section shall be 260 mm (101//) for each 200 mm (8") section and 375 mm (143//) for each 300 mm (12") section. 2) The housing of each signal section shall be provided with a one-piece, hinged, square- shaped door designed to permit access to the section for relamping without the use of tools. 3) The door shall be secured by a method that will hold the door closed during the loading tests specified in this Section. 4) The lens shall be mounted in the door in a watertight manner. 5) All exposed hardware, such as hinge pins and door latching devices, shall be Type 304 or 305 stainless steel. 6) All interior screws and fittings shall be stainless steel. 7) An opening shall be provided in the top and bottom of each signal section to receive 40 mm (1 1/ 2 ") pipe. 8) The 200 mm (8") and 300 mm (12") signal sections of an individual manufacturer shall be capable of joining to form a signal face in any combination. This interchangeability is not required between metal and plastic signal sections. 9) All gaskets, including those for the door, lens, reflector and lamp holder, shall be made of a material that is not affected when installed in a signal section with a metal or plastic housing that is operated continuously for 336 hours. 209-4.018(2) Plastic Signal Sections. Housings shall be either molded in one piece or shall be fabricated from 2 or more pieces joined into a single piece. The plastic shall have ultraviolet stability, shall be unaffected by the heat of the lamp used and shall be self-extinguishing. Housings and doors shall be colored throughout and shall be black matching Color No. 17038, 27038 or 37038 of Federal Standard 5958. Each section in a face shall be joined to the adjacent section by one of the following methods: I. A minimum of 3 machine screws for 200 mm (8") sections and 4 machine screws for 300 mm (12") sections, installed through holes near the front and rear of the housings. Machine screws shall be No. 10 and each shall be provided with a nut, flat washer and lock washer. II. Two machine screws (each with a nut, flat washer and lock washer) installed through holes near the front of the housings, plus a fastening through the 40 mm (1 1//) pipe openings. The fastening shall consist of two large flat washers to distribute the load around the pipe opening and three carriage bolts, each with a nut and lock washer. Minimum size of machine screws shall be No. 10. Minimum size of carriage bolt shall be 6 mm (1//). The supporting section of each signal face supported solely at the top or bottom shall be provided with reinforcement. Reinforcement plates shall be either sheet aluminum, galvanized steel, or cast aluminum. Each plate shall be not less than 2.7 mm (0.110") thick and shall have a hole concentric with the 40 mm (1 1/2") pipe mounting hole in the housing. Sheet aluminum reinforcement plates shall be placed both inside and outside the housing; galvanized steel reinforcement plates shall be placed inside only; and cast aluminum reinforcement plates shall be placed outside only. Reinforcement plates placed outside of the housing shall be finished to match the color of the signal housing and shall be designed to permit the proper serrated coupling between signal face and mounting hardware. A minimum of three No. 10 machine screws shall be installed through holes in the plates and matching holes in the housing. Each screw shall have a round or binder head and shall be provided with a nut and lock washer. 06/7/99 Contract No. 3602 Page 1 23 of 168 Pages Where a signal face is to be supported by a Type MAS side attachment slip-fitter inserted between 2 sections, a spacer or spacers shall be placed between the 2 sections. ihe vertical dimension of spacers shall permit proper seating of the serrations between the slip-fitter and the 2 sections. Holes in spacers shall align with the front holes in the section housings. In addition to the fastening through the large openings in the housings, the 2 sections shall be joined with at least 2 machine screws through holes near the front of the housings and the spacers, and through matching holes in a reinforcing plate installed in each housing. Machine screws shall be No. 10 minimum size. Spacers shall be made of the same material as the signal housings. Reinforcing plates and machine screws shall be as specified above. Reinforcing plates will not be required where the housing is provided with reinforcing webs connecting the rear of the housing with the top, bottom and sides. Holes for machine screws shall be either cast or drilled during fabrication of the signal section. Each hole shall be surrounded by a 3 mm (1/8 ") minimum width boss to permit contact between signal sections about the axis of the hole. Each plastic signal face shall be provided with plastic or metal visors. Plastic signal faces which require backplates shall be provided with plastic backplates. A serrated nylon washer shall be inserted between each plastic signal section and a metal mounting assembly. Each washer shall be not less than 4 mm (3/16") nor more than 6 mm (1//) thick. Serrations shall match those on the signal section and the mounting assembly. 209-4.01C Electrical Components. The electrical components for 300 mm (12-inch) and 200 mm (8-in) traffic signal assemblies shall meet the requirements of section 209-4.01 C (1) for incandescent illumination for yellow or green signals or section 209-4.01C(2) for light emitting diode . illumination of red signals. 209-4.01C(1) Electrical Components -Incandescent. Each optical unit for yellow or green, circular ball or arrow, signals shall meet the requirements of this section. Lamp receptacles and wiring shall conform to ITE Publication: ST-0088. The threaded portion of the lamp receptacle shall be metal. Aluminum shall not be used. Each lamp receptacle shall be wired with a conductor, connected to the shell of the receptacle, with white insulation, and a conductor, to the bottom or end terminal of the receptacle, with black insulation or with insulation color-coded. These conductors shall, in tum, be connected to a terminal block mounted inside at the back of the housing. The terminal block shall have sufficient screw shall be permanently identified or conductors shall be color coded to facilitate field wiring. Lamp receptacle conductors shall be No. 18, or larger, 600-V, ap- pliance wiring material (AWM), with 0. 75 mm (30 mil) thickness insulation rated 105°C or with insulation that conforms to Military Specification MIL-W-16878 D, Type B, with vinyl nylon jacket rated 115°C. The manufacturer's name or trademark, conductor size, insulation type letter designation and temperature rating shall be marked on the insulation or a Certificate of Compliance conforming to the provisions in Section 4-1.5, "Certification," shall be submitted by the manufacturer with each shipment of traffic signal faces. 209-4.01 C(2) Electrical Components -Light Emitting Diodes. All electrical components for red, circular or arrow, signals shall consist of an assembly that utilizes light emitting diodes as the light source in lieu of an incandescent lamp for use in traffic signal sections and shall conform to the following: 1. LED signal modules shall conform to the requirements of the VTSCH standard. 2. The manufacturer's name or trademark, conductor size, insulation type letter designation and temperature rating shall be marked on the insulation or a Certificate of Compliance conforming to the provisions in Section 4-1.5, "Certification," shall be submitted by the manufacturer with each shipment of traffic signal faces. 06/7/99 Contract No. 3602 Page 1 24 of 1 68 Pages 3. The LED signal module shall be rated for use in the ambient operati~g temperature range of -34°C (-29°F) to +74°C (+165°F). 4. The LED signal module shall be dust and moisture tight to protect all internal LED and electrical components. 5. The LED signal module shall be capable of withstanding exposure to an environment of 74°C (+165°F)/95% relative humidity for 168 hours without internal condensing moisture. 6. All wiring and terminal blocks shall meet the requirements· of Section 13.02 of the VTCSH standard. 7. Two captive, 2-color coded, 1m (36") long, 600 V, 18 AWG minimum, jacketed wires, with quick disconnect terminals attached conforming to the National Electric Code and Section 209-4.01C, "Electrical Components," of these specifications and rated for service at 105°C, are to be provided for electrical connection. 8. The LED signal module shall operate off of a 60 Hz ac line voltage ranging from 80 volts rms to 135 volts rms. Nominal rated voltage for all measurements shall be 117 volts rms. The circuitry shall prevent flicker over this voltage range. The circuitry shall prevent flicker at all voltages below 80 volts rms for a minimum time period of 16 milliseconds. 9. The signal module on-board circuitry shall include voltage surge protection to withstand a single peak transient of 600 volts of each polarity for 100 ms duration. 1 0. The individual LED light sources shall be wired so that a catastrophic failure of one LED light source will not result in the loss of illumination in more than 20 percent of the LED light sources. 11. The LED signal module shall be operationally compatible with currently used controllers and conflict monitors. 12. The LED signal circuitry shall prevent false controller conflict monitor action due to excessively high off-state input impedance. 13. The LED signal module on-board circuitry may provide dimming capability, triggered by an on-board photodiode to sense ambient light. The dimming operation shall diminish light output by one half, to match threshold ambient lighting conditions. 14. The LED signal and associated on-board circuitry must meet Federal Communications Commission (FCC) Part 15 regulations concerning the emission of electronic noise. 15. Each new LED signal module shall undergo the bum-in procedure (described in the definition section) in order to cause any electronic infant mortality to occur and to detect any electronic component reliability problem before the product is shipped to be installed. 16. All tests described herein shall be accomplished with a minimum quantity of 6 LED signal modules. 17. All optical testing shall be without a visor or hood attached to the LED signal module. 18. After'the burn-in procedure is completed, each LED signal module shall be tested for rated initial intensity (described in the definition section). This may be done using an integrating photometer. The test data shall be kept on file for a minimum period of six years. LED signal modules not meeting minimum light intensity per Table 1 of VTCSH shall be rejected. 19. LED signal modules representative of typical average production units shall be measured for light output performance according to VTCSH, Section 11.00, after a 30 minute warm-up time period (module is illuminated at rated voltage). 20. Each LED signal module shall be tested for light output at 80, 117, and 135 volts. LED signal modules shall not be allowed to fall short of the minimum intensity values. 21. The LED's shall utilize AllnGaP technology and shall be the ultra bright type rated for 100,000 hours of continuous operation from -40°C to 74°C. 22. The individual LEDs shall be wired such that a catastrophic failure of one LED will result in the loss of not more than 5 percent of the signal module light output. 06/7/99 Contract No. 3602 Page 1 25 of 168 Pages 23. The failure of an individual LED in a string shall only result in the loss of that LED, not the entire string or indication. 24. The LED signal modules tested or submitting for testing shall be representative of typical average production units. 25. Circular modules shall be tested according to California Test No. 604. 26. All optical testing shall be performed with the module mounted in a standard traffic signal section but without a visor or hood attached to the signal section. 27. Maximum initial power requirements for LED signal modules shall be 25 watts for 300 mm red, 15 watts for 200 mm red and 15 watts for 300 mm red arrow at 25°C. 28. LED signal modules shall be rated for a minimum useful life of 48 months and shall maintain not less than 85 percent of the standard light output values found in the ITE publication ST- 0088, "Vehicle Traffic Control Signal Heads" (VTCSH ST-017), after 48 months of continuous use in a traffic signal operation over the temperature range of -40°C to + 7 4°C. 29. The LED red arrow indication shall meet existing specifications stated in the VTCSti Section 9.01 for arrow lenses. 30. The LED's shall be spread evenly across the illuminated portion of the arrow area. 31. Each LED signal section indication shall provide a minimum average luminous intensity of 5,500 candela/m2, as measured by the VTCSH. All measurements shall be performed at rated operating voltage of 120 VAC. 209-4.01 D Visors. Each signal section shall be provided with a removable visor conforming to ITE Publication: ST-0088. Visors are classified, on the basis of lens enclosure, as full circle, tunnel (bottom open), or cap (bottom and lower sides open). Unless otherwise specified, visors shall be the full circle type. The visor shall be a minimum of 240 mm (91/2") in length for nominal 300 mm (12") round lenses and 180 mm (7") in length for nominal 200 mm (8") round lenses, with a downward tilt between 3 degrees and 7 degrees. Plastic visors shall conform to the following: 1) Visors shall be either formed from sheet plastic or assembled from one or more injection, rotational or blow molded plastic sections. 2) Sections shall be joined using thermal, chemical or ultrasonic bonding or with aluminum rivets and washers permanently colored to match the visor. 3) Visors shall be of black homogeneous colored material with a lusterless finish. 4) Each visor shall be secured to its door in a manner that will prevent its removal or permanent deformation when the wind load specified in California Test 605 for plastic visors is applied to the side of the visor for 24 hours. 209-4.02 Directional Louvers. Where shown on the plans, directional louvers shall be furnished and installed in signal visors. Directional louvers shall be so constructed as to have a snug fit in the signal visors. The outside cylinder shall be constructed of 0.75 mm (0.030") nominal thickness, or thicker, sheet steel and the vanes shall be constructed of 0.4 mm (0.016") nominal thickness, or thicker, sheet steel or the cylinder and vanes shall be constructed of 5052-H32 aluminum alloy of equivalent thickness. Dimensions of louvers and arrangements of vanes shall be as shown on the plans. 209-4.03 Backplates. Where shown on the plans, backplates shall be furnished and installed on signal faces. Dimensions, materials and installation details shall be as shown on the plans. No background light shall show between the backplate and the signal face or between sections. Plastic backplates shall be supplied and either formed from sheet plastic or assembled from extruded, molded or cast sections. Sections shall be factory joined using (1) an appropriate solvent cement, (2) aluminum rivets and washers painted or permanently colored to match the backplate, or (3) No. 10 machine screws with washer, lock washer and nut, painted to match the backplate. Backplates 06/7/99 Contract No. 3602 Page 126 of 168 Pages shall be of black homogeneous colored material with a lusterless finish. Each plastic backplate shaH be secured to the plastic signal face in a manner that will prevent its removal or permanent deformation when the wind-load test is applied to either the front or the rear of the signal face. The permanent deformation of any portion of the backplate shall not exceed 5 degrees forward or backward after the wind loading has been applied for 24 hours. When a plastic backplate requires field assembly, it shall be joined with at least four No. 10 machine screws at each field assembled joint. Each machine screw shall· be provided with an integral or captive flat washer, a hexagonal head slotted for a standard screwdriver, and either (1) a locking nut with an integral or captive flat washer, or (2) a nut, flat washer and lockwasher. Machine screws, nuts and washers shall be stainless steel. Where a metal backplate consists of 2 or more sections, the sections shall be fastened with rivets or with aluminum bolts peened after assembly to prevent loosening. In lieu of the screws shown on the plans, plastic backplates may be fastened to the plastic signal face using self-threading No. 10 stainless steel screws. The screws shall have an integral or captive flat washer and a hexagon head slotted for a standard screwdriver, and shall be stainless steel. 209-4.04 Programmed Visibility Vehicle Signal Faces. Each programmed visibility signal face and the installation thereof shall conform to the provisions in Sections 209-4.01, "Vehicle Signal Faces," 209-4.03, "Backplates," and 209-4.06, "Signal Mounting Assemblies-," except that the provisions in Section 209-4.01A, "Optical Units,· shall not apply. Each programmed visibility signal section shall provide a nominal 300 mm (12") diameter circular or arrow indication. Color and arrow configuration shall conform to ITE Publication: ST-008B. Each section shall be provided with a cap visor. Each signal section shall be provided with an adjustable connection that permits incremental tilting from O to 10 degrees above or below the horizontal while maintaining a common vertical axis through couplers and mountings. Terminal connection shall permit external adjustment about the mounting axis in 5 degree increments. The signal shall be mountable with ordinary tools and capable of being serviced without tools. Adjustment shall be preset at 4 degrees below the horizontal, unless otherwise specified. The visibility of each programmed visibility signal face shall be capable of adjustment or programming within the face. When programmed, each signal face's indication shall be visible only in those areas or lanes to be controlled, except that during dusk and darkness a faint glow to each side will be permissible. Prior to programming, each signal section with a yellow indication shall provide a minimum luminous intensity of 2500 cd on the optical axis, and a maximum intensity of 100 cd at 15 degrees horizontal from the axis. Each signal section with a yellow indication shall be capable of having its visibility programmed to achieve the following luminous intensities: a minimum of 2500 cd on the optical axis, a maximum of 100 cd at from 0.5 to 2 degrees horizontal from the axis and a maximum of 10 cd at from 2 to 15 degrees horizontal from the axis. Under the same conditions, the intensities of the red indication and the green indication shall be at least 19 and 38 percent, respectively, of the yellow indication. Each signal face or each signal section shall include integral means for regulating its luminous intensity between limits in proportion to the individual background luminance. Lamp intensity shall not be less than 97 percent of uncontrolled intensity at 10 000 Ix, and shall reduce to 15 ±2 percent of maximum intensity at less than 10 Ix. The dimming device shall operate over an applied voltage range of 95 to 130 V, 60 Hz and a temperature range of -40°C to 74°C. The Contractor shall program the head as recommended by the manufacturer and as directed by the Engineer. 209-4.05 Pedestrian Signal Faces. Message symbols for pedestrian signal faces shall be white WALKING PERSON and Portland orange UPRAISED HAND conforming to the requirements of the Institute of Transportation Engineers Standards: "Pedestrian Traffic Control Signal Indications" and the "Manual on Uniform Traffic Control Devices." The height of each symbol shall be not less than 06/7/99 Contract No. 3602 Page 127 of 168 Pages 250 mm (10") and the width of each symbol shall be not less than 165 mm (61//). The luminance of the UPRAISED HAND symbol shall be 3750 cd/m2 (1,100 foot-lamberts), minimum, and the luminance of the WALKING PERSON symbol shall be 5300 cd/m 2 (1,550 foot-lamberts), minimum, when tested in accordance with California Test 606. The uniformity ratio of an illuminated symbol shall not exceed 4 to 1 between the highest luminance area and the lowest luminance area. The luminance difference between a nonilluminated symbol and the background around the symbol shall be less than 30 percent when viewed with the front screen in place and at a low sun angle. Brightness measurements for signals designed for an incandescent lamp will be made when the signal is equipped with an A-21 traffic signal lamp operated at a voltage to produce 665 lumens. Each housing, including the front screen, shall have maximum overall dimensions of 470 mm (181//) width, 483 mm (1'9") height and 292 mm (11 1/2") depth. All new pedestrian signal faces installed at any one intersection shall be the same make and type. Each pedestrian signal face shall be installed at the location and mounted in the manner shown on the plans. 209-4.0SA Types. Pedestrian signal faces shall be Type A and shall conform to the following: 209-4.05A(1) Type A. Each Type A signal shall consist of a housing, two-color message plate, a reflector assembly, 2 incandescent lamps with sockets and a front screen. Each message plate shall be one piece and shall be made 4.7 mm (3/16") tempered glass. The symbols shall be applied to the inside smooth surface of the message plate. Each reflector assembly shall consist of a double reflector or 2 single reflectors. Each reflector shall be made of either aluminum or plastic. All reflectors shall conform to the provisions in Institute of Traffic Engineers Publication: ST-0088, "Vehicle Traffic Control Signal Heads." Plastic reflectors shall consist of molded or vacuum-formed plastic with a vacuum-deposited aluminum reflecting surface. The plastic material shall not distort when the reflector is used with the lamp of the wattage normally furnished with the signal. In addition, the UL nonmechanical loading temperature of the material shall exceed, by at least 10°C, the maximum temperature in the signal section with the lamp "ON" and measured in an ambient air temperature of 25°C in accordance with UL Publication UL 7468. Each completed reflector shall, when operated with the appropriate lamp and lens, provjde the message brightness specified. 209-4.058 Front Screen. The front screen provided on each Type A signal shall have a 38 mm (1 1//) deep eggcrate or Z-crate type screen of 0.8 mm (0.03") nominal thickness polycarbonate. The screening shall be mounted in a frame constructed of 1.0 mm (0.04") minimum thickness polycarbonate. The screen shall be installed parallel to the face of the message plate and shall be held in place by the use of stainless steel screws. The front screen shall not fracture, separate at the welds, or compress more than 3 mm (1/8") when a 75 mm (3") diameter, 1.8-kg (4Ib.) steel ball is dropped onto the screen from a height of 1.2 m (4') above the screen. The screen will be lying in a horizontal position and supported on its edges for this test. The message plate will be removed from the pedestrian signal housing, when the pedestrian housing is used to support the front screen during the test, so there will be no back support for the screen. The screen and frame shall be fabricated from aluminum anodized flat black, or finished with lusterless black exterior grade latex paint formulated for application to properly prepared metal surfaces, or shall be fabricated from flat black plastic. Alternate methods of screening may be substituted for the above screens provided that the results are at least equal to those obtained with the above specified screens as determined by the Engineer. 209-4.0SC Housing. Pedestrian signal housings shall conform to the provisions in Section 209- 4.018, "Signal Sections." #It Q6/7/99 Contract No. 3602 Page 1 28 of 1 68 Pages . 209-4.0SE Finish. The exterior of each housing and visor and the interior of visors shall be painted in accordance with the provisions in Section 209-2.16, "Painting.· · 209-4.0SF Control. All pedestrian signals shall be capable of being controlled by the solid-state switching devices specified for traffic signal controller assemblies. 209-4.0SG Terminal Blocks. Each pedestrian signal face shall be provided with a light duty terminal block conforming to the provisions in Section 209-4.01C, "Electrical Components." All field wiring shall connect to this terminal block. 209-4.06 Signal Mounting Assemblies. Signal mounting assemblies shall consist of 40 mm (1 1/2") standard weight steel galvanized pipe conforming to the specifications of ASTM Designation: A 53, necessary fittings, slip-fitters and terminal compartments. Pipe fittings shall be ductile iron, galvanized steel, aluminum alloy Type AC-848 No. 380, or bronze. Mast arm slip-fitters ~hall be cast bronze or hot-dip galvanized ductile iron. Post top slip-fitters and terminal compartments shall be cast bronze, Type 356-TS aluminum or hot-dip galvanized ductile iron. After installation, any exposed threads of galvanized pipe brackets and all areas of the brackets damaged by wrench or vise jaws shall be cleaned with a wire brush and painted with 2 applications of approved unthinned zinc-rich primer (organic vehicle type) conforming to the requirements in Section 210, "Paint and Protective Coatings." Aerosol cans shall not be used. Each terminal compartment shall be fitted with a terminal block containing a minimum of 12 poles, each with 2 screw type terminals. Each terminal shall be designed to accommodate at least 5 No. 14 conductors. A cover shall be provided on the compartment to give ready access to the terminal block. Where used to bracket mount signals, the terminal compartment shall be designed to bolt securely to a pole or standard. The horizontal dimension of mounting assembly members between the vertical centerline of the terminal compartment or slip-fitter and the vertical centerline of each signal face, shall not exceed 280 mm (11 ·), except where required to provide proper signal face alignment or permit programming of programmed visibility signal faces or when otherwise directed by the Engineer. Each mounting assembly shall be oriented to provide maximum horizontal clearance to the adjacent roadway. All mounting assembly members shall be either plumb or level, symmetrically arranged and securely assembled. Construction shall be such as to permit all conductors to be concealed. Mounting assemblies shall be watertight and free of sharp edges or protrusions which might damage conductor insulation. · For post-top mounting of signals, a slip-fitter shall be used. Slip-fitter shall fit over a 115 mm (41/2") outside diameter pipe or tapered standard end. Each slip-fitter shall be provided with cadmium- plated steel set screws, arranged as shown on the plans. Each slip-fitter used to post-top mount signals with brackets shall be provided with an integral terminal compartment. Each mounting assembly shall be provided with positive locking, serrated fittings, which when mated with similar fittings on the signal faces shall prevent faces from rotating. Fittings shall permit fastening at in- crements of not more than 7 degrees. Signal faces shall not be installed at any intersection until all other signal equipment, including the complete controller assembly, is in place and ready for operation at that intersection, except that the signal faces may be mounted if they are not directed toward traffic or if they are covered. 209-4.07 Flashing Beacons. Each beacon shall consist of a single section traffic signal face, conforming to the provisions in Section 209-4.01, "Vehicle Signal Faces," with yellow or red lens as shown on the plans. The beacon flasher unit shall be independent of the intersection flasher unit. 209-4.07 A Backplates. Each beacon shall be provided with a backplate conforming to the requirements in Section 209-4.03, "Backplates." 06/7/99 Contract No. 3602 Page 1 29 of 168 Pages 209-4.078 Visors. Each beacon shall be provided with a full circle type visor conforming to the requirements in Section 209-4.01 D, "Visors." 209-4.07C Flashing Beacon Control Assembly. Each flashing beacon control assembly shall consist of switches, circuit breakers, terminal blocks, flasher, dimming relay, wiring and electrical components necessary to provide proper operation of the beacons, all housed in a single enclosure. 209-4.07C(1) Enclosure. The enclosure shall be NEMA Type 3R, and shall be provided with dead front panel and a hasp to permit padlocking of the cover. The padlock will be furnished by others. The enclosure shall be hot-dip galvanized or, at the option of the Contractor, shall be provided with a factory applied rust resistant prime coat and finish coat. 209-4.07C(2) Circuit Breakers and Switches. A 15-A circuit breaker shall be installed to control each ungrounded conductor entering the enclosure. A switch to permit manual operation of the sign lighting circuit shall be provided. Switches shall be of the single-hole-mounting toggle type, single- pole, single-throw, rated at 12 A, 120 V. Switches shall be furnished with an indicating nameplate reading "Auto -Test" and shall be connected in parallel with the load contacts of the photoelectric control circuit. A 15-A circuit breaker may be used in place of the toggle switch. 209-4.07C(3) Flasher. The flasher shall meet the requirements of Section 8, "Solid-State Flashers," of NEMA Standards Publication No. TS 1. The flasher shall be a solid-state device with no contact points or moving parts. The flasher shall provide 2 output circuits to permit alternate flashing of signal faces and shall be capable of carrying a minimum of 10 A per circuit at 120 V. 209-4.07C(4) Wiring. Conductors and wiring in the enclosure shall conform to the requirements in Section 209-3.04C, "Cabinet Wiring." 209-4.07C(5) Terminal Blocks. Terminal blocks shall be rated at 25 A, 600 V, shall be molded from phenolic or nylon material and shall be the barrier type with plated brass screw terminals and integral type marking strips. 209-4.07C(6) Dimming Relay. A heavy duty dimming relay shall be provided to reduce the voltage to the lamps at night. Heavy duty relays shall be designed for continuous duty. Relays shall operate during ambient temperatures from -18°C to 71°C (0° to 160°F). Each relay shall operate in the 8-pin Jones-type socket shown on the plans. Relays shall be provided with double-pole, double- throw contacts. Contact points shall be of fine silver, silver-alloy, or superior alternative material. Contact points and contact arms shall be capable of operation for 250,000 cycles with 20 A of tungsten load per contact at 120 V, 60 Hz AC. Coils shall have a power consumption of 10 V-A or less and shall be designed for continuous duty on 120 volts AC. Heavy duty relays shall be enclosed with a removable, clear plastic cover. 209-5 DETECTORS 209-5.01 Vehicle Detectors. Vehicle detectors shall be the type or types shown on the plans. All sensor units, control units, and amplifiers shall meet the requirements of California Test 675. The units shall not be affected by transient voltages when tested in accordance with California Test 667. After a power interruption the units shall return to normal operation within one minute. Each unit shall be provided with a light or meter, for each output circuit, to indicate when the detector is detecting a vehicle. Each detector shall operate over the range of voltages from 100 volts to 135 volts at 60 Hz. Circuitry shall be solid-state except relays with normally closed contacts may be ft "1611199 Contract No. 3602 Page 1 30 of 168 Pages used for the output circuit. Units shall be designed to provide ease of maintenance with easily accessible electronic components. Each detector shall provide vehicle detection without readjustment from -18°C to 71°C (0° to 160°F). Units shall use printed circuit boards designed to facilitate identification of components. This shall be done by either part identification markings or by providing a pictorial diagram showing physical location and identification of each component. Each printed circuit board shall have the following minimum quality requirements: NEMA FR-4 glass cloth base epoxy resin board, 1.5 mm (1/16") minimum thickness, organic solder masking and gold plated contacts. lntercomponent wiring shall be copper track with a minimum mass of 600 g/m2 (2 ozlft2). Printed circuit design shall be such that components may be removed and replaced without permanent damage to boards or tracks. Splices shall conform to the provisions in Section 209-2.09, "Wiring." 209-5.01A Inductive Loop Detectors. Inductive loop detectors shall conform to the following: 209-5.01A(1) General. The term "inductive loop detector" applies to a complete installation consisting of a loop or group of loops installed in the roadway, as shown on the plans, lead-in cable and a sensor unit with power supply installed in a controller cabinet. 209-5.01A(3) Sensor Unit Construction. "Card" type sensor units shall conform to the requirements in "Traffic Signal Control Equipment Specifications," issued by the State of California, Department of Transportation, and to all addendums thereto current at the time of project advertising. Shelf mounted sensor units shall conform to the requirements in Section 11 of the NEMA Standards Publication No. TS 1. Capacitors or inductors necessary for loop tuning shall not be mounted external to the sensor unit. 209-5.01A(4) Construction Materials. Conductor for each inductive loop detector shall be continuous and unspliced and shall conform to one of the following: 1) Type 1 loop wire shall be Type RHW-USE neoprene-jacketed or Type USE cross-linked polyethylene insulated, No. 12, stranded copper wire. The minimum insulation thickness at any point shall be 1.0 mm (40 mils). 2) Type 2 loop wire shall consist of a conductor inside of plastic tubing. The conductor shall be Type THWN or Type XHHW, No. 14, stranded copper wire. The tubing shall be polyethylene or vinyl, rated for use at 105°C, and shall be resistant to oil and gasoline. The tubing shall have a maximum outside diameter of 7 mm (0.27") and a minimum wall thickness of 0.71 mm (0.028"). The conductors shall not be spliced inside the tubing. Conductors for loop detector lead-in cable shall be 2 No. 16 (19 x 29) stranded tinned copper. Loop detector lead-in cable shall conform to the calculated cross sectional area of ASTM Designation: B 286, Table 1. The lead-in cable shall conform to one of the following: 1) Type B lead-in cable shall be insulated with 0.5 mm (20 mils) of high-density polyethylene. The conductors shall be twisted together with at least 6 turns per meter and the twisted pair shall be protected with a copper or aluminum polyester shield. A No. 20, minimum, copper drain wire shall be provided and connected to the equipment ground within the cabinet. The cable shall be provided with a high-density polyethylene or high-density polypropylene outer jacket with a nominal thickness of 0.8 mm (35 mils). An amorphous interior moisture penetration barrier of nonhydroscopic polyethylene or polypropylene fillers shall be provided. 2) Type C lead-in cable shall conform to International Municipal Signal Association (IMSA) Specification No. 50-2. A No. 20, minimum, copper drain wire shall be provided and connected to the equipment ground within the cabinet. 06/7/99 Contract No. 3602 Page 1 31 of 168 Pages 209-5.01A(5) Installation Details. Installation and tests shall conform to the details and notes shown on the plans. Unless shown otherwise each loop shall consist of 3 turns of conductor as specified in Section 209-5.01A(4), "Construction Materials." Slots cut in the pavement shall be washed clean, blown out and thoroughly dried before installing conductors. Residue resulting from slot cutting operations shall not be permitted to flow across shoulders or lanes occupied by public traffic and shall be removed from the pavement surface before any residue flows off of the pavement surface. Residue from slot cutting operations shall be disposed of outside the highway right of way in accordance with Section 7-8.1, "Cleanup and Dust Control." After conductors are installed in the slots cut in the pavement, the slots shall be filled with sealant to within 3 mm (1/8 ") of the pavement surface. The sealant shall be at least 25 mm (1") thick above the top conductor in the saw cut. Before setting, surplus sealant shall be removed from the adjacent road surfaces without the use of solvents. The sealant for filling slots shall conform to the requirements of Section 203-11 for one of the following: 1 . Elastomeric Sealant. 2. Asphaltic Emulsion Sealant 3. Hot-Melt Rubberized Asphalt Sealant. Loop conductors shall be installed without splices and shall terminate in the nearest pull box. The loops shall be joined in the pull box in combination of series and parallel so that optimum sensitivity is obtained at the sensor unit. Final splices between loops and lead-in cable shall not be made until the operation of the loops under actual traffic conditions is approved by the Engineer. All loop conductors for each direction of travel for the same phase of a traffic signal system, in the same pull box, shall be spliced to a detector lead-in cable which shall be run from the pull box adjacent to the loop detector to a sensor unit mounted in the controller cabinet. All loop conductors for traffic monitoring shall terminate in a pull box or terminal strip in the traffic monitor station cabinet when a cabinet of that type is installed. Conductors for inductive loop traffic signal and traffic monitoring installations shall be identified and banded, in pairs, by lane, in the pull box adjacent to the loops and near the termination of the conductors in the controller or traffic monitoring station cabinet. Bands shall conform to the provisions in Section 209-2.09, "Wiring." If asphalt concrete surfacing is to be placed, the loop conductors shall be installed prior to placing the uppermost layer of asphalt concrete. The conductors shall be installed, as shown on the plans, in the compacted layer of asphalt concrete immediately below the uppermost layer. Installation details shall be as shown on the plans, except the sealant shall fill the slot flush to the surface. 209-5.02 Pedestrian Push Button Assemblies. Where shown on the plans, pedestrian push button assemblies of substantial tamper-proof construction and signs shall be furnished and installed. The housing shall be either die-cast or permanent mold cast aluminum, or when specified shall be ultraviolet stabilized, self-extinguishing structural plastic. Plastic housings shall be black matching Color No. 17038, 27038 or 37038 of Federal Standard No. 5958, and shall be colored throughout. The assembly shall be rainproof and shall be shockproof in any weather condition. The pedestrian push button switch shall be a phenolic enclosed precision snap-acting type, single-pole, double-throw, switching unit, with screw type terminals, rated 15 A at 125 volts AC, and shall have the following characteristics: 1) Switching unit shall have a stainless steel plunger actuator and shall be provided with U- frame to permit recessed mounting in push button housing. 2) Switch shall have an operating force of 2.5 N (9 oz.) to 3.6 N (13 oz.) and a minimum release force of one newton (4 oz.). 3) Pretravel shall be 0.4 mm (1/64") maximum. 4) Overtravel shall be 6 mm (7/32") minimum. 06/7/99 Contract No. 3602 Page 1 32 of 168 Pages 5) Differential travel shall be 0.01 mm (0.0004") to 0.05 mm (0.002"). 6) Actuator shall have a minimum diameter of 50 mm (2"). Where a pedestrian push button is attached to a pole, the housing shall be shaped to fit the curvature of the pole and secured to provide a rigid installation. Saddles shall be provided to make a neat fit when required. Where a pedestrian push button is to be mounted on top of a Size 65 (21//) diameter post, the housing shall be provided with a slip-fitter fitting and screws for securing rigidly to the post. Pedestrian push button signs shall be porcelain enameled metal or structural plastic. Push button and sign shall be installed on the crosswalk side of the pole. Arrows on push button signs shall point in the same direction as the corresponding crosswalk. Where Type A push buttons are specified, each push button assembly shall be equipped with red and green indicator lamps. Lamps shall be so connected that, when the push button has been activated, the red lamp shall be energized and continue so until the next pedestrian walk interval, at which time the green lamp shall be energized in lieu of the red lamp. At the termination of the pedestrian walk interval, the lamps shall be de-energized until the next actuation of the push button. Lenses for the lamps shall have a visible diameter of approximately 32 mm (1 1/ /) and a length of approximately 22 mm (7/8"). On the Type A or Type B push button assembly, the sign shall attach to and be securely supported by the framework. With Type C pedestrian push buttons, the instruction sign shall be mounted, using 2 straps and saddle brackets, on the same standard as the push button assembly. Straps and saddle brackets shall be as shown on the plans and shall be-corrosion-resisting chromium nickel steel conforming to the specifications of ASTM Designation: A 167, Type 302. Theft-proof bolts shall be stainless steel with a chromium content of at least 17 percent and a nickel content of at least 8 percent. 209-6 LIGHTING 209-6.01 High Pressure Sodium Luminaires. High pressure sodium luminaires shall be the enclosed type with a horizontal burning lamp. Luminaires shall be the cutoff type. Each luminaire shall consist of a housing, a reflector, a retractor or a lens, a lamp socket, an integral ballast, a terminal strip and a lamp. Housings shall be fabricated from aluminum. Housings that are painted shall withstand a 1000-hour salt spray test as specified in ASTM Designation: B 117. All other metal parts of the housing shall be fabricated from metal at least equal in corrosion resistance and finish to the metal in the housing. Each housing shall be provided with a slip-fitter capable of mounting on a 50 mm (2") pipe tenon and of being adjusted 5 degrees from the axis of the tenon. The clamping brackets of the slip-fitter shall not bottom out on the housing bosses when adjusted within the ±5 degree range. No part of the slip-fitter mounting brackets on the luminaires shall develop a permanent set in excess of 0.5 mm (0.020") when the four 10 mm (3/8") diameter cap screws used for mounting are tightened to 13 N·m (10 ft/lbs.). All luminaires to be mounted on horizontal mast arms, when tested in accordance with California Test 611, shall be capable of withstanding cyclic loading in (G = Acceleration of Gravity): 1) A vertical plane at a minimum peak acceleration level of 3.0 G peak-to-peak sinusoidal loading (same as 1.5 G peak) with the internal ballast removed, for a minimum of 2 million cycles without failure of any luminaire parts. 2) A horizontal plane perpendicular to the direction of the mast arm at a minimum peak acceleration level of 1.5 G peak-to-peak sinusoidal loading (same as 0. 75-G peak) with the internal baiiast installed, for a minimum of 2 million cycles without failure of any luminaire parts. 3) A vertical plane at a minimum peak acceleration level of 1.0 G peak-to-peak sinusoidal loading (same as 0.5-G peak) with the internal ballast installed, for a minimum of 2 million cycles without failure of any luminaire parts. 06/7/99 Contract No. 3602 Page 133 of 168 Pages Each mast arm mounted luminaire may be furnished without a photoele~ric unit receptacle. If a photoelectric unit receptacle is included and the plans call for the omission of a photoelectric unit, a raintight shorting cap shall be installed. The surface of each reflector shall be specular and shall be protected by either an anodized finish or a silicate film. The reflector shall be shaped so that a minimum of light is reflected through the arc tube of the lamp. Each retractor or lens shall be mounted in a frame that is hinged to the housing and secured with a spring-loaded latch. Each retractor shall be made of glass or polycarbonate plastic. Each lens shall be made of heat and impact resistant glass. The optical system, consisting of the reflector, retractor or lens, lamp socket and lamp, shall be in a sealed chamber. Sealing shall be provided by a gasket between the reflector and retractor or lens and a gasket between the reflector and lamp socket. The chamber shall have provision for filtered flow of air in and out of the chamber due to lamp heat. Filtering shall be accomplished by either a separate filter or a filtering gasket. Each. lamp .socket shall be a porcelain enclosed mogul-multiple type. The shell shall contain integral lamp grips to assure electrical contact under conditions of normal vibration. The socket shall be mounted in the luminaire in a manner to permit pre-setting a variety of specified light distribution patterns. The socket shall be rated for 1500 W and 600 V, and shall be rated for a 4-kV pulse. When the components are mounted on a down-opening door, the door shall be hinged and secured to the luminaire housing separately from the retractor 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 retractor or flat lens frame is opened. Field wires connected to the luminaire shall terminate on a barrier type terminal block secured to the housing. The terminal screws shall be captive and equipped with wire grips for conductors up to No. 6. Each terminal position shall be clearly identified. The minimum light distribution for each luminaire shall be as shown on the isolux diagrams on the plans. The maximum brightness of each cutoff luminaire, with the lamp indicated, shall be as Table 209-6.01(A): Lamp ANSI Code No. S55 S66 S50 S67 S51 TABLE 209-6.01(A) Cutoff Type Luminaire Lamp Wattaae 150 200 250 310 400 Maximum Brightness (cd/m2) 'c' 140 140 175 210 260 Brightness readings will be taken using a brightness meter with an acceptance angle of 1.5 degrees. When measured on the 90-degree and 270-degree lateral angle line, the maximum brightness shall not exceed the above specified brightness when the meter is located at a horizontal distance of 37 m (120') and a vertical distance of 2.3 m (7.5') between the luminaire and the meter, or at an angle of 3 degrees 35 minutes from the horizontal to the line between the luminaire and the meter. Measurements shall be made from both the 90-degree line and the 270-degree line and averaged. The lamp used for each test shall be operated at the wattage necessary to produce a light output as shown in Table 209-6.01 (B): ft Q6/7/99 Contract No. 3602 Page 1 34 of 168 Pages ·- TABLE 209-6.01 (B) Lamp Wattage Versus Light Output Lumens Lamp Wattage 16 000 150 22 000 200 27 000 250 37 000 310 50000 400 209-6.01A High Pressure Sodium Lamp Ballasts. Each ballast shall be designed for the type, characteristics and wattage of the lamp it is to operate and it shall provide the proper starting and operating waveforms, voltage and current. Ballasts shall provide reliable lamp starting and operation at ambient temperature down to -30°C for the rated life of the lamp. Ballasts shall be designed for continuous operation at ambient air temperatures from -20°C to 25°C without reduction in ballast life. Ballasts shall have a design life of not less than 100,000 hours. Ballasts shall be designed to operate for at least 180 cycles of 12 hours on and 12 hours off, with the lamp circuit in an open or short-circuited condition and without measurable reduction in the operating requirements. Ballasts shall be tested in accordance with the requirements of ANSI C82.6-1980, "Methods of Measurement of High-Intensity-Discharge Lamp Ballasts." Starting aids for ballasts of a given lamp wattage shall be interchangeable between ballasts of the same wattage and manufacturer without adjustment. A Certificate of Compliance conforming to the provisions in Section 4-1.5, "Certification," shall be submitted by the manufacturer with each lot of integral ballast luminaires and with each lot of ballasts designed for use outside of luminaires. The certificate shall state that the lot of ballasts meets, in every respect, the above requirements and the lamp-ballast specifications of the lamp manufacturer. The input voltage for ballasts shall be as shown on the plans or as specified in these special provisions. Each integral ballast shall consist of separate components, each of which shall be capable of being easily replaced. A starting aid which is encapsulated will be considered as a single component. Each component shall be provided with screw terminals, NEMA tab connectors or a single multi-circuit connector. All conductor terminals shall be identified as to the component terminal to which they connect. Heat-generating components shall be mounted so as to use the portion of the luminaire upon which they are mounted as a heat sink. Capacitors shall be located as far as practicable from heat-generating components or shall be thermally shielded to limit the case temperature to 75°C. Transformers and inductors shall be resin-impregnated for protection against moisture. Capacitors, except those in starting aids, shall be metal cased and hermetically sealed. Ballasts to be located remote from the luminaire shall be the submersible type and shall conform to the requirements in Section 209-6.09C, "Submersible Type Transformers." All components, including starting aid, shall be enclosed in a single housing. Ballast leads shall extend a minimum of 300 mm (12") from the case. Steel housings shall be galvanized or painted. Ballast housings shall be clearly labeled to indicate lamp type, lamp wattage and input voltage. Ballasts for high-pressure sodium lamps shall have a ballast characteristic curve which will intersect both of the lamp-voltage limit lines between the wattage limit lines and remain between the wattage limit lines throughout the full range of lamp voltage. This requirement shall be met not only at the rated input voltage of the ballast, but also at the lowest and highest input voltage for which the ballast is rated. Throughout the lifetime of the lamp, the ballast curve shall fall within the specified limits of lamp voltage and wattage. Ballasts for luminaires to be mounted on mast arms, brackets or lowering assemblies shall be located within the luminaire housing. 06/7/99 Contract No. 3602 Page 135 of 168 Pages 209-6.01A(1) Regulator Type Ballasts. Regulator type ballasts shall conform to the following: 1) For nominal input voltage and lamp voltage, the ballast design center shall not vary more than 7.5 percent from rated lamp watts. 2) The ballast 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. 3) 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. Regulator type ballasts shall be lag-type or lead-type conforming to the following: 1) Lag-Type Regulator Ballasts -Each lag-type regulator ballast 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 operation: a) The power factor shall be not less than 90 percent throughout the life of the lamp at nominal line voltage with a nominally rated reference lamp. · b) Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 18 percent for ±10 percent input voltage variation. 2) Lead-Type Regulator Ballasts -Each lead-type regulator ballast (CWA-constant wattage auto-regulator) shall, when operated with the appropriate lamp, · have the following characteristics and shall maintain the following lamp operation: a) 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. b) 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. 209-6.01A(2) Autotransformer or Reactor Type Ballasts. Each nonregulating reactor, autotransformer, or high reactance ballast shall, when operated with the appropriate lamp, have the following characteristics and shall maintain the following lamp operations: 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 25 percent for ±5 percent input voltage variation. 3) For nominal input voltage and lamp voltage, the ballast design center shall not vary more than 7.5 percent from rated lamp watts. 4) The lamp current crest factor shall not exceed 1.8 for input voltage variation of ±5 percent at any lamp voltage from initial through life. 209-6.01 B High Pressure Sodium Lamps. High pressure sodium lamps shall conform to the ANSI Standard: C 78, "Lamp Specifications, Physical and Electrical Characteristics of High- Intensity-Discharge Lamps,· when tested in accordance with ANSI Standard: C 78.388, "Methods of Measurement of High Pressure Sodium Lamp Characteristics.• High-pressure sodium lamps shall have a minimum average rated life of 24,000 hours. 209-6.02 Mission Bell Luminaires. The contractor shall be responsible for furnishing and installing all components of the Mission Bell fixture and light standard in accordance to manufacturer's specifications and these special provisions. The Contractor's responsibility shall include, but is not limited to, mounting adaptor to mast arm, mounting bracket for use with photoelectric control and suspension method for conductors. Dissimilar metals shall not be used for mounting the Mission Bell to the fixture adapter (plumberizer). The 50 mm (2.) diameter close aluminum nipples used between the plumberizer and Mission Bell casting shall be fabricated from bar stock aluminum conforming to 06/7/99 Contract No. 3602 Page 1 36 of 1 68 Pages ASTM designation 6061-TS or 6063-T1 and shall be bored through along their central axis with a 25 mm (1 ") diameter hole to accommodate the lighting conductors. All aluminum incorporated in the fixture shall be clear anodized in accordance with Aluminum Association designation AA-M 12C22A41. The minimum anodic coating thickness shall be not less than 0.03 mm (1.0 mil). Mission Bell Luminaires shall conform to the requirements of section 209-6.01 of these special provisions except as noted in this section (209-6.02) and shall be Sierra Lighting catalog number MB-200-HPS-240-DBZ, General Electric catalog number BELL20S3AGMN3DB or approved equal. All Mission Bell Luminaires from any source shall be modified as specified herein. The Contractor shall submit shop drawings for the mounting design for approval by the Engineer prior to fabrication in accordance with Section 2-5.3 Shop Drawings. 209-6.03 Soffit and Wall Luminaires, and Lamps. Soffit and wall luminaires shall be of the type or types specified. Soffit and wall luminaires shall be weatherproof and corrosion resistant. Installation details and minimum light distribution shall be as shown on the plans. Each flush- mounted soffit luminaire shall consist of a metal body, a prismatic retractor mounted in a door frame, a prismatic glass or specular anodized aluminum reflector, a ballast, and a lamp socket. The body shall have provisions for anchoring in concrete and shall be provided with two Size 27, minimum, conduit hubs. The retractor shall be glass and shall be clearly identified as to "street side." The door frame assembly shall be hinged, gasketed and secured to the body by at least 3 machine screws. The ballast shall be located either within the housing or in a ceiling pull box as shown on the plans. Each pendant soffit luminaire shall be enclosed and gasketed, and shall be furnished with aluminum finish. The reflector shall have a specular anodized aluminum finish. The retractor shall be made of heat-resistant polycarbonate or glass. The optical assembly shall be hinged and latched for lamp access and shall be provided with a device to prevent dropping. Each pendant soffit luminaire shall be furnished with a ballast and with a galvanized metal box for mounting the luminaire. The ballast shall be designed for operation in a raintight enclosure. The box shall be provided with a gasketed cover with 2 captive screws and 2 chains to prevent dropping. Each wall-mounted luminaire sh~II consist of a cast metal body, a prismatic retractor mounted in a door frame, an aluminum reflector with a specular anodized finish, an integral ballast and a lamp socket. The retractor shall be glass. A gasket shall be provided between the retractor and the body of the fixture. Each luminaire shall be provided with at least two 8 mm (5/16") minimum diameter mounting bolts. Cast aluminum bodies, which are to be cast into or mounted against concrete, shall be given a thick application of alkali-resistant bituminous paint on all surfaces to be in contact with concrete. Unless otherwise specified, each soffit luminaire and each wall luminaire shall be furnished with a 70-W high-pressure sodium lamp, with a minimum average rated life of 24 000 hours. Each lamp socket shall be positioned to locate the light center of the lamp within 13 mm (1/2 ") of the light center location for which the luminaire is designed. Ballasts for soffit and wall luminaires shall be the autotransformer, reactor or regulator type conforming to the provisions in Section 209-6.01A, "High Pressure Sodium Lamp Ballasts." Ballasts for wall luminaires shall be located in the luminaire housing or, when shown on the plans, in a pull box adjacent to the luminaire. 209-6.04 Pedestrian Crossing Fixtures. Pedestrian crossing fixtures shall consist of fluorescent lighting fixtures for pedestrian undercrossings and for pedestrian overcrossings as shown on the plans. 209-6.05 Sign Lighting Fixtures-Mercury. Each mercury sign lighting fixture shall be designed for mounting near the bottom of the sign panel on an overhead sign structure. The fixture shall be of an enclosed design and shall be raintight and corrosion resistant. Each fixture shall consist of a ft ~6/7/99 Contract No. 3602 Page 137 of 168 Pages housing with door, a reflector, retractor or a flat lens, a lamp, a socket assembly, a ballast and a fuse block, and shall conform to the following: 1) Housing -The housing shall have a door designed to hold a retractor or flat lens. Housings and doors shall be fabricated of sheet or cast aluminum. Sheet aluminum shall conform to the requirements of ASTM Designation: B 209 or B 209M for 5052-H32 aluminum sheet. Painting is not required. All external bolts, screws, hinges, hinge pins and door closure devices shall be of material which will not corrode in normal use. The housing shall be provided with holes to permit condensed water to drain. The door shall be hinged to the housing on the side of the fixture away from the sign panel and shall be provided with two captive latch bolts or other latching device. The door shall be provided with means to allow the door to be locked in the open position (50 degrees, minimum from the plane of the door opening) with a wind of 11 0 km/h (70 mph) striking the door from either side. The juncture of the door and the housing shall be gasketed to provide a raintight and dusttight joint. The thickness of the gasket shall be 6 mm (0.25"), minimum. The maximum height of the fixture shall be 300 mm (12") above the top of the mounting rails. When the fixture is mounted on the mounting channels without a mounting plate, 4 holes of 11 mm (7/16") diameter shall be provided. The distance between the front and back holes shall be 165 mm (61//). 2) Reflector -The reflector shall be one piece and shall be made from specularly finished aluminum protected with an electrochemically applied anodized finish or a chemically applied silicate film. The reflector shall be designed so that water deposited on it due to condensation will drain away. The reflector shall be secured to the housing with a minimum of two screws and shall be removable without removing any fixture parts. No reflectors shall be attached to the outside of the housing. 3) Retractor -Refractors shall be made from borosilicate heat resistant glass. When a flat lens is used, the lens shall be made from heat resistant glass. The retractor shall be so designed or shielded that no fixture luminance is visible when the fixture is approached directly from the rear and the viewing level is the bottom of the fixture. When a shield is used it shall be an integral part of the door casting. 4) Lamp -Each fixture shall be furnished with a 175-W mercury lamp conforming to ANSI C78.386-1989, Code: H39KC-175/DX. Lamps shall have a minimum average rated life of 16 000 hours. 5) Lamp Socket -The lamp socket shall be a porcelain enclosed mogul type. The shell shall contain integral lamp grips to assure electrical contact under conditions of normal vibration. The center contact shall be spring-loaded. Shell and center contact shall be nickel plated brass. The socket shall be rated for 1500 Wand 600 V. 6) Ballast -The ballast for each mercury sign fixture shall be designed for the characteristics and wattage of the lamp and it shall provide the proper starting voltage and operating wave- forms, voltage and current. Ballasts shall provide reliable lamp starting and operation at ambient temperatures down to -25°C for the rated life of the lamp. Ballasts shall be designed for continuous operation at ambient air temperatures from -20°C to 25°C without reduction in ballast life. Ballasts shall have a design life of not less than 100 000 hours. Ballasts shall be tested in accordance with the requirement of ANSI Standard C82.6-1980, "Methods of Measurement of High-Intensity-Discharge Lamp Ballasts." A Certificate of Compliance conforming to the provisions in Section 4-1.5, "Certification," shall be submitted by the manufacturer with each lot of sign lighting fixtures. The certificate shall state that the ballasts meet, in every respect, the above requirements and the lamp ballast specifications of the lamp manufacturer. 06/7/99 Contract No. 3602 Page 1 38 of 168 Pages Ballasts consisting of separate components shall conform to the following: 1) Each component shall be capable of being easily replaced. Each component shall be provided with screw terminals, NEMA tab connect or a single multi-circuit connector. All conductor terminals shall be identified as to the component terminal to which they connect. 2) Heat-generating components shall be mounted so as to use the portion of the sign lighting fixture upon which they are mounted as a heat sink. Capacitors shall be located as far as practicable from heat-generating components or shall be thermally shielded to limit the case temperature to 75°C. 3) Transformers and inductors shall be resin-impregnated for protection against moisture. Capacitors shall be metal cased and hermetically sealed. 4) Ballasts for mercury sign lighting fixtures shall be normal power factor reactor type or autotransformer regulator type (CWA-constant wattage autotransformer). 5) Reactor Type Ballasts -Each reactor type ballast shall, when operated with the mercury lamp, have the following characteristics and shall maintain the following lamp operati(?n: a) The power factor shall be not less than 50 percent. b) The lamp wattage shall not vary by more than a ±10 percent for a ±5 percent input voltage variation. . c) The lamp current crest factor shall not exceed 1.5 at rated input voltage. d) Ballast losses shall not exceed 25 W. 6) Autotransformer Regulator Ballasts -Each autotransformer regulator type ballast shall, when operated with the mercury lamp, have the following characteristics and shall maintain the following lamp operation: a) The power factor shall be not less than 90 percent. b) The lamp wattage shall not vary by more than a ±7 percent for a ±10 percent input voltage variation. c) The lamp current crest factor shall not exceed 1. 7 at rated input voltage. d) Ballast losses shall not exceed 40 W. 7) Fuse Block -Each fixture shall be provided with a barrier type fuse block for terminating field connections. The block shall be secured to the housing and shall be accessible without removal of any fixture parts. The block shall be mounted to leave a minimum of 13 mm (0.5") air space from the sidewalls of the housing. The block shall be designed for easy removal of fuses with fuse puller, shall be rated at 600 volts and shall have box terminals. Fuses shall be 10 mm (13/32") diameter, 38 mm (1 1/2"} long ferrule type and shall be UL or ETL listed. For 120-volt input fixtures, only the ungrounded conductor shall be fused and a solid link shall be provided between the neutral and the ballasts. 8) Wire Guard -When shown on the plans, each sign lighting fixture shall be provided with a wire guard to prevent damage to the refractor or lens. The guard shall be constructed of 6.5 mm (0.2625") (minimum) diameter steel wire and shall be either hot-dip galvanized or provided with an electroplated zinc coating conforming to ASTM Designation: B 633, Service Condition SC4 with a clear chromate dip treatment. Guard elements shall be spaced so as to prevent rocks in excess of 40 mm (1 1//) in diameter from passing through. When the fixture is located so that the light center of the lamp is 1.4 m (56") in front of, 300 mm (12") below, and centered on a 3 m (10') high by 6 m (20') wide sign panel, the ratio of the maximum to minimum illuminance level on the panel shall not exceed 12 to 1 in 95 percent of the points measured. In addition, the illuminance gradient shall not exceed 2 to 1. llluminance gradient is defined as the ratio of the minimum illuminance on any 300 mm (12") square of panel to that on any adjacent 300 mm (12") square of panel. The minimum horizontal tux requirements shall conform to the "lsolux Diagrams" shown on the plans. Each fixture shall be furnished with a mounting assembly that will permit the fixture to be mounted on the continuous slot channels shown 06/7/99 Contract No. 3602 Page 1 39 of 1 68 Pages on the plans. The mounting assembly shall be either cast aluminum, hot-dip galvanized steel plate or steel plate that has been galvanized and finished with a polymeric coating system. 209-6.06 Sign Lighting Fixtures -Incandescent Each sign lighting fixture for an incandescent lamp shall be of the type shown on the plans or as specified in these special provisions. Sign lighting fixtures shall be UL or ETL listed for outdoor installation. The fixture shall consist of a hood with side outlet tapped for conduit and a symmetrical 250 mm (10") steel reflector. Fixture shall be rated at 150 W minimum. The reflector shall have a white porcelain enamel finish. The fixture shall have a medium base socket. 209-6.065 Internally Illuminated Street Name Signs. Internally illuminated street name signs shall conform to the details shown on the plans. The general design of signs shall be as shown on the plans. Minor details of construction shown are typical and may be modified subject to approval by the Engineer. The sign fixture shall be designed and constructed to prevent deformation or failure when subjected to 113 km/h (70mph) wind loads as set forth in the AASHTO publication, "Standard Specifications for Structural Supports of Highway Signs, Luminaires and Traffic Signals," and amendments thereto. The sign panels shall not deform or warp under a 113 km/h (70 mph) wind loading. A Certificate of Compliance conforming to the provisions in Section 4-1.5, "Certification," shall be submitted by the manufacturer with each lot of internally illuminated street name signs. The certificate shall state that the internally illuminated street name signs meets the wind load requirements as described above. All material used in fabrication shall be new. If not covered herein, both the material and workmanship shall be of the best quality consistent with the intended purpose. All ferrous parts shall be galvanized or cadmium plated, unless otherwise specified herein or shown otherwise on the plans. Signs shall be Type A or Type B. Additionally all Internally Illuminated Street Name Signs shall conform to the following requirements: 1) Housing -The top and bottom shall be formed or extruded aluminum and shall be attached to formed or cast aluminum end fittings. The design shall provide continuous sealing between top and bottom assemblies and the end fittings. The housing shall be rigidly constructed to resist torsional twist and warp. Provisions shall be made for ease of maintenance of all components. The opening or removal of one panel shall permit access to the interior of the sign and allow for replacement of lamps, ballasts and fuses. Photoelectric unit sockets will not be allowed. On Type A signs, both sides shall be hinged at the top to permit installation or removal of the sign panels, and to permit access to the interior of the sign. On Type B signs, the sign panels shall be slide-mounted into the housing. 2) Reflectors -At the option of the Contractor, reflectors may be used to provide the required sign brightness. Reflectors, if used, shall be formed aluminum with acrylic baked white enamel surface having a minimum reflectance of 0.85. 3) Sign Panels -The sign panels shall be slide-mounted or rigid mounted in a frame, with white legend, symbols, arrows, and border on each face, as shown on the plans. The background shall be green. The entire surface of the sign panel shall be evenly illuminated. The average of brightness readings for the letters shall be 500 cd/m2 (150 foot-lamberts), minimum. The light transmission factor of the sign panel shall provide a letter to background brightness ratio of between 10 to 1 and 20 to 1. The luminance of the background shall not vary by more than 40 percent from the average of background brightness reading. The luminance of the letters, symbols and arrows shall not vary by more than 20 percent from the average brightness reading of letters, symbols and arrows. The sign panels shall be translucent panels of high impact resistant plastic of one of the following types: a) Glass fiber reinforced acrylated resin. b) Polycarbonate resin. c) Cellulose acetate butyrate plastic. 06/7/99 Contract No. 3602 Page 140 of 168 Pages d) Paint on the outside of the plastic shall be protected by a plastic film which shall seal the front surface of the panel and filter out ultraviolet radiation. Paint shall be acrylic plastic type. e) All surfaces shall be free of blemishes in the plastic or coating that may impair the serviceability or detract from the general appearance and color matching of the sign. f) The white or green color shall not fade or darken when the sign is exposed to an accelerated test of ultraviolet light which is equivalent to 2 years of outdoor exposure. The green color of the sign, when not illuminated, shall conform to Color No. 14109 of Federal Standard 5958. g) The sign panels shall not crack or shatter when a 25.4 mm (1 ") diameter, steel ball with a mass of 67 grams is dropped from a height of 2.6 m (8.5') above the sign panel to any point of the sign panel. The panels shall be lying in a horizontal position and supported within their frame for this test. 4) Gaskets -On Type A signs, gaskets shall be installed between the sign panel frame and the fixture housing to prevent the entrance of water between the frame and the fixture housing. Gaskets shall be uniform and even textured and shall be the closed cell, sponge neoprene type, designed for use at temperatures between -20°C and + 70°C. Gaskets shall be neatly applied to thoroughly degreased, clean surfaces with a suitable heat-resistant adhesive which will not allow the gaskets to slip at temperatures between -20°C and + 70°C. 5) Ballasts -Ballasts shall be of the high power factor type and shall be capable of starting the lamps at -20°c and above. Ballasts for Type A signs shall be rated at 200 mA. Ballasts for Type B signs shall be rated at 430 mA. Ballasts shall be listed by UL or ETL for operation on 110 to 125 V, 60 Hz circuits, and shall conform to the requirements of ANSI Standard: C 82.1 and ANSI Standard: C 82.2. A separate ballast shall be provided for each lamp. 6) Lamp holders -Lamp holders shall be listed by UL or ETL for outdoor use, shall be provided with silver coated contacts and waterproofed entrance leads for use with a rapid- start fluorescent lamp. Removal of the lamp from the socket shall de-energize the primary of the ballast. Each lamp hplder shall be provided with a heat-resistant, circular cross section, partially recessed neoprene ring to seal against the lamp ends and protect electrical contacts from moisture and dirt or other injurious elements. One lamp holder for each lamp shall be of the spring-loaded type. The distance between the face of the lamp holders for each lamp shall provids a compression of at least 2.5 mm (0.1 O") on the spring-type lamp holder when the lamp is in place. The lamp shall have positive mechanical and electrical contact when the lamp is in place. The socket on the spring-type lamp holder shall have sufficient travel to permit installation of the lamp. Springs for lamp holders shall not be part of the current carrying circuit. Lamp holders shall match lamp requirements and shall not increase cathode filament circuit resistance by more than 0.1 O-n. 7) Lamps -Lamps shall be of the types shown on the plans and shall meet the requirements of ANSI Standard: C 78. 8) Terminal Blocks -All wiring connections in the fixture shall be terminated on molded, phenolic, barrier type, terminal blocks rated at 15 A, 1000 V, and shall have integral type, white, waterproof marking strips. All current carrying parts of the terminal block shall be insulated from the fixture with integral plugs or strips to provide an insulating value in excess of the line-to-ground flashover voltage. If the Contractor elects to use sectionalized terminal blocks, each section shall be provided with an integral barrier on each side and shall be capable of rigid mounting and alignment. Terminal screws shall be size No. 10, minimum. 9) Fuses - Fuses shall be Type 3AG, miniature, slow blowing type with appropriate current and voltage ratings. Fuseholder shall be a panel-mounting type with threaded or bayonet type knob which grips the fuse tightly for extraction. A separate fuse shall be provided for each ballast. 06/7/99 Contract No. 3602 Page 141 of 168 Pages 1 O) Weep Holes -Screened weep holes shall be-provided at strategic locations in all members subject to the collection of moisture. Weep holes shall be shielded to prevent light leakage from the fixture. 11) Fasteners -All fasteners, screws, and hardware shall be of passive stainless steel (Type 302 or 304) or aluminum Type 6060-T6. 12) Mounting Assemblies -The top of the fixture housing shall have 2 free-swinging mounting brackets. Each of the brackets shall be adjustable vertically for leveling the sign to either a straight or curved mast arm. The bracket assembly shall permit the fixture to swing perpendicular to the sign panel. Hinge pins for the free-swinging brackets shall have a minimum diameter of 6 mm (0.25n). At least 4.6 m (15') clearance shall be provided between the bottom of the fixture and the roadway. 13) Message -The message, as shown on the plans, shall be displayed on both sign panels. If not shown on the plans, the message, and the size of symbols or arrows will be furnished by the Engineer at the request of the Contractor. Unless shown otherwise, letters shall be 200 mm (8") upper case and 150 mm (6") lower case, Series E. 14) Mass -The total mass of the complete sign assembly, including lamps, ballasts, mounting brackets and appurtenances shall not exceed 30 kg. 15) Conductors -All fixture conductors shall be UL or ETL listed appliance wiring material (AWM) stranded copper wire with 0.7 mm (28 mils), minimum, thermoplastic insulation, rated at 1000 volts and rated for use at 90°C. Conductors shall be No. 16, minimum, and shall match the color coding of the ballast leads. The size of conductors from the sign disconnect to the f~se block shall be as shown on the plans. All conductors within the fixture shall be secured with easily removable spring cross straps (not clamped) in the chassis or fixture. Straps shall be installed not more than 300 mm (12") apart. Stranded copper conductors connected to screw type terminals shall terminate in approved crimp type ring connectors. Splices will not be permitted within the fixture unless approved in writing by the Engineer. 16) Equipment List and Drawings -Within 15 days following approval of contract, the Contractor shall submit 3 sets of shop drawings and a list of equipment and materials he proposes to install, as specified in Section 2-5, "Plans and Specifications. n The shop drawings shall show the message for each sign and shall include the size of letters, symbols or arrows, as shown on the plans or as furnished by the Engineer. The list of equipment shall include the name of the manufacturer of all materials and sufficient detail to identify the materials. If requested, the Contractor shall supply, without cost to the Agency, sufficient samples of materials to be used in the fabrication of the.sign, or a complete sign assembly, to permit adequate testing and evaluation of conformance to the specified requirements. 209-6.07 Photoelectric Controls. Photoelectric controls, as specified in these special provisions or as shown on the plans, shall be capable of switching multiple lighting systems directly. Type IV photoelectric control shall be used unless otherwise shown on the plans or required by these special provisions and shall be installed in a receptacle integral with the luminaire. 1) Type I photoelectric control shall consist of a remote photoelectric unit and a test switch housed in an enclosure. 2) Type 11 photoelectric control shall consist of a remote photoelectric unit, a separate contactor located in a service equipment enclosure, and a test switch located in the service equipment enclosure unless shown otherwise. 3) Type Ill photoelectric control shall consist of a remote photoelectric unit, and a separate contactor and a test switch housed in an enclosure. 4) Type IV photoelectric control shall consist of a photoelectric unit which plugs into an EEI-NEMA twist lock. 06/7/99 Contract No. 3602 Page 142 of 168 Pages 209·6.07 A Types. The types of photoelectric controls shall be as follows: 1) Receptacle integral with the luminaire. 2) Type V photoelectric control shall consist of a photoelectric unit, contactor and test switch located in a service equipment enclosure. 3) A switch to permit manual operation of the lighting circuit shall be provided for each Type I, Type 11, Type 111, and Type V photoelectric control. Switches shall be of the single-hole mounting toggle type, single-pole, single-throw, rated at 12 A and a voltage rating to match the circuit. Switches st:iall be furnished with an indicating nameplate reading "Auto-Test" and shall be connected in parallel with the load contacts of the photoelectric unit. Test switch shall not have an "OFF" position. 4) Photoelectric units for Types I, II and Ill photoelectric controls, shall be pole-top mounted unless otherwise specified. 209-6.07B Equipment Details. Equipment details shall conform to the following: 209·6.078(1) Photoelectric Unit. The photoelectric unit shall provide an output in response to changing light levels. Components of the unit shall not require periodic replacement. Units shall have a "turn-on" between 10 and 50 lux (one and 5 footcandles) and a "turn-off' at between 1.5 and 5 times "turn-on." Measurements shall be by the procedures set forth in EEI-NEMA Standards for Physical and Electrical Interchangeability of Light-Sensitive Control Devices Used in the Control of Roadway Lighting. Photoelectric controls, except Type IV and Type V, shall be furnished with a 100 mm (4") minimum inside diameter pole-top mounting adaptor containing a terminal block and with cable supports or clamps to support pole wires. The photoelectric unit receptacle shall be the EEI- NEMA type. Mounting brackets shall be used where pole-top mounting is not possible. Photoelectric controls shall be installed at the locations shown on the plans and oriented as directed by the Engineer. For switching 480 V, 60 Hz circuits, a 100 VA, minimum, 480/120-volt transformer shall be installed in the contactor enclosure to provide 120 volts for the photoelectric control unit. Where more than one photoelectric unit is to be installed at the same location, a single transformer, with a volt-ampere rating capable of handling the total controlled load, may be used. Photoelectric units shall be screened to prevent artificial light from causing cycling. The photoelectric unit shall also conform to the following: 1) The supply voltage rating shall be 60 Hz, 105-130 V, 210-240 V, or 105-240 V, as specified. 2) The load rating shall be 800 W minimum, incandescent, mercury or fluorescent. 3) The operatii,g temperature range shall be from -29°C to 65°C. 4) The power consumption shall be less than 1 O W. 5) The unit shall be housed in a weatherproof enclosure. 6) The base of the unit shall be provided with a 3-prong, EEI-NEMA standard, twist-lock plug mounting. 7) Units shall be provided with a "fail-on" feature. 209..S.078(2) Contactor. The contactor shall have contacts rated to switch the specified lighting load and shall be normally open, unless otherwise specified. The contactor shall be either the mechanical armature type or the mercury displacement type. The contacts of the mechanical armature type contactor shall be either fine silver, silver alloy, or superior alternative material. The contactor shall have a minimum rating of 30 A, per contact, inductive load. 209..S.078(3) Contactor and Test Switch Housing. The enclosure for Type I and Type Ill photoelectric controls shall be NEMA Type 3R. The enclosure shall be provided with a factory applied rust resistant prime coat and finish coat. Two applications of paint to match the color of the standard shall be applied as specified in Section 209-2.16, "Painting." The enclosure may be hot- 06/7/99 Contract No. 3602 Page 143 of 168 Pages dip galvanized in lieu of painting. A minimum of 65 mm (2112·) shall be provided between contactor terminals and end of enclosure for wiring connections. The enclosure shall be mounted on the same standard as the photoelectric unit at a height of approximately 1.8 m (6') above the base. 209-6.078(4) Wiring. Conductors between the photoelectric unit and an external contactor shall be No. 14 and shall be run inside the lighting standard, or in conduit, unless otherwise shown on the plans. 209-6.078(5) Terminal Blocks. Terminal blocks shall be rated at 25 A, 600 V, shall be molded from phenolic or nylon material and shall be the barrier type with plated brass screw terminals and integral type marking strips. 209-6.09 Transformers. Multiple to multiple and series to multiple transformers shall be of the single-phase, dry type designed for operation on a 60 Hz supply. 209-6.09A Electrical Requirements. Transformer ratings shall be 120/480 volts, 240/480 volts or 480/120 volts for multiple to multiple units and 6.6 A/120 volts or 6.6 A/480 volts for series to multiple units or other ratings as shown on the plans. Secondary 480-volt windings shall be center tapped. Volt-ampere ratings shall be as shown on the plans. Transformer efficiency shall exceed 95 percent for multiple to multiple units and 80 percent for series to multiple units. Secondary voltage regulation and tolerance shall be ±3 percent from half load to full load for multiple to multiple units and +10 percent (maximum) at no load to ±3 percent at full load for series to multiple units. . Transformers shall have a decal showing a connection diagram. The diagram shall show either color coding or tagging of wires with primary (H1, H2) or secondary (X1, X2) markers, and shall also show the primary and secondary voltage and volt-ampere rating. 209-6.098 Physical Requirements. External leads for multiple to multiple and series to multiple secondary connections shall be Type USE, No. 10, rated 600 volts AC. Primary conductors for series to multiple transformers shall be rated for use on 5000-volt AC circuits. Transformer leads shall extend a minimum of 300 mm (12") from the case. Transformer insulation shall be NEMA 185°C or better. Series to multiple transformers shall withstand the application of 12 000 volts AC from core to primary coil and from coil to coil for a one minute period. Series to multiple transformer secondaries and multiple to multiple transformers shall withstand the application of 2200 volts AC from core to coils and, for multiple units only, from coil to coil for a one minute period. The above tests shall be made immediately after operation of the transformer at full load for 24 hours. Non- submersible transformers shall be provided with metal half-shell coil protection, shall have moisture resistant, synthetic varnish impregnated windings and shall be suitable for outdoor operation in a raintight enclosure. Each transformer to be installed in a pull box shall be the submersible type and shall be provided with a handle and a hanger. 209-6.09C Submersible Type Transformers. Submersible type transformers shall be securely encased in a rugged corrosion resistant, watertight case and shall withstand a 5-day test submerged in 600 mm (2') of salt water (2 percent salt by mass) with 12-hour on and off periods. The operating periods shall be at full load. Leads of submersible transformers shall be brought out through one or more sealed hubs and shall be secured in a manner which will withstand a 450-N (100 lb) static pull without loosening or leaking. ft ""6/7/99 Contract No. 3602 Page 144 of 1 68 Pages ... 209-7 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT 209-7.01 Removing Electrical Equipment Attention is directed to Section 7-9, "Protection and Restoration of Existing Improvements." Existing electrical equipment shown on the plans or specified in these special provisions to be removed and not reused or salvaged, and pull boxes, conduit and detector frames not reused, shall become the property of the Contractor and shall be removed from the street right of way in accordance with the provisions in 300-1, "Clearing and Grubbing," except, if not interfering with other construction, underground conduit may be abandoned in place after all conductors have been removed. Care shall be exercised in salvaging equipment so that it will not be damaged or destroyed and will remain in its existing condition whenever possible. Mast arms shall be removed from standards. Luminaires, signal heads, and signal mounting assemblies shall be removed from standards and mast arms. Attention is directed to the provisions in Section 7-9, "Protection and Restoration of Existing Improvements" and 300-1.2, "Preservation of Property." The Contractor will be required to repair or replace, at the Contractor's expense, any electrical equipment to be salvaged which, as determined by the Engineer, has been damaged or destroyed by reason of the Contractor's operations. Attention is directed to the provisions in Section 209-2.03, "Foundations," regarding foundations to be abandoned or removed. Holes resulting from removing pull boxes and detector frames shall be filled with material equivalent to the surrounding material. 209-7.02 Reinstalling Removed Electrical Equipment When removed electrical equipment is to be reinstalled, the Contractor shall furnish and install all necessary materials and equipment, including signal mounting assemblies, anchor bolts, nuts, washers and concrete as required to complete the new installation. All traffic signal and flashing beacon faces to be reinstalled or to be part of a modified system shall be cleaned and relamped. All luminaires and sign lighting fixtures to be reinstalled shall be cleaned and relamped. Existing materials required to be relocated and found to be unsatisfactory by the Engineer shall be replaced by new material and the cost therefor will be paid for as extra work as provided in Section 3-3, "Extra Work." 209-8 PAYMENT 209-8.01 Payment. The contract lump sum price or prices paid for signal, flashing beacon, lighting, sign illumination, traffic monitoring station, closed circuit television systems, or combinations thereof; for modifying or removing those systems; for temporary systems; or the lump sum or unit prices paid for various units of those systems; or the lump sum or per meter price paid for conduit of the various sizes, types and installation methods listed in the Engineer's Estimate shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing, modifying, or removing the systems, combinations or units thereof, as shown on the plans, as specified in these special provisions, and as directed by the Engineer, including any necessary pull boxes (except when the type required is shown as a separate contract item); excavation and backfill; concrete foundations (except when shown as a separate contract item); pedestrian barricades; furnishing and installing illuminated street name signs; installing Agency-furnished sign panels on pedestrian barricades, on flashing beacon standards, and on traffic signal mast arms; restoring sidewalk, pavement and appurtenances damaged or destroyed during construction; salvaging existing materials; and making all required tests. Full compensation for all additional materials and labor, not shown on the plans or specified, which are necessary to complete the installation of the various systems, shall be considered as included in the prices paid for the systems, or units thereof, and no additional compensation will be allowed 06/7/99 Contract No. 3602 Page 145 of 168 Pages therefor, except as provided in Section 209-1.05, ·Maintaining Existing and Temporary Electrical Systems." When shown as a contract item, the contract price paid per meter for cast-in-drilled-hole concrete pile (signal foundation) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in constructing reinforced concrete pile foundations of the size shown on the Engineer's Estimate, including drilling holes, disposing of the material resulting from drilling holes, furnishing and placing anchor bolt assemblies and rein- forcing steel, complete in place, as shown on the plans, and as specified in these special provisions and as directed by the Engineer. When shown as a contract item, non-reinforced portland cement concrete foundations will be measured and paid for in the manner as provided in Section 303-1.11, "Payment." When shown as a separate contract item by the lump sum or per bid item linear measurement, interconnection conduit and conductor shall include all interconnection conductors, but shall only include conduit and pull boxes containing interconnection conductors and no other conduc,ors. The quantity of interconnection conduit and conductor to be paid for by the lump sum bid or the bid item linear measurement shall be the length of that conduit. Compensation for conduit containing in- terconnection conductors and other conductors shall be considered as included in the contract price paid for the item requiring the other conductors. Full compensation for furnishing, installing, maintaining and removing falsewotk lighting equipment shall be considered as included in the contract prices paid for the items of work involved in the structure which requires the falsework lighting and no additional compensation will be allowed therefor. SECTION 210 -PAINT AND PROTECTIVE COATINGS 210-1 PAINT. 210-1.5 Paint Systems. Add the following to Table 210-1.S(A). Temporary Railing type (K) TABLE 210-1.5 (A) Abrasive Blast Cleaning to a None Roughened, Textured Appearance Two coats white Acrylic Emulsion Paint <1> (1) acrylic emulsion paint designed for use on exterior masonry. This paint shall comply in all respects to Fed- eral Specification TT-P-19 (latest revision), Paint, Acrylic Emulsion, Exterior. This paint may be tinted by using "universal" or "all purpose" concentrates. 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follows: Paint for traffic lane lines, tum pocket lines, edge lines, channelizing lines, bike lane lines, chevrons, and curbs shall be rapid dry water borne conforming to CAL TRANS Specification No. 8010-910-30. Paint for pavement legends, pavement symbols; pavement arrows, cross walks, parking stall markings and stop bars shall be alkyd thermoplastic conforming to CAL TRANS Specification No. 8010-21C-19. Glass beads shall be applied to the surface of the rapid dry water borne paint and the molten thermoplastic material shall conform to the requirements of CAL TRANS Specification No. 8010-21C-22 (Type II). CAL TRANS Specifications for water borne paint, thermoplastic material and glass beads may be obtained from the CAL TRANS Transportation Laboratory, P.O. Box 19128, Sacramento, CA 95819, telephone number (916) 227-7000. 06/7/99 Contract No. 3602 Page 146 of 1 68 Pages Add the following section. 210-1.8 Preformed Thermoplastic Pavement Markings. Preformed Thermoplastic Pavement Markings shall be Premark brand manufactured by Flint Trading Company 115 Todd Court, Thomasville, NC 27360, Premark 20/20 Flex brand manufactured by Flint Trading Company 115 Todd Court, Thomasville, NC 27360, Pavemark brand manufactured by Stimsonite Corporation, 6565 West Howard Street, Niles, IL 60714 or approved equal. 210-3 GALVANIZING. Add the following section: 210-3.6 Galvanizing for Traffic Signal Facilities. The requirements of this section shall pertain only to the preparation and galvanizing of traffic signal facilities. Galvanizing of products fabricated from rolled, pressed and forged steel shapes, plates, bars and strip 3.2 mm (1/8 ") thick or thicker, shall conform to the specifications of ASTM Designation: A 123, except that complete seal welding of tightly contacting surfaces of these products prior to galvanizing is required only where seal welding is shown on the plans or specified in these special provisions. Except for pre-galvanized standard pipe, galvanizing of material 3.2 mm (1/8 ") thick or thicker shall be performed after fabrication into the largest practical sections. At the option of the Contractor, material thinner than 3.2 mm (1/8 ") shall be galvanized either before fabrication in conformance with the requirements of ASTM Designation: A 525M, Coating Designation 2600, or after fabrication in conformance with the requirements of ASTM Designation: A 123, except that the weight of zinc coating shall average not less than 365 g per square meter (1.2 oz. per ft2) of actual surface area with no individual specimen having a coating weight of less than 305 g per square meter (1.0 oz. per ft2). Galvanizing of standard pipe shall conform to the requirements of ASTM Designation: A 53. Galvanizing will not be required for stainless steel, monel metal and similar corrosion resistant parts. Fabrication shall include all operations such as shearing, cutting, punching, forming, drilling, milling, bending, welding and riveting. All welded areas shall be thoroughly cleaned prior to galvanizing to remove all slag or other material that would interfere with the adherence of the zinc. When it is necessary to straighten any sections after galvanizing, the work shall be performed without damage to the zinc coating. Galvanizing of iron and steel hardware and nuts and bolts, when specified or shown on the plans, shall conform to the specifications of ASTM Designation: A 153, except whenever threaded studs, bolts, nuts, and washers are specified to conform to ASTM Designation: A 307, A 325, A 325M, A 449, A 563, A 563M, or F 436 and zinc coating is required, they shall be hot-dip zinc coated or mechanically zinc coated in accordance with the requirements of the ASTM Designations. Unless otherwise specified, galvanizing shall be performed after fabrication. Components of bolted assemblies shall be galvanized separately before assembly. Tapping of nuts or other internally threaded parts to be used with zinc coated bolts, anchor bars or studs shall be done after galvanizing and shall conform to the requirements for thread dimensions and overtapping allowances in ASTM Designation: A 563 or A 563M. When specified, painting of zinc coated surfaces shall be in accordance with the procedures in Section 210-1, "Paint." Galvanized surfaces that are abraded or damaged at any time after the application of the zinc coating shall be repaired by thoroughly wire brushing the damaged areas and removing all loose and cracked coating, after which the cleaned areas shall be painted with 2 applications of unthinned zinc-rich primer (organic vehicle type) conforming to the provisions in Section 210-3.5, "Repair of Damaged Zinc Coating." Aerosol cans shall not be used. #Jt ~6/7/99 Contract No. 3602 Page 14 7 of 168 Pages SECTION 213 -ENGINEERING FABRICS 213-2 GEOTEXTILES. 213-2.1 General. Add the following: Geotextile types shall be used for the applications listed in Table 213-2.1 (A) TABLE 213-2.1 (A) Geotextile Applications Application of Geotextile Separation of Soil & Street Structural Section Separation of Soil & Subsurface Aggregate Drain Reinforcement of Street Structural Section Remediation and Separation of Soil Reinforcement of Soil Drainage at the Interface of Soil Structures Drainage at the Interface of Soil and Structures Rock Slope Protection Fabric for Rock Sizes Below 225 kg(¼ Ton) Rock Slope Protection Fabric for Rock Sizes Including & Above 225 kg(¼ Ton} Plant Protection Covering Erosion Control Fence with 14 AWG -150 mm x 150 mm (6"x6") Wire & 3 m (10') Post Spacing Erosion Control Fence with 1.8 m (6') Post Spacing & No Wire Fencing Add the following section: 213-3 EROSION CONTROL SPECIAL TIES. Type Designation 90WS 180N 200WS 270WS 270WS NIA NIA 180N 250N 90N 90WS 200WS 213-3 Gravel bags. Gravel bags for the use of temporary erosion control shall be burlap type, filled with no less than 23kg (50 lbs} of 19 mm (314") crushed rock and securely tied closed. Plastic bags are not acceptable. SECTION 214-PAVEMENT MARKERS 214-5 REFLECTIVE PAVEMENT MARKERS Add the following section: 214-5.1 Temporary Reflective Pavement Markers. Temporary pavement markers shown on the plans and required in the specifications shall be one of the types shown in Table 214-5.1A, or equal thereto. 06/7/99 Contract No. 3602 Page 148 of 168 Pages . "" TABLE 214-5.1A Temporary Reflective Pavement Markers Type Manufacturer of Distributor Stimsonite Chip Seal/Temporary Overlay John C. Henberger Co., Traffic Safety and Control, Marker (Models 300 and 301) San Diego, California, Telephone (619) 292-5772 TFPM DAPCO Davidson Plastics Company, 18726 East Valley Highway, Kent, Washington 98032, Telephone (206) 251-8140. Add the following section: 214-5.2 Permanent and Temporary Reflective Channelizer. Reflective Channelizer shall· be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Reflective channelizer posts shall be orange in color. Reflective channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm in size. The reflective sheeting shall be visible at 300 m at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. Reflective channelizer shall be one of the types shown in Table 214-5.2(A), or equal thereto. Type . . Safe-Hit SH236MA Carsonite "Super Duck" SDF-436 Repo "The Replaceable Post" TABLE 214-5.2(A) Reflective Channelizer · . .··· Manufacturer of Distributor Safe-Hit Corporation 1930 West Winton Avenue, Building #11 Hayward, CA 94545 Telephone (415) 783-6550 Carsonite International Corporation 2900 Lockheed Way Carson Engineer, NV 89701 Telephone (702) 883-5104 Western Highway Products P.O. Box 7 Stanton, CA 90680 Telephone (800) 422-4420 The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of Section 2-5.3.3 "Submittals". Said certificate shall certify that the permanent reflective channelizer comply with the plans and specifications and conform to the prequalified design and material requirements approved by the engineer and were manufactured in accordance with the approved quality control program. 06/7/99 Contract No. 3602 Page 149 of 168 Pages Section PART3 300 300-1 300-2 300-3 300-4 300-5 300-9 301-1 302-5 303 303-1 303-2 303-5 303-6 304 304-5 306 306-5 307 307-3 307-4 310 312 313 06/7/99 Description TABLE OF CONTENTS PART 3 OF THE SPECIAL PROVISIONS CONSTRUCTION METHODS, SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS ....................... 151 EARTHWORK ............................................................................................ 151 Clearing and Grubbing ................................................................................ 151 Unclassified Excavation .............................................................................. 151 Structure Excavation and Backfill ................................................................ 153 Unclassified Fill ........................................................................................... 153 Borrow Excavation ...................................................................................... 154 Geotextiles for Erosion Control ................................................................... 155 Subgrade Preparation ................................................................................. 156 Asphalt Concrete Pavement ....................................................................... 156 CONCRETE AND MASONRY CONSTRUCTION ....................................... 157 Concrete Structures .................................................................................... 157 Air-Placed Concrete .................................................................................... 157 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, and Driveways .............................................................. 157 Stamped Concrete ...................................................................................... 158 METAL FABRICATION AND CONSTRUCTION ......................................... 158 Barbed Wire Fence ..................................................................................... 158 UNDERGROUND CONDUIT CONSTRUCTION ......................................... 159 Abandonment of Conduits and Structures .................................................. 162 STREET LIGHTING AND TRAFFIC SIGNALS ........................................... 162 Street Lighting Construction ........................................................................ 162 Traffic Signal Construction .......................................................................... 162 PAINTING ................................................................................................... 163 PAVEMENT MARKER PLACEMENT AND REMOVAL. .............................. 164 TEMPORARY TRAFFIC CONTROL DEVICES .......................................... 165 Contract No. 3602 Page 1 50 of 168 Pages SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 -EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.1 General. Add the following to the third paragraph: During surface clearing operations, the Contractor shall not cover or bury any plant growth or other objectionable materials. If the Contractor cannot successfully separate the plant growth from the surface soil and advertently or inadvertently mixes organic or other objectionable materials with the soil, the soil so contaminated shall be removed from the site by the Contractor. All costs, if any, associated with removing the soil mixed with organic or other objectionable materials and importing soil to replace said contaminated soil shall be borne by the Contractor and no additional payment therefor shall be made to the Contractor. 300-1.3 Removal and Disposal of Materials. Add the following: Also included in clearing and grubbing shall be removal and disposal of existing street poles and lights, metal guard rail, fences, asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gate, existing abandoned underground pipes and conduits, existing headwalls, rip-rap, traffic signs, and other existing features which interfere with the work. Whether or not such items are shown on the plans they shall be removed as a part of clearing and grubbing. Existing underground pipes and conduits that are shown on the plans and designated to be removed shall be removed by the Contractor as a part of clearing and grubbing. 300-1.4 Payment. modify as follows: Payment for clearing and grubbing shall be made at the · contract lump sum price for clearing and grubbing within the project limits and no other payments will be made. Unless otherwise noted on plans, the Contractor shall reniove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. 300-2 UNCLASSIFIED EXCAVATION. 300-2.1 General. Add the following: Unclassified excavation shall include removal and stockpile of suitable material, recompaction, mixing, grading for mitigation work, trenching and backfilling of storm drains, sewers, other utilities, disposal of unsuitable materials not included in the bid item for clearing and grubbing, all cut and fill including removal and recompaction of unsuitable soil, salvaging clean excavated material and filling areas to the required grades and cross section. Unclassified excavation shall be utilized onsite to make all fills shown on the plans. Unclassified excavation shall also include scarification and moisture adjustment and compaction of the top 300 mm (1 ') of subgrade in the roadway prism in cut areas to 95 percent relative compaction, wetland 06/7/99 Contract No. 3602 Page 1 51 of 168 Pages mitigation grading and attendant work, export of remaining excess material to a disposal site or spoil area acquired by the Contractor and pumping and disposal of storm and ground water. 300-2.2.1 General. Add the following: Alluvial and colluvial removal and recompaction shall consist of excavating, blending and recompacting loose soils in areas that are designated to receive fills. The existing loose soils shall be removed by the contractor until a firm unyielding surface is exposed or to a depth determined by the Engineer. If the excavated material contains 4%, or more, water than the optimum moisture content the Contractor shall blend the wet soil with soils having a lower moisture content and/or spread the excavated material in a manner that enables the material to dry to optimum moisture content. The cost of spreading and/or drying shall be included in the contract unit price for removal and recompact1on. The excavated material shall be placed and compacted in accordance with Section 300-4 of the specifications except that Section 300-4.9, Measurement and Payment, shall not apply. All excess material shall be removed and legally disposed of offsite. 300-2.2.1 General. Add the following to the first paragraph: Such direction may include, but is not limited to, directing the Contractor to blend, adjust moisture content of, rework, and place unsuitable soils at specific locations or elevations on the site. Add the following section: 300-2.2.3 Compressible Soil. Compressible soils such as existing uncontrolled or unacceptable fill, alluvium, and colluvium may exist within portions of the Project site. Where required by the Engineer, the Contractor shall remove such compressible soils from areas to receive fill or from areas upon which surface improvements are to be placed. The removal and disposal of such compressible soils shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer, in which case it may be paid for in accordance with Section 300-2.2.1. 300-2.2.4 Instability of Cuts.· Add the following: The Contractor shall remove additional material as directed by the Engineer to improve the stability of excavated cuts. The removal of such excavated material shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer, in which case it will be paid for in accordance with Subsection 300-2.2.1. 300-2.5 Slopes. Add the following: The hinge points (the top and bottom) of slopes shall be located within 75 mm (0.25'} of the locations shown on the plans. 300-2.5 Slopes. Add the following: after the first sentence of the first paragraph: A slope shall be defined as any area steeper than three horizontal to one vertical. 300-2.6 Surplus Material. Add the following: The Contractor shall haul and dispose of all surplus material from the project. The Contractor shall utilize highway legal haul trucks for this export of material from the project site and to a site secured by the contractor. No earth moving equipment or special construction equipment, as defined in section 565 of the California Vehicle Code, will be allowed for hauling material on public streets. 300-2.8 Measurement Delete paragraphs 1 and 2. 300-2.9 Payment Substitute the following: Payment for all unclassified excavation is final pay and will be made at the contract unit price bid for unclassified excavation per Section 9-1.015 and shall include compensation for excavation, sloping, rounding tops and ends of excavation, matching existing graded slopes, loading, exporting and disposing of surplus material and unsuitable material 06/7/99 Contract No. 3602 Page 1 52 of 168 Pages ..... shown on the plans or specified herein to be removed, stockpiling, hauling to designated sites, placing and compacting, mixing, grading of mitigation site, salvaging clean and suitable material and filling areas to the required grades and cross-sections. Unclassified fill, slope rounding, all work incidental to Section 300-4.8 and construction of transitions will be paid for as a part of unclassified excavation, and no additional payment will be made therefor. Add the following section: 300-2.10 Grading Tolerance. Subgrade tolerances shall conform to the requirements of section 301-1.4 SSPWC. Additional excavated areas, other than slopes and subgrade below structures within the roadway and sidewalk areas, shall be finished within 30 mm (0.1 ') of the grades shown on the plans .. 300-3 STRUCTURE EXCAVATION AND BACKFILL 300-3.1 General. Add the following: The Contractor shall excavate to the lines and levels required and/or shown on the Drawings. The Contractor shall provide an shoring, bracing, cribbing, pumping, and planking required. The Contractor shall excavate and maintain the bottom of all trenches in a condition that is level, firm, clean and free from all debris or foreign matter. Excavations shall be kept free from water at all times. The Contractor shall remove any unsuitable material encountered below grade as directed by the Engineer 300-3.6 Payment. Add the following: Dewatering shall be paid for as an incidental to structure excavation and backfill and no additional compensation will be made therefor. Except for unsuitable materials removed as part of the clearing and grubbing item, unsuitable material encountered below grade will be paid for at the unit price bid for unclassified excavation. 300-4 UNCLASSIFIED FILL 300-4.2 Preparation of Fill Areas. Add the following: Except as provided in section 300-4. 7, "Compaction," areas proposed for improvements all fill (including backfill and scarified ground surfaces) shall be compacted by the Contractor to no less than 90 percent of maximum dry density as determined in accordance with ASTM Test Procedure 01557-91. 300-4.4 Benching. Add the following: Benching shall conform to the details shown on the plans. 300-4.5 Placing Materials for Fills. Add the following: Grading shall be performed such that the upper 900 mm (3') of fill placed in the roadway pavement area is composed of properly compacted low expansive soils. The more highly expansive soils shall be placed in the deeper fill areas and properly compacted or exported from the site. Low expansive soils are defined as those soils that have an Expansion Index of 50 or less when tested in accordance with 1994 UBC Standard 18-2 as published by the International Conference of Building Officials. Should insufficient soils meeting the requirement of an expansion index of 50 or less be present within the limits of work, soils of the least expansion index that are available within the limits of work shall be incorporated in the upper 900 mm (3') of fill placed in the roadway. The Contractor shall break rock encountered in the excavation into particles of less than 75 mm (3"). Particles with dimensions greater than 75 mm (3") shall be uniformly distributed over the area to be filled so that construction equipment can be operated in such a manner that the larger pieces will be broken into smaller particles and become incorporated with the other materials in the layer. This requirement for particle size reduction does not apply to cobbles, small boulders, and small hard rocks found within the surface soils and formational materials. Rocks having any dimension greater 06/7/99 Contract No. 3602 Page 153 of 168 Pages than 460mm (18") shall not be incorporated into the fill. Rock exceeding 150 mm (6") in diameter shall not be placed in the upper 900 mm (3') of any fill. When there are large quantities of rock to be placed in the fill, rocks shall not be nested, but shall be spread with sufficient room between them so that intervening voids can be adequately filled with fine material to form a dense, compact mass. Oversize material which cannot be utilized for erosion mitigation or landscaping onsite shall be broken to acceptable sizes or removed from the site by the Contractor. If disposed of within the City of Carlsbad, a separate grading permit will be required for disposal of rock. 300-4.6 Application of Water. Add the following: The Contractor shall place all fill soil at a moisture content no less than one (1) percent below optimum moisture as determined by ASTM test D-1557-91. 300-4. 7 Compaction. Add the following: The Contractor shall compact all fill soils placed within the top 1 m (3') of roadway subgrade to a minimum of 95 percent relative compaction. On all areas to receive planting, the top 150 mm (6") shall be compacted to 85%, +2% -5%, to allow for plant growth. 300-4.8 Slopes. Add the following: Feathering of fill over the tops of slopes will not be permitted. The Contractor shall compact the faces of fill slopes with a sheep's foot roller at vertical intervals no greater than 600 mm (2') or shall be built and cut back to finish grade. In addition, if not over built and cut back, the face of the slope shall be track walked upon completion. 300-4.9 Measurement and Payment Delete this subsection and substitute the following: The unit price bid for Unclassified Excavation shall be final pay and shall include full compensation for all Unclassified Fill including all grading, shaping, compacting or other work that is required by the plans and specifications and no other payments will be made therefore. 300-5 BORROW EXCAVATION. Add the following section: 300-5.2.1 Imported Borrow Properties. The Contractor shall provide imported borrow that is clean, well-graded soil consisting of material conforming to all of the requirements in Table 300-5.2.1 (A) and the following requirements. Rock included in the top 1 m (3') of imported borrow shall be particles of less than 75 mm (3"). Rock included below the top 1 m (3') of imported borrow shall be particles of less than 150 mm (Sn). Tests R-Value · Expansion Index Plasticity Index TABLE 300-5.2.1 (A) Imported Borrow Properties Test Method No~ Calif. 301 UBC Standard 18-2 ASTM D424 Reauirements 40Min. 10 Max. 4Max. Sieve Analysis ASTM D422 Percent Passing 75µ (No. 200) 15 Max. 300-5.4. Delete Section 300-5.4 of the SSPWC. Add the following section: 300-5.4 Measurement and Payment The unit price bid for imported borrow shall be final pay and shall include full compensation for excavation, trucking, placing, shaping, compacting or other work that is required by plans and specifications and no other compensation will be made. 06/7/99 Contract No. 3602 Page 1 54 of 168 Pages 300·9 GEOTEXTILES FOR EROSION CONTROL. Modify as follows: 300-9 GRADING AND GEOTEXTILES FOR EROSION CONTROL AND WATER POLLUTION CONTROL. Add the following section: 300-9.2 General. The Contractor shall perform erosion control and water pollution control conforming to the requirements shown on the plans as specified herein, and as elsewhere required by the Contract Documents. Erosion control and water pollution control shall include the work specified herein, and such additional measures, as may be directed by the Engineer, to meet Best Management Practices, as defined herein, and to properly control erosion and storm water damage of the limits of work and construction impacts upon areas receiving drainage flows from within the limits of work. Add the following section: 300-9.2.1 Grading Controls. The Contractor shall protect all areas that have been graded and/or cleared and grubbed as well as areas that have not been graded and/or cleared and grubbed within the limits of erosion. The Contractor shall provide temporary earth berms, gravel bags, silt fence, stabilized construction entrance and similar measures, coordinated with its construction procedures, as necessary and as shown on the plans to control on site and off site erosion during the construction period. The Contractor will be required to protect areas which have been cleared and grubbed prior to excavation or embankment operations, and which are subject to runoff during the duration of the contract. The criteria used to determine the appropriate erosion control measures shall be the "Best Management Practices", hereinafter BMP, defined and described in the, "California Storm Water Best Management Handbook, Construction Activity", March 1993 edition as published by the Storm Water Quality Task Force. The Contractor shall maintain a copy of the "California Storm Water Best Management Handbook, Construction Activity", March 1993 edition on the project site and shall conduct its operations in conformity to said Handbook. Temporary erosion control measures provided by the Contractor shall include, but not be limited to, the following: a) Embankment areas, while being brought up to grade and during periods of completion prior to final roadbed construction, shall be graded so as to direct runoff into impoundment areas within the limits of work where such runoff shall have pollutants removed by BMP methods . b) The Contractor shall provide protection by BMP measures to eliminate erosion and the siltation of downstream facilities and adjacent areas. These measures shall include, but shall not be limited to: temporary down drains, either in the form of pipes or paved ditches with protected outfall berms; graded berms around areas to eliminate erosion of embankment slopes by surface runoff; confined ponding areas to desilt runoff; and to desilt runoff. c) Excavation areas, while being brought to grade, shall be protected from erosion and the resulting siltation of downstream facilities and adjacent areas by the use of BMP measures . These measures shall include, but shall not be limited to, methods shown on the plans and described herein. Add the following section: 300-9.2.2 Payment Full compensation for performing erosion control and water pollution control, conforming to the operational requirements herein, of the BMP and conforming to the requirements of the Federal Water Pollution Control Act, including the latest amendments thereto, which is not a part of the planned permanent work or included as a separate bid item shall be considered as included in the contract price bid for unclassified excavation, and no additional compensation will be allowed therefor. 06/7/99 Contract No. 3602 Page 155 of 168 Pages .... SECTION 301 -TREATED SOIL, SUBGRADE PREPARATION, AND PLACEMENT OF BASE MA TE RIALS 301-1 SUBGRADE PREPARATION. 301-1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Change each instance reading "150mm (6 inches)" to "300 mm (12")." 301-1.3 Relative Compaction. Delete the first paragraph and substitute the following: The Contractor shall compact the upper 300 mm (12") of subgrade beneath areas to be paved, have base or subbase material placed on them, or curb, gutter, curb and gutter, alley pavement, driveway or sidewalk constructed over them shall be compacted to no less than 95 percent maximum dry density as determined by ASTM test D-1557-91. 301-1. 7 Payment Modify the first paragraph as follows: Payment for subgrade preparation shall be included in the contract bid price for which the subgrade is prepared and shall include all labor, materials; including water, operations and equipment to scarify, adjust moisture, compact or recompact the subgrade, both in cut areas and in fill areas, and no further compensation will be allowed. SECTION 302 -ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT. 302-5.1 General. Add the following: The Contractor shall treat all vegetation within the limits of the paved area to receive asphalt concrete paving with a post emergent herbicide. Herbicide shall be applied at least 2 (two) working days prior to paving the area. Allowance for the two day period shall be shown in the schedule required per Section 6-1. 302-5.2.5 Pavement Transitions. Add the following: The Contractor shall ramp the approaches and termini to all structures and vertical joints in the cold-milled area which are transverse to through traffic with temporary asphalt concrete pavement as specified in Section 306-1.5.1. Ramps shall be constructed the same day as cold milling and removed the same day as permanent paving. Ramp dimensions and compaction shall be as approved by the Engineer. 302-5.4 Tack Coat Add the following: The Contractor shall place a tack coat between the successive interfaces of existing pavement and new pavement, when in the opinion of the engineer, the Contractor has failed to maintain or prepare each existing or previously laid course of asphalt receiving the subsequent course of asphalt in a sufficiently clean state and the asphalt receiving the new pavement course is dirty enough to impair bonding between the next lift of asphalt. 302-5.5 Distribution and Spreading. Modify as follows After second sentence of sixth paragraph, add: The Contractor shall provide the spreading and finishing machine used to construct the asphalt concrete surface course with an automatic screed control for surface course paving. The automatic screed control shall be 9 m (30'} minimum length. The paving machine shall be operated by an operator and two full-time screed men during all paving. The Contractor shall provide an on- site backup paving machine during all paving operations. A backup asphalt windrow pickup machine (ASPWP) will be required at all times when a ASPWP is used. Additionally, a front end loader will be required during all ASPWP paving. The surface course shall be 50 mm (2") thick. Leveling courses will be required in a variable thickness pavement section. 06/7/99 Contract No. 3602 Page 156 of 168 Pages 302-5.6.1 General. Modify as follows: Second paragraph, Part (2), add: Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer. modify as follows: After last paragraph, add: Unless directed otherwise by the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this Section. 302-5.9 Measurement and Payment add the following: Payment for asphalt concrete shall be at the unit price bid per ton. No additional payment shall be made for any tack coat. SECTION 303 CONCRETE AND MASONRY CONSTRUCTION. 303-1 CONCRETE STRUCTURES 303-1.6.2 Falsework Design. Add the following: The Contractor shall provide all temporary bracing, as necessary, to withstand all imposed loads during erection, construction, and removal of any falsework. The Contractor shall provide falsework drawings and calculations prepared by a registered professional engineer, civil or structural, that show provisions for resolution of all loads that may be imposed upon the falsework. Such plans and calculations shall include: 1. Resolution of all live, dead, wind, construction and impact loads that may be imposed on the falsework. 2. Temporary bracing or methods to be used during each phase of erection and removal of the falsework. 3. Concrete placement sequence. 4. Erection and removal sequence. 5. Deflection values for the falsework that include recommended methods to compensate for falsework deflections, vertical alignment, and anticipated falsework deflection. Add the following section: 303-1.9.5 Surface Finish for Concrete Spillway. The Contractor shall provide a surface finish for concrete spillway to prevent the use of rollerblades, skateboards, and other rolling devices. Surface finish shall be a rough rake finish approved by the Engineer. 303-2 AIR-PLACED CONCRETE. 303-2.1.1 General. Add the following: Modify Regional Standard Drawing D-75 as follows: replace stucco netting with 150mm x 150mm (6" x 6") by No. 10 by No. 10 welded wire mesh. Add the following section: 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. 303-5.5.2 Curb. Add the following: The Contractor shall stamp the curb face with 75 mm (3") high block letters directly above the point that it is crossed by underground facilities with the marking specified in Table 303-5.5.2(A). 06/7/99 Contract No. 3602 Page 1 5 7 of 168 Pages TABLE 303-5.5.2(A) Curb Face Markings Type of Underground Facilities Water Service Lateral Sewer Service Lateral Irrigation Water Lateral or Sleeve Marking w s RW 303-5.5.5 Alley Intersections, Access Ramps and Driveways. Add the following: Wheelchair ramps shall be installed per requirements of Title 24, California Administrative Code. 303-5.9 . Measurement and Payment. Add the following: Curb and gutter, and curb, shall be considered as continuing across driveways and access ramps when constructed adjacent thereto. Neither curb and gutter nor curb will be paid for across the length of local depressions, except that which occurs in gutter transitions at each side of an inlet. 303-6 STAMPED CONCRETE. 303-6.3 Color Applications. Required color shall be applied by Method B (Integral Color). Refer to Section 303-6.3.2 of the SSPWC. Color shall match existing color in medians. 303-6.4 Pattern. Add the following: The Contractor shall submit stamp concrete pattern to the Engineer for approval. The Engineer, at his sole option, may select a contractor provided pattern or direct the Contractor to match an existing pattern selected at a City of Carlsbad median location. Pattern shall be submitted a minimum of 5 days in advance of anticipated concrete placement and shall be approved by the Engineer as a part of the Engineer's approval of field formwork and subgrade. Add the following section: Payment for structures item 303-6.6 Payment. Payment for stamped concrete shall be made on the basis of the contract unit price bid and shall include full compensation for furnishing all labor, materials, including sand bed, tools, equipment, and installing complete and in place, and no further compensation will be allowed. SECTION 304 -METAL FABRICATION AND CONSTRUCTION 304-5 BARBED WIRE FENCE. 304-5.1 Barbed Wire Fence Construction. Fence height shall be as directed and approved by the Engineer. Contractor shall install fence to match type and height of existing wire fence. Contractor shall install extension post in conformance with SDRS drawing M-6 and M-20. 304-5.2 Installation of Barbed Wire Gates. Gates shall be double swing type and shall accommodate a 4.6 m (15') wide access road. Contractor shall install extension post and gates to match the type and height of existing barbed wire fence and in conformance with SDRS drawings M-5 and M-20. 06/7/99 Contract No. 3602 Page 1 58 of 168 Pages SECTION 306 -UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS Add the following section: 306-1.1. 7 Steel Plate Bridging -With a Non-Skid Surface. This section covers the use of steel plate bridging. The Contractor shall not employ the use or use steel plate bridging or trench plate that does not meet the requirements of this subsection both in application and circumstance of use. Add the following section: 306-1.1.7.1 Requirements for Use. Alternate construction methods that avoid the use of steel plate bridging shall be used by the Contractor unless otherwise approved by the Engineer. It is recognized that to accommodate excavation work, steel plate bridging may be necessary. All conditions for use of steel plate bridging set forth in the following requirements must be fulfilled as conditions of approval of the use of steel plate bridging. Consideration of steel plate bridging in the review process will take into account the following factors: 1. Traffic volume and composition. 2. Duration of use of the steel plate bridging. 3. Size of the proposed excavation. 4. Weather conditions. The following formula shall be used to score the permitted use of steel plate bridging: PS= [ ADT + EWL +DAYS+ 10 X WEEKEND+ 5 X NIGHTS+ 20 X WEATHER+ SPEED (kmh) + SLOPE X 100] X LANES 1000 8 PS= [ ADT + EWL +DAYS+ 10 X WEEKEND+ 5 X NIGHTS+ 20 X WEATHER+ SPEED (mph)+ SLOPE X 100] X LANES 1000 5 where: PS ADT EWL DAYS WEEKEND NIGHTS WEATHER SPEED SLOPE LANES = = = = = = = = = = plate score. average daily traffic as defined in the CAL TRANS Traffic Manual. equivalent wheel loads as defined in the CAL TRANS Traffic Manual. total number of 24 hour periods that the plates will be utilized at the site being considered. total number of Saturdays, Sundays and holidays that the plates will be utilized at the site being considered. total number of overnight periods that the plates will be in place, exclusive of Saturday, Sunday and holiday nights. total number of 24-hour periods that the plates will be utilized at the site being considered when the possibility of rain exceeds 40 percent. the design speed in kilometers per hour or miles per hour, as applicable in the formulae above, of the street where the plates are to be installed. This number shall not be reduced for construction zone speed reductions. the quotient of the vertical differential divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locations spanning a distance of 15 m (50') up and downstream of the position of the proposed steel plate bridging. the number of lanes where plates will be used. When the computed value of the plate score exceeds 50, steel plate bridging shall not be used · unless, and at the sole discretion of the Engineer, the Engineer determines that no alternative 06/7/99 Contract No. 3602 Page 159 of 168 Pages method of construction is possible in lieu of using steel plate bridging or that other overriding considerations make the use of steel plate bridging acceptable. Alternatives considered to bridging shall include, but not be limited to, detouring traffic, construction detour routes, tunneling, boring and other methods of trenchless construction. Unless specifically noted in the provisions of the Engineer's approval, the use of steel plate bridging at each location so approved shall not exceed four (4) consecutive working days in any given week. Add the following section: 306-1.1. 7 .2 Additional Requirements. In all cases when the depth of the trench exceeds the width of the steel plate bridging resting on each side of the pavement adjacent to the trench, safety regulations require or the Engineer determines that shoring is necessary to protect the health or safety of workers or the public the Contractor shall install shoring conforming to Section 7-10.4.1 of the Standard Specifications. The trench shoring shall be designed and installed to support the steel plate bridging and traffic loads. All approvals for design, substitution of materials or methods shall be submitted by the Contractor in accordance with all provisions of section 2-5.3 Shop Drawings and Submittals. The Contractor shall backfill and resurface excavations in accordance with section 306-1.5. Add the following section: 306-1.1.7.3 Installation. When backfilling operations of an excavation in the traveled way, whether transverse or longitudinal cannot be properly completed within a work day, steel plate bridging with a non-skid surface and shoring may be required to preserve unobstructed traffic flow. In such cases, the following conditions shall apply: a. Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the sole discretion of the Engineer, it is approved as specified hereinbefore. b. Steel plates used for bridging must extend a minimum of 610 mm (2') beyond the edges of the trench. c. Steel plate bridging shall be installed to operate with minimum noise. When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall install using either Method (1) or (2) depending on the design speed of the portion of the street where the steel plate bridging is proposed for use. Method 1 [For speeds more than 70 Km/hr (45 MPH)]: The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. The cold milling shall produce a flat surface that the plate shall rest on with no horizontal or vertical movement. Horizontal gaps between the unmilled pavement and the plate shall not exceed 25 mm (1") and shall be filled with elastomeric sealant material which may, at the contractor's option, be mixed with no more that 50%, by volume, of Type I aggregate conforming to the requirements of tables 203-5.2(8) and 203-5.3(A) . Method 2 [For speeds 70 Km/hr (45 MPH) or less]: Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway and shall be secured against displacement by using two adjustable cleats that are no less than 50 mm (2") shorter than the width of the trench bolted to the underside of each plate and located within 150 mm (6") of the beginning and end of the trench for plates at the beginning and end of the trench, a minimum of two 300 mm long by 19 mm diameter (12" x ¾") steel bolts placed through the plate and driven into holes drilled 300 mm (12•) into the pavement section, or other devices approved by the Engineer. Subsequent plates shall be butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope 8.5% with a minimum 300 mm (12") taper to cover all edges of the steel plates. When steel plates are removed, the dowel holes in the pavement section shall be completely filled with ft '1611199 Contract No. 3602 Page 160 of 168 Pages elastomeric sealant material, concrete mix, concrete slurry, or an equivalent slurry satisfactory to the Engineer. At the Contractor's option, the methods required for Method 1 may be used. If the Contractor so elects, all requirements of Method 1 shall be used. The Contractor shall maintain the steel plates, shoring, and asphalt concrete ramps and maintain and restore the street surface during and after their use. Add the following section: 306-1.1.7.4 Materials. The minimal thickness of steel plate bridging shall be as shown in Table 306-1.1.7.4(A). TABLE 306-1.1.7.4(A) Required Plate Thickness For A Given Trench Width Maximum Trench Width Minimum Plate Thickness 0.3 m (10n) 13 mm (1/2") 0.6 m (23") 19 mm (3/4") 0.8 m (31n) 22 mm (7/8") 1.0 m (41") 25 mm (1") 1.6 m (63") 32 mm (1 ¼") Note: For spans greater than 1.2 m {4'), a structural design shall be prepared by a registered civil engineer and submitted to the Engineer's review and approved in accordance with section 2-5.3. Steel plate bridging shall be steel plate designed to support the HS20-44 truck loading per CAL TRANS Bridge Design Specifications Manual. The Contractor shall maintain a non-skid surface on the steel plate with no less than a coefficient of friction of 0.35 as determined by California Test Method 342. If a different test method is used, the Contractor may utilize standard test plates with known coefficients of friction available from the CAL TRANS District 11 Materials Engineer to correlate skid resistance results to California Test Method 342. In addition to all other required construction signing, the Contractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate bridging. Add the following section: . 306-1.1.7.5 Measurement and Payment Steel plate bridge materials including, but not limited to: steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and padding, signage, placing, installation, removal, relocation, preparation and processing of shop drawings and submittals to support the use of steel plate bridging and all other materials, labor, supervision, overhead of any type or description will be paid for as an incidental to the work that the bridging is installed to facilitate. No separate payment for steel plate bridging will be made. No extension to contract time will be allowed for, or because of, the use of steel plate bridging. 306-1.2.4 Field Jointing of Reinforced Concrete Pipe. Add the following: The Contractor shall provide gasket-type joints for reinforced concrete pipe (watertight joints) where indicated on plans. 306-1.3.1 General. Add the following: The Contractor shall install detectable underground utility marking tape 230 mm x 75 mm (9" x 3") above each or, in the case of bundled underground conduit of the same type, the upper underground conduit being installed by the open trench method. The type and color of detectable underground utility marking tape shall conform to the requirements of section 207-25 et seq. 06/7/99 Contract No. 3602 Page 1 61 of 168 Pages 306-1.3.4 Compaction Requirements. Delete Section 306-1.3.4 and replace with the following: The Contractor shall density trench backfill to a minimum of 90 percent relative compaction except that in the top 300 mm (12") of the street right-of-way, compaction shall be 95 percent. 306-1.5 Trench Resurfacing. Add the following to Subsection 306-1.5: Payment for trench resurfacing shall be taken to be included within the related item of work, and no separate payment will be made therefor. 306-1.5 Trench Resurfacing. 306-1.5.1 Temporary Resurfacing. Delete the fourth paragraph and substitute the following: Temporary bituminous resurfacing materials which are placed by the Contractor are for its convenience shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall be used in lieu of permanent resurfacing only when approved by the Engineer. When temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be removed and replaced with permanent resurfacing within 7 days of placement. No additional payment will be made for temporary bituminous resurfacing materials. The price bid for the associated conduit or structure shall include full compensation for furnishing, placing, maintaining, removing, and disposing of such temporary resurfacing materials. 306-1.5.2 Permanent Resurfacing. Add the following: Except as provided in Section 306-1.5.1, "Temporary Resurfacing," the Contractor shall perform permanent trench resurfacing within 24 hours after the completion of backfill and densification of backfill and aggregate base materials. 306-1.6 Basis of Payment for Open Trench Installation. Add the following: Payment for utilities undergrounding which includes the utility trench for CA TV and SDG&E and conduit for SDG&E's electric conversion shall be made on the basis of contract lump sum price for utilities undergrounding and no other payments will be made. Cox Cable will supply and deliver conduits and fittings to be installed by the contractor. Cox Cable will install enclosures. The contractor will furnish and install 6.4 mm (¼") nylon pull ropes in all conduit. 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work, and shall replace said pipelines with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. SECTION 307 -STREET LIGHTING AND TRAFFIC SIGNALS 307-3 STREET LIGHTING CONSTRUCTION. Modify as follows: Section 209, "Signals, Lighting and Electrical Systems" herein, shall replace Section 307-3, "Electrical Components", of the SSPWC in all matters pertaining to the specifications for measurement, payment, warranty, and methods of construction for all elements of street lighting and traffic signals. 307-4 TRAFFIC SIGNAL CONSTRUCTION. Modify as follows: Section 209, "Signals, Lighting and Electrical Systems" herein, shall replace Section 307-4, "Electrical Components", of the SSPWC in all matters pertaining to the specifications for measurement, payment, warranty, and methods of construction for all elements of street lighting and traffic signals. ~ ~6/7/99 Contract No. 3602 Page 162 of 1 68 Pages SECTION 310 -PAINTING 310-5 PAINTING VARIOUS SURFACES. 310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth paragraph as follows: The Contractor shall furnish all equipment, materials, labor, and supervision necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks, and other designated markings in accordance with the Plans, or for approved temporary detours essential for safe control of traffic through and around the construction site. The Contractor shall remove by wet grinding all existing or temporary traffic markings and lines that may confuse the public. When temporary detour striping or markings are no longer required, they shall be removed prior to painting the new traffic stripes or markings. 310-5.6.3 Equipment. Delete the ninth paragraph and substitute the following: The Contractor shall provide a wet grinding machine with sufficient capacity to completely remove all existing or temporary traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced by grinding the existing or temporary traffic striping or markings on pavement shall not exceed variations from a uniform plane more than 3 mm (1/8"} in 3 m (10') when measured parallel to the centerline of the street or more than 6 mm (1//) in 3 m (10') when measured perpendicular to the centerline of the street. The use of any equipment that leaves ridges, indentations or other objectionable marks in the pavement shall be discontinued, and equipment capable of providing acceptable surface shall be furnished by the Contractor. This equipment shall meet all requirements of the air pollution control district having jurisdiction. 310-5.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: The Contractor shall remove all existing markings and striping, either permanent or temporary, which are to be abandoned, obliterated or that conflict with the plans by wet grinding methods. Removal of striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain or water course and when.approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any other masking method other than a minimum 30mm (0.1 O') thick asphalt concrete overlay is not permitted. 310-5.6. 7 Layout, Alignment, and Spotting. Modify the first paragraph as follows: The Contractor shall establish the necessary control points for all required pavement striping and markings by . surveying methods. No layout of traffic striping shall be performed by the Contractor before establishment of the necessary control points. The Contractor shall establish all traffic striping between these points by string line or other method to provide striping that will vary less than 80mm per 100m (1/2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight stripes deviating more than 80mm per 100mm (1/ 2 inch in 50 feet) by wet grinding, and then correcting the markings. The Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the work progresses. 310-5.6.8 Application of Paint. Modify the second paragraph as follows: The Contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer. Ten days shall elapse between the application of a bituminous seal coat and the permanent traffic marking. The paint shall not bleed, curl or discolor when applied to bituminous surfaces. If bleeding or 06/7/99 Contract No. 3602 Page 1 63 of 168 Pages discoloring occurs, the unsatisfactory areas shall be given an additio~al coat of paint. This additional painting will be paid for as work incidental to the preparation of final and temporary pavement striping and marking shall be applied in two coats, a minimum of seven days apart, and all streets shall include raised pavement markers. The Contractor shall paint the ends of each median nose yellow. Add the following to the eighth paragraph: The Contractor shall apply temporary traffic stripes in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are clearly visible both day and night. 310-5.6.10 Measurement and Payment. Modify the first paragraph as follows: Final and temporary traffic striping, curb markings and pavement markings as shown on the plans and required by the specifications shall be included in the lump-sum price bid. for temporary and final traffic striping, and no additional compensation will be allowed therefor. Reapplication of temporary stripes and markings shall be repainted at the Contractor's expense, and no additional compensation will be allowed therefor. The lump sum prices bid and shall include all labor, tools, equipment, materials, and incidentals for doing all work in installing the final and temporary traffic striping. Add the following Section: 310-7 PERMANENT SIGNING Add the following Section: 310-7.1 General. Add the following section: The Contractor shall provide and install all permanent traffic control signs at locations shown on plans and as specified herein. Add the following section: 310-7 .2 Measurement And Payment. Permanent signing and appurtenances thereto shown on the plans or required in the specifications are a part of the lump-sum item for permanent signing and payment therefor shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in supplying and installing permanent signing and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. · ;;:., SECTION 312 -PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT. Add the following to the third paragraph: 4) When being installed on asphalt concrete pavement sooner than 14 days after placement of the asphalt concrete pavement course on which the pavement markers are to be placed. Add the following section: 312-1.1 Reflective Channelizer Placement and Removal. The Contractor shall place and remove reflective channelizers the same as for pavement marker placement and removal. The Contractor shall place the channelizers uniformly, straight on tangent alignment and on a true arc on curved alignment to the same tolerances of position as for application of paint in section 310-5.6.8. The Contractor shall perform all layout work necessary to place the channelizers to the proper alignment. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. When reflective channelizers are removed the pavement surface shall be restored to the same color and surface finish as the adjacent pavement. 06/7/99 Contract No. 3602 Page 1 64 of 1 68 Pages SECTION 313 -TEMPORARY TRAFFIC CONTROL DEVICES Add the following section: 313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. Add the following section: 313-1.1 General. The Contractor shall supply and install temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances at the locations shown on the plans and as required in the specifications, complete in place prior to opening the traveled way served by said final and temporary traffic pavement markers, signing, railing (type K) and appurtenances to public traffic. 313-1.2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer's instructions. Temporary reflective raised pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary reflective raised pavement markers in areas where removal of the markers will be required. Pavement striping, legends and markers which conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflective raised pavement markers for temporary pavement marking, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the section 312 "Pavement Marker Placement and Removal", except the 14-day waiting period before placing the pavement markers on new asphalt concrete surfacing as specified in section 312-1 "Placement", shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Add the following section: 313-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Channelizer posts shall be orange in color. Channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm (3" x 12") in size. The reflective sheeting shall be visible at 300 m (1000') at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. The channelizer bases shall be cemented to the pavement in the same manner as provided for cementing pavement markers to pavement in section 312-1, "Placement." Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and location shown on the plans and as directed by the Engineer. The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on curved alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright posi- tion, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of section 4-1.5, "Certification". Said certificate shall certify that the channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality control program approved by the Engineer. ft Q6/7/99 Contract No. 3602 Page 165 of 168 Pages Add the following section: 313-2 TEMPORARY TRAFFIC SIGNING. Add the following section: 313-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. Add the following section: 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking being discovered during non-working hours or, when the marking is di~covered during working hours, within 2 hours of such discovery of marking. Add the following section: 313-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS. Add the following section: 313-3.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist of interconnected new or undamaged used precast concrete barrier units as shown on the plans. Temporary sand-filled crash cushions shall consist of new or undamaged used temporary sand-filled crash cushions units as shown on the plans. 313-3.1.1 Appearance. Exposed surfaces of new and used units of Temporary railing (Type K) shall be freshly coated with a white color paint prior to their first use on the project. The paint shall conform to the provisions in sections 210-1.5 "Paint Systems· and 310 "Painting". Contractor shall be responsible for the removal and cleanup or painting over the graffiti from the K-Rails within 48 hours. The Contractor Shall replace or repaint units of Temporary railing (Type K) or shall remove graffiti, tire or vehicle marks, dirt or any and all materials such that said marks or discoloration mar the appearance of said units when ordered by the Engineer after the units are in place. · Add the following section. 313-3.1.2 Manufacture of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be manufactured per CAL TRANS Standard Drawing T3. Concrete used to manufacture Temporary railing (Type K) shall conform to the provisions in sections 201-1, "Portland Cement Concrete· and 303-1 "Concrete Structures"." Load tickets and a Certificate of Compliance will not be required. Reinforcing steel shall conform to the provisions sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures". Steel bars to receive bolts at ends of concrete panels shall conform to ASTM Designation: A 36/A 36M. The bolts shall conform to ASTM Designation: A 307. A round bar of the same diameter may be substituted for the end-con- necting bolt shown on the plans. The bar shall conform to ASTM Designation: A 36/A 36M, shall have a minimum length of 660 mm and shall have a 75 mm (3.) diameter by 9 mm (3/8·) thick plate welded on the upper end with a 5-mm (3/16") fillet weld. The final surface finish of temporary railings (Type K) shall conform to the provisions in section 303-1.9.2 "Ordinary Surface Finish." Exposed surfaces of concrete elements shall be cured by the water method, the forms-in-place method, or the pigmented curing compound method. The pigmented curing compound shall be type 2 curing compound. Temporary railing (Type K) may have the Contractor's name or logo on each panel. · The name or logo shall not be more than 100 mm in height and shall be located not more than 300 mm above the bottom of the rail panel. 06/7/99 Contract No. 3602 Page 1 66 of 168 Pages Add the following section. 313-3.1.3 Installation of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be installed per CAL TRANS Standard Drawing T3. Temporary railing (Type K) shall be set on firm, stable foundation. The foundation shall be graded to provide a uniform bearing throughout the entire length of the railing. Abutting ends of precast concrete temporary railing (Type K) units shall be placed and maintained in alignment without substantial offset to each other. The precast concrete temporary railing (Type K) units shall be positioned straight on tangent alignment and on a true arc on curved alignment Each temporary railing (Type K) unit placed within 3 m (10') of a traffic lane shall have a reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be furnished by the Contractor. A Type P marker panel conforming to the requirements of the CAL TRANS Traffic Manual shall also be installed at each end of temporary railing (Type K) installed adjacent to a two-lane, two-way highway and at the end facing traffic of temporary railing (Type K) installed adjacent to a one-way roadbed. The Contractor shall repaint each temporary railing (Type K) unit when it has been marked by graffiti, stained or marked by the Contractor's operations or when their paint is scraped, discolored or marked by public traffic. If the temporary railing (Type K) is placed on a skew, the marker shall be installed at the end of the skew nearest the traveled way. Type P marker panels shall conform to the provisions of section 206-7.2, "Temporary Traffic Signs". Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in existing concrete. When temporary railings (Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary railing (Type K) shall be restored to its previous condition, or constructed to its planned condition. Add the following section: 313-3.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be "Energite Ill" manufactured by Energy Absorption Systems, "Fitch Inertial Barrier System Modules" manufactured by Roadway Safety Service, or equal. Features required to determine equivalence of any other temporary sand-filled crash cushion units shall be approval of the system by CAL TRANS and that the temporary sand-filled crash cushion units meet NCHRP 350 standards. Other features will be suitability to application, operational characteristics, durability and other such characteristics that the Engineer shall determine. Temporary sand-filled crash cushions (TSFCC) shall be of the type and array configurations shown on plans, and installed at every end of, or gap in, the temporary railing (Type K) whenever the closest point of approach of traffic, regardless of direction, is 4.6 m (15') or less to the end of the temporary railing (Type K) being considered. The TSFCC shall be installed per CAL TRANS Standard Drawings T1 and T2 for approach speeds no less than the posted speed of the street prior to construction or 55 kilometers per hour (35 mph), whichever is the greater. The TSFCC array shall be appropriate to the application as shown on said standard drawings. A Type J and/or P marker panel conforming to the requirements of the CAL TRANS Traffic Manual shall also be installed at each TSFCC array as shown in CAL TRANS Standard Drawings T1 and T2. Particular care shall be taken to assure that crash cushions are installed with the soil supporting them and the adjacent soil leveled to match the elevation of the bottom of the temporary railing immediately adjacent to the crash cushion. All routes of approach to the TSCFF array shall be graded such that any vehicle diverging from the travelled way to strike the TSCFF will travel on a vertical alignment parallel to the segment of the travel lane that it departed from. Add the following section: 313-4 MEASUREMENT AND PAYMENT. Temporary traffic pavement markers, temporary channelizers, temporary signing, temporary railing (type K), temporary crash cushions and temporary appurtenances thereto shown on the plans or required in the specifications are a part of the lump-sum item for traffic control and payment therefor shall include full compensation for 06/7/99 Contract No. 3602 Page 167 of 168 Pages furnishing all labor, materials, tools, equipment, and jncidentals and for doing all the work involved in applying, installing, maintaining, and removing temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. Payment for temporary crash cushions, concrete barriers and the signs and reflectors marking them shall include the installation, grading for installation, grading for the approach path, maintenance, painting and re-painting, replacement of damaged units and removal and shall also be included in the lump-sum price bid for traffic control. Payment for relocation of K-rails and crash cushions when not shown on the plans and requested by the Engineer shall be made per Section 3-3, Extra Work, SSPWC. 06/7/99 Contract No. 3602 Page 168 of 168 Pages