Loading...
HomeMy WebLinkAboutHigh, Michael C. dba HMS Construction; 1998-02-02; 3522ASTON AVENUE AND COLLEGE BLVD TRAFFIC SIGNAL CONTRACT NO. 3522 Michael C. High DBA: HMS CONSTRUCTION m CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS AND SPEC: PROVISIONS FOR e ASTON AVENUE AND COLLEGE BOULEVARD TRAFFIC SIGN1 CONTRACT NO. 3522 October 8,1997 61 *w p,# 2/26/97 Contract No. 3522 Page 1 c TABLE OF CONTENTS am - F NOTICE INVITING BIDS ....................................................................................................... CONTRACTORS PROPOSAL .............................................................................................. BID SECURITY FORM .......................................................................................................... BIDDER’S BOND TO ACCOMPANY PROPOSAL ................................................................. GUIDELINES FOR COMPLETING THE “DESIGNATION OF SUBCONTRACTOR AMOUN- OF SUBCONTRACTOR’S BID”.AND “DESIGNATION OF OWNER OPERATOWLESSOR 1 AMOUNT OF OWNER OPERATOWLESSOR WORK” FORMS ...................................... DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR’S BID ........ DESIGNATION OF OWNER OPERATOWLESSOR &AMOUNT OF OWNER OPERATOWLESSOR WORK .............................................................................................. , BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY ................................................ BIDDERS STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE ............................... BIDDERS CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS’ LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS’ COMPENSATION ......................... BIDDER’ S STATEMENT OF RE-DEBARMENT ..................... : ............................................. @ BIDDERS DISCLOSURE OF DISCIPLINE RECORD .................................................. NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMllTED WITH BID ............................................................................. CONTRACT PUBLIC WORKS ............................................................................................... LABOR AND MATERIALS BOND .......................................................................................... FAITHFUL PERFORMANCEWARRANTY BOND .................................................................. REPRESENTATION AND CERTIFICATION .......................................................................... ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION (OPTIONAL) .............................................................. SPECIAL PROVISIONS SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORK: CONSTRUCTION PART 1 l GENERAL PROVISIONS ............................................................ FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS ............ @ SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS em p,s 2/26/97 Contract No. 3522 Page 2 c SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WOR CONSTRUCTION PART 3, CONSTRUCTION METHODS ...... . . . . . . .. . . . . . . . . . . .. . .. ... ... . . . .. ... .. . .. . . . @ e 0 em r.# 2/26/97 Contract No. 3522 Page 3 c CITY OF CARLSBAD, CALIFORNIA e NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Carlsba Drive, Carlsbad, California 92008-1989, until 4:OO P.M. on the 20th day of November, which time they will be opened and read, for performing the work as follows: ASTON AVENUE AND COLLEGE BOULEVARD TRAFFIC SIGNAL PROJECT NO. 3522 The work shall be performed in strict conformity with the specifications as approved by Council of the City of Carlsbad on file with the Engineering Department. The specificatior work include the Standard Specifications for Public Works Construction 1997 Edition, all he designated “SSPWC as issued by the Southern California Chapter of the American Pub1 Association and as amended by the special provisions sections of this contract and Standard Specifications dated July 1995. Reference is hereby made to the specification particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-owned businesse The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and co to utilize recycled and recyclable materials when available, appropriate and approve( Engineer. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidd a contractor or subcontractor has been debarred by the City of Carlsbad or another juris1 the State of California as an irresponsible bidder. No bid will be received unless it is made on a proposal form furnished by the Pi Department. Each bid must be accompanied by security in a form and amount required The bidder’s security of the second and third next lowest responsive bidders may be with1 the Contract has been fully executed. The security submitted by all other unsuccessful bidc be returned to them, or deemed void, within ten (IO) days after the Contract is awarded. to the provisions of law (Public Contract Code section 10263), appropriate securities substituted for any obligation required by this notice or for any monies withheld by the City 1 performance under this Contract. section 10263 of the Public Contract Code requires n securities to be deposited with the City or a state or federally chartered bank in Californ escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omi the agent in connection with the handling of retentions under this section in an amount not $1 00,000 per contract. The documents which comprise the Bidder’s proposal and that must be completed, executed and notarized are: @ a QW p,# 2/26/97 Contract No. 3522 Page 4 ( 1. Contractor's Proposal 2. Bidder's Bond 9. Bidder' s Statement Re Debarment 4. Designation of Subcontractors 5. Designation of Owner Operator/Lessors & 6. Bidder's Statement of Financial 7. Bidder's Statement of Technical Ability 8. Certificate of Insurance @ 3. Non-Collusion Affidavit 1O.Bidder's Disclosure Of Discipline Recor 11 .Purchasing Department Representatior Certification 12.Escrow Agreement for Security Deposit (optional, must be completed if the Bidd wishes to use the Escrow Agreement fa and Amount of Subcontractor Bid Amount of Owner Operator/Lessor Work Responsibility Security) and Experience All bids will be compared on the basis of the Engineer's Estimate. The estimated quan approximate and serve solely as a basis for the comparison of bids. The Engineer's Esl $90,000 No bid shall be accepted from a contractor who is not licensed in accordance with the pro' California state law. The contractor shall state their license number, expiration a classification in the proposal, under penalty of perjury. The following classifications are ac for this contract: C-10 If the Contractor intends to utilize the escrow agreement included in the contract documen of the usual 10% retention from each payment, these documents must be completed and s 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 PL Department, City Hall, 1200 Carlsbad Village Drive, Carlsbad, California, for a non-refundat $10 per set. If plans and specifications are to be mailed, the cost for postage should be adc The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irreg informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the shall be those as determined by the Director of Industrial Relations pursuant to the sectio 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a curl of applicable wage rates is on file in the Office of the City Engineer. The Contractor to M Contract is awarded shall not pay less than the said specified prevailing rates of wag workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of sectio of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Sublet Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officei purposes of section 41 07 and 41 07.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall the Contract for work. A pre-bid meeting and tour of the project site will not be held. a em p,s 2/26/97 Contract No. 3522 Page 5 c All bids are to be computed on the basis of the given estimated quantities of work, as ind this proposal, times the unit price as submitted by the bidder. In case of a discrepancy words and figures, the words shall prevail. In case of an error in the extension of a unit F corrected extension shall be calculated and the bids will be computed as indicated ab compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and written in with ink and must be initialed in ink by a person authorized to sign for the Contract Bidders are advised to verify the issuance of all addenda and receipt thereof one day bidding. Submission of bids without acknowledgment of addenda may be cause of rejection Bonds to secure faithful performance and warranty of the work and payment of laboi materials suppliers, in an amount equal to one hundred percent (100%) and fifty percen respectively, of the Contract price will be required for work on this project. These bonds kept in full force and effect during the course of this project, and shall extend in full force a and be retained by the City until they are released as stated in the Special Provisions sectic contract. All bonds are to be placed with a surety insurance carrier admitted and authc transact the business of insurance in California and whose assets exceed their liabilitic amount equal to or in excess of the amount of the bond. The bonds are to contain the 1 documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by 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 ir commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual staten quarterly statement filed with the Department of Insurance pursuant to Article 10 (commenc section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that have (1) a rating in the most recent Best's Ke Guide of at least A-:V, and (2) are admitted and authorized to transact the business of insL the State of California by the Insurance Commissioner. Auto policies offered to n specification of this contract must: (1) meet the conditions stated above for all insurance co and (2) cover any vehicle used in the performance of the contract, used onsite or offsite, owned, non-owned or hired, and whether scheduled or non-scheduled. The auto ir 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 c meeting the above standards with the exception that the Best's rating condition is waived. ' does accept policies issued by the State Compensation Fund meeting the requirement for compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any a 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 submi required bonds and insurance, as described in the contract, within twenty days of bid openir Contractor fails to comply with these requirements, the City may award the contract to the s( third lowest bidder and the bid security of the lowest bidder may be forfeited. II) e @ em r,# 2/26/97 Contract No. 3522 Page 6 o The prime contractor and all subcontractors are required to have and maintain a val Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No 97- 0 adopted on the 7th day of OCTOBER ,1997 . Date , 97 /pwkrg?$$!rk Sherrie D. Worreil, Deputy City e 0 4- p,# 2/26/97 Contract No. 3522 Page 7 c CITY OF CARLSBAD ASTON AVENUE AND COLLEGE BOULEVARD TRAFFIC SIGNAL CONTRACT NO. 3522 CONTRACTORS PROPOSAL m 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 inviting Bids, examined the Plans, Specifications, Special Provisions and addenda theretl hereby proposes to furnish all labor, materials, equipment, transportation, and services requ do all the work to complete Contract No. 3522 in accordance with the Plans, Specifications, : Provisions and addenda thereto and that heishe will take in full payment therefor the followii prices for each item complete, to wit: SCHEDULE I: STREET IMPROVEMENTS Approximate Item Quantity Unit - No. DescriDtion and Unit - Price TOl and Operating at 92,493.06 92, Dollars (Lump Sum) 1 Traffic Signal Complete In Place * LS e 92,943. CI~ , op4w4 1 LOLA wi+L /% t I /V/yJ i &’ (341% 7’ Total amount of bid in words: hl/MLT? TLJ Z, T&UL4,vO AiL6 rL/uK.Dfi& lfb*&C3-? ‘i%5k=& aLL4f.U Ah9 .A) t, CG.L/~~ Total amount of bid in numbers: $ Price(s) given above are firm for 90 days after date of bid opening. 92,993.00 * e= $9 2/26/97 Contract No. 3522 Page 8 of 11 Addendum(a) No@). NOM& hadhave been received and idare included proposal. The Undersigned has carefully checked all of the above figures and understands that the C not be responsible for any error or omission on the part of the Undersigned in preparing this bi The Undersigned agrees that in case of default in executing the required Contract with necl bonds and insurance policies within twenty (20) days from the date of award of Contract by tk Council of the City of Carlsbad, the City may administratively authorize award of the contract 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 licensec business or act in the capacity of contractor within the State of California, validly licensed license number q8z3,z~- 2 , classification 4, 8. el0 J which expii , and that this statement is true and correct and has th le al ef an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant Business and Professions Code shall be considered nonresponsive and shall be rejected by tt 9 7028.15(e). In all contracts where federal funds are involved, no bid submitted sh invalidated by the failure of the bidder to be licensed in accordance with California law. Howe the time the contract is awarded, the contractor shall be properly licensed. Public Contract ( 5 201 04. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is per: interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; t representation, oral or in writing, of the City Council, its officers, agents, or employees has inc him/her to enter into this Contract, excepting only those contained in this form of Contract ai 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 I the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is 30 -D (Cash, Certified Check, 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 employer to be insured against liability for workers' compensation or to undertake self-insura accordance with the provisions of that code, and agrees to comply with such provisions commencing the performance of the work of this Contract and continue to comply until the c( is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, rf to the general prevailing rate of wages for each craft or type of worker needed to execu Contract and agrees to comply with its provisions. czM)J g 30 IC16ven&R 1494 J w /'J 0 e e- p,s 2/26/97 Contract No. 3522 Page 9 of l IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted /-fns C"d#dST&ulC.Trd~ (2) Signature (given and surname) of proprietor mice+"%L c /J/kj,c (3) Place of Business zoeq FCrc,R7e 3-f City and State F-~Lc &m~ I Cca " (4) Zip Code 9 LO28 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 mad general partner) L e/ (Street and Number) Telephone No. (760 ) 73 I -6 /JG #,/A (3) Place of Business (Street and Number) 0 Cityandstate (4) Zip Code Telephone No. IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted A/ /A (Signature) (Title) (2) Impress Corporate Seal he ... ... ... ... ... 0 *- p,# 2/26/97 Contract No. 3522 Page 10 of 1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of C'%'A$>GM n/r 2 Countyof 3~ a, g-ha J- egddm ,N,2Hgk NAME, TITLE OF OFFICER. E G , "JANE DOE, NOTARY PUBk" personally appeared AkdB6/ c- /4A&/+ NAME(S) OF SIGNER(S) personally known to me - OR - Eproved to me on the basis of satisfactory evidei to be the person(s) whose name(s)@ subscribed to the within instrument and knowledged to me that he/she/they execu the same in @/her/their authori; capacity(ies), and that by @/her/tt signature(s) on the instrument the person or the entity upon behalf of which person(s) acted, executed the instrumc WITNESS my hand and official seal. Though the data below is not required by law, it may prove valuable to persons relying on the document and could pi fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUME &e li,~. G~/~~~~~ TITLE OR TYPE OF DOCUMENT TITLE(S) 0 GENERAL I 0 AITORNEY-IN-FACT NUMBER OF PAGES 17] GUARDIAN/CONSERVATOR L& SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTTTY(IES) SIGNER(S) OTHER THAN NAMED ABOVI 01993 NATIONAL NOTARY ASSOCIATION 8236 Remmet Ave., P.O. Box 7184 Canoga Park, C I (3) Incorporated under the laws of the State of (4) Place of Business City and State (5) Zip Code Telephone No. (Street and Number) flu0 NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUS AlTACHED List below names of president, vice president, secretary and assistant secretary, if a corporati partnership, list names of all general partners, and managing partners: #l #r l/qc-L c SJW, /4' ouv4A.i- 0 0 e- Page ll of' %# 2/26/97 Contract No. 3522 BID SECURITY FQRM (Check to Accompany Bid) 0 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CI CARLSBAD, in the sum of this amount being ten percent (10%) of the total amount of the bid. The proceeds of this chec become the property of the City provided this proposal shall be accepted by the City through of its legally constituted contracting authorities and the undersigned shall fail to execute a CI and furnish the required Performance, Warranty and Payment Bonds and proof of ins1 coverage within the stipulated time; otherwise, the check shall be returned to the undersigne proceeds of this check shall also become the property of the City if the undersigned shall wi his or her bid within the period of fifteen (15) days after the date set for the opening thereof, otherwise required by law, and notwithstanding the award of the contract to another bidder. dollars ($ 0 BIDDER *Delete the inapplicable word. (Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on the fo pages shall be executed-the sum of this bond shall be not less than ten percent (10%) of th amount of the bid.) 0 e- aS 2/26/97 Contract No. 3522 Page 12 of l BIDDER'S BOND TO ACCOMPANY PROPOSAL 6 KNOW ALL PERSONS BY THESE PRESENTS; MIcHaEL C. HIGH WASHINGTON INTERNBTZONAL That we. DBA: HPIS CONSTRUCTION , as Principal, and INSURANCE COWANY as Surety are held and firmly bound unto the City of Carisbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) TEN PERCEJYT OF BID (10%) for whici payment, well and truly made, we bind ourselves, our heirs, executors and administrators successors or assigns, jointly and severally, firmiy by these presents. THE CUNDlTlON OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above bounden Principal for: ASTON AVENUE AND COLLEGE BOULEVARD TRAFFlC SIGNAL CONTRACT NO. 3522 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into ani execute a Contract induding required bonds and insurance policies within twenty (20) days from th date of award of Contract by the City Council of the City of Carlsbad, being duly notied of sai award, then this obligation shall become null and void; otherwise. it shall be and remain in MI fore and effect, and the amount specified herein shall be forfeited to the said City. (BID DATE: 11-20-97) .... .... .... 0 *.*. .... .... .... ---. - .... ,... .... I... -..* e e w 2/26197 Contract NO. 3522 Page13of115 - CALIFORNIA ALLPURPOSE ACKNOWLEDGMENT ate of Cal i forn i a ounty of San D i ego 11-18-97 beforeme, Leticia San Martin, Notary Pub1 ic DAE NAME TITLE OF om- - EG -JANE D~E NOTARY PUELIC personalty appeared Valerie M. Pearce Was) OF SIGNER@) G;] personally known to me -t cf v to be the person(@ whose name@) isk subscribed to the within instrument and i knowledged to me that Mshedtbra?jcexecui the same in ktbs/her/Wr authoriz capacity(*b@, and that by ki/her/tA signature@) on the instrument the person( or the entity upon be.hatf o.f which t person(;s) acted, executed the instrume Though the data below is not required by law, it may prove valuable to persons relying on the document and could Frl fraudulent reattachment of this form. ' CAPACITY CLAlMED BY SIGNER DESCRIPTION OF AlTACHED DOCUMEi TITLE OR TYPE OF DOCUMENT RNO 0 GENERAL B AITORNEY-IN-FACT NUMBER OF PAGES DATE OF DOCUMENT SIGNER IS REPRESENTING: WE OF pERsoN(S) OR ENRTY(lES) SIGNER(S) OTHER MAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION 8236 Remmet Ave., P.O. Box7124 Canoga Park, C In the event Principaf executed this bond as an individual, it is agreed that fie death of Prindpa shall not exanerate the Surety from its obligations under th~s bond. Executed by PRINCIPAL this 18TH Executed by SURETY this 18TH day o PRINCIPAL: SURETY: MICHAEL C. HIGH DM: J3M!3 CONSTRUCTION WASHINGTON INTERNATIOW lm"CE ca (name of Pri cipal) 0 day of -. NOVEMBER ,1997. NOVEMBER 1 19c. (name of Surety) 300 PARK BLVD., STE, 500 IWCA. IL 60143 (address of Surety) (telephone mber of Surety) (630)227-4700 By: (sign fl rnLCi24KL c fA '+ 4 cR/vkcer LW! Cd&fl&l/Cy;o/\ (print name here) By: y&mw LiLW -~ (Title and Organization of Signatory) (signature of Attorney-in-Fact) By: VBLWIE M, PEARCE, ATTORNEY-IN-FACT (sign here) (print name here) (Attach corporate resolution showing currev (title and organization of signatory) (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 on1 one officer signs, the corporation must attach a resolution certified by the secretaary or assistar secretary under corporate seai empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL city Attorney (printed name of Attorney-in-Fact) power of attorney.) e #% - WASHING TON IN TERNA TIONA L INSURANCE CU MPA N Y POWER OF ATTORNEY KI . #!S BY THESE PRESENTS: That the Washington International Insurance Company, a corporation organized and existing I of the State of Arizona. and having its principal office in the Village of ltasca, Illinois does hereby constitute and appoint JEROLD D. HALL, SANDRA J. LITTLE, VALERIE M. PEARCE, BARTB. STEWARTAND J.X WARNOCK EACH IN THEIR SEPARATE CAPACIN k true and lawful attorney(s)-in-fact to execute. seal and deliver for and on its behalf as surety, any and all bonds and undedakings, rl contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required, or permitted by lm regulation, contract or otherwise, and the execution of such instrument(s1 in Pursuance of these presents, shall be as binding upon the sai International Insurance Company as fully and amply, to all intents and purposes, as if the same has been duly executed and ackno President and its principal office. This Power of Attorney shall be limited in amount to $5,500,000.00 for any single obligation. This Power of Attorney is issued pursuant to authority granted by the resolutions of the Board of Directors adopted March 22, 1978, July 3, 1980 and October 21, 1986 which read, in part, as follows: 1. The Chairman of the Board, President, Vice President, Assistant Secretary, Treasurer and Secretary may designate Attorne! authorize them to execute on behaif of the Company, and attach the Seal of the Company thereto, bonds, and undertakings, r contracts of indemnity and other writings obligatory in the nature thereof, and to appoint Special Attorneys-in-Fact, who are her to certify copies of any power-of-attorney issued in PUFSUant to this section andlor any of the By-Laws of the Company, and to, time, any such Attorney-in-Fact or Special Attorney-in-Fact and revoke the authonty given him. The signatures of the Chairman of the Board, the President, Vice President, Assistant Secretary, Treasurer and Secretary, an1 seal of the Company, may be aftxed to any Power of Attorney, certificate, bond or undertaking relating thereto, by facsimile. A of Attorney, certificate bond or undertakin,g bearing such facsimile signature or facsimile seal affixed in the ordinary course oi be valid and binding upon the Company. \\\WWI/ , IN TESTIMONY WH~~\~q)h$@@ton International Insurance Company has caused this instrument to be signed and its cop affixed by its authqui-fhim-thi$~ 2. 4ay of May, 1997. .+ $*..:- T."-j,,..., *-.% 8 - = e; rp-OO .. r) 3 (?:,-t ,& ? j g z =z. = ';is &$$r& : 2 =' 0 9 ... .-- $ 2 3; &$~+.~Q~++g *..$ 5 WASHIN = c3. = 2: : 5s. : 2. : // R *. .' 9 3 Steven P. Arkk?&on,%ce-President L INSURANCE COMPANY 0- // .. ........ 0. // STATE OF ILLiNOk 41?1z0~:,,,\*" COUNTY OF COOK) "'4'J~~I~l'~il~~' On this 20th day of May, 1997, before me came the indiidual who executed the preceding instrument, to me personalty known, and, bc Insurance Company; that the sez the day and year first above written. MICHELLE HOWERTON STATE OF ILLINOIS) .. COUNTY OF COOK) 1, the undersigned, Vice-President of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA Corporation, DO HE1 that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked, and furthermore that Arti of the By-Laws of the Corporation, and the Resolution of the Board of Directors, set forth in the Power of Attorney, are now in force Signed and sealed in the County of Cook. Dated the 18mday of HOVEMBER , 19 97 . 0 JarneKCafpenter. @e-President - GUJDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID" AND "DESIGNATION OF OWNER OPERATOWLESSOR AND AMOUNT OF OWNER OPERATOWLESSOR WORK FORMS a REFERENCES Prior to preparation of the following Subcontractor and Owner Operator/ disclosure forms Bidders are urged to review the definitions in section 1-2 of the SSPWC anc Special Provisions to this Contract especially, "Bid", "Bidder", "Contract", "Contractor", 'IC Price", "Contract Unit Price", "Engineer", "Subcontractor" and "Work" and the definitions in 2 1-2 of the Special Provisions especially "Own Organization" and "Owner Operator/Lessor." E are further urged to review sections 2-3 SUBCONTRACTS of the SSPWC and section 2 these Special Provisions. CAUTIONS Bidders are cautioned that failure to provide complete and correct informatio result in rejection of the bid as non-responsive. Any bid that proposes performance of more tl percent of the work by other than the Contractor's own organization will be rejected a responsive. INSTRUCTIONS Bidders shall use separate disclosure forms for each Subcontractor or Operator/Lessor (O+O) of manpower and equipment that is proposed to be used to complt Work. ' All items of information must be completely filled out: Where the bid item will be installed by more than one Subcontractor or Owner Operator/Les: percentage of the bid item installed by the Subcontractor or Owner Operator/Lessor being li! the line of the form must be entered under the column "O/O of Item by Sub" or "O/O of Item by as applicable. If a Subcontractor or Owner Operator/Lessor installs or constructs any portic bid.item the entire amount of the Contract Unit Price shall be multiplied by the Quantity of 1 item that the Subcontractor or Owner Operator/Lessor installed. Suppliers of materials from sources outside the limits of work are not subcontractors. The Vi materials and transport for materials from sources outside the limits of work, as shown on thp shall be assigned to the Contractor, the Subcontractor, or the Owner Operator/Lessor as thl may be, installing them. The value of material incorporated in any Subcontracted or Operator/Lessor instailed bid item that is supplied by the Contractor shall not be included l part of the portion of the work that the Contractor is required to perform with its own organizati The item number from the "CONTRACTORS PROPOSAL" (Bid Sheets) shall be entered in tl Item No." column. When a Subcontractor or Owner Operator/Lessor has a Carlsbad business license the numbe be entered on the form. If the Subcontractor does not have a valid business license enter "NO the appropriate space. Bidders shall.make any additional copies of the disclosure forms as may be necessary to F the required information. The number of additional form pages shall be entered on the fir: page of each type so duplicated. 0 0 4- r,s 2/26/97 Contract No. 3522 Page 15 of 1 Bidder may, at its option, combine bid items on a single row in the chart on the disclosure fo using this option the Bidder must indicate the bid item numbers to which the information in tl pertains. This option may oot be used where the subcontractor or Owner OperatodL constructing or installing less than 100 percent of a bid item. The percentages and dollar ar may be the sums of the bid items listed in that row. When the Bidder proposes using a subcontractor or owner operator1Lessor to construct or less than 100 percent of a bid item the Bidder must attach an explanation sheet to the desi< of subcontractor or designation of Owner Operator/Lessor forms as applicable. The expk sheet must clearly apprise the Agency of the specific tasks, materials and/or equipment th proposed to be so supplied. Determination of the subcontract and Owner Operator/Lessor amounts for purposes of award contract shall determined by the City Council in conformance with the provisions of the u documents and these Special Provisions. The decision of the City Council shall be final. e 0 a 4- r,# 2/26/97 Contract No. 3522 Page 16 of 1 DESIGNATION OF SUBCONTRAC'VOR AND 0 AMOUNT OF SUBCONTRACTOR'S BID The Bidder MUST complete each information field on this form for each subcontractor proposes to use. Additional copies of this form may be attached if required to accommoda Contractor's decision to use more than one subcontractor, This form must be submitted as a the Bidder's sealed bid. Failure to provide complete and correct information may result in rejec the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractors in pre this bid for the Work and that the listed subcontractors will be used to perform the portions Work as designated in the list in accordance with applicable provisjons of the specificatior section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Pri Act." The Bidder further certifies that no additional subcontractor will be allowed to perfor portion of the Work and that no changes in the subcontractors listed work will be made excer the prior approval of the Agency. Full Company Name of Subcontractor: L~GEQ-sW% S7n1 pin/q OK eALIFom,,d CompleteAddress: 8Sll 4 2 APLmg nD Street 'S4AJ72d c4. 92871 City State Zip Telephone Number plus Area Code: 6 19 sbz 1 'ob& o California State Contractors License No. & Classification: v2I 7 2 7 .. - Carlsbad 8usiness License No.: - - -- Lr. I^ e. rcl 0 F @ 212W7 Contract No. 3522 Page 17 < DESIGNATION OF SUBCONTRACTOR AND “NJW OF SUBCONTRACTOR‘S BID The Bidder MUST complete each information field on this form for each subcontractor proposes to use. Additional copies of this form may be attached if required to acmmmodi Contractor’s decision to use more than one subcontractor. Thfs form must be submitted as a the Bidder‘s sealed bid. FailUr8 to provide complete and correct information may result in rejei the bid as non-responsive. The Bidder cerfiffes that it has used the sub-bid of the following listed subcontractors fn pre this bid lor the Work and that the lkbd SUbWRhCtMs will be used to perform the portions Work as d0dgnat8ci in the list in accordance with applicable provisions of the specificatlor section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Pr; Ad,* The Bidd8r fUrthtsr -8s that nO additional sobcontractor will be allowed to perfor portion of the Work and that no changes in the subcontractors listed work wiil be made excep the prior approval of the Agency. Full Company Name of Subcontractor: ?-UFfid COOPS C @~k fi~~jl~l4 complete Address: 2 7 3 CA In d LL I 4 JT 0 Street Am4 N&rn CA . 9tdd(t City State ZIP Telephone Number plus Area code: California State Contractors License No. 8t ClassifMlon: C/o I C 52 6 3’ z91-6 Carisbad Business license No.: “5‘ 52 0 --yo Lb e- 0 contract No. 3522 -43 ilof 1 a 2/26B7 DESIGNATION OF OWNER OPERATOWLESSOR AND AMOUNT OF OWNER OPERATOWLESSOR WORK The Bidder MUST complete each information field on this form for each owner operator/or (O+O) that it proposes to use to perform any portion of the Work. Additional copies of this fol be attached if required to accommodate the Contractor’s decision to use more th; subcontractor. This form must be submitted as a part of the Bidder‘s sealed bid. Failure to I complete and correct information may result in rejection of the bid as non-responsive. Except individuals listed below the Bidder certifies that no Owner OperatorlLessor will be allowed to F any portion of the Work. The Bidder further certifies that no changes in the Owner Operator1 listed work will be made except upon the prior approval of the Engineer. Provide a separatt for each Owner Operator/Lessor. See section 1-2 of the Special Provisions for definition of Operator/Lessor . Full Owner Operator/Lessor Name: Complete Address: Street e City State Zip Telephone Number plus Area Code: ( 1 - City of Carlsbad Business License No.: OWNER OPERATOWLESSOR WORK ITEMS e - Page of pages of this form e e* aS 326197 Contract No. 3522 Page 18 of 1 ,. 1620 5TH AVENUE HMS Construction Co. 2089 Fuerte Street allbrook CA 92028 ER'S 8 CONTRACTOR'S PROT ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS PROPERTY DAMAGE UMBRELLA FORM CITY OF CARLSBAD 2075 LAS PALMAS DRIVE 2 DAYS WlUTtEN NOTICE TO THE BUT FAILURE TO MAlL SUCH NOT1 / CL 6 (1 04 0 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG20 10 10 93 ADDITIONAL INSURED-OWNERS,LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 12:Ol A.M. standard time Name of Person or Organization: City of Carlsbad 2075 Las Palmas Drive Carlsbad, CA 92009-1576 e (If no entry appears above, information required to complete this endorsement will be shown in the Declarations s applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured tile person or organization shown in 1 Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. PRIMARY INSURANCE CLAUSE It is agreed that such insurance as is afforded by this policy for the benefit of the additional insured shown shall b primary insurance, and any other insurance maintained by the additional insured(s0 shall be excess and non- contributory, but only as respects any claim, loss or liability arising out of the operations of the named insured(s) its sub-contractors, and only if such claim, loss or liability is determined to be solely the negligence or responsibiL of the named insured. e ROBERT F. DRIVER CO., INC. 1620 5TH AVENUE 0 SAN DIEGO, CA 92101-2703 HMS Construction Co. Fallbrook CA 92028 HEREIN IS SUBJECT TO ALL ER'S & CONTRACTOR'S PROT ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NDN-OWNED AUTOS CITY COUNCIL CITY OF CARLSBAD NOTICE TO THE CERTlFl o 1200 CARLSBAD VILLAGE DRIVE BUT FAILURE CARLSBAD, CA 92008 CONTR1CTOR'S - SPECIAL COVERAGE EhDORSEiMENT Ti maorse:ent modifies UEUT~RCZ provicki U&Z the foIIowIIlg: e COMMERCL.U, GE,VER.IL LLJBILITY COVERAGE P.4RT 1.) AMENDMENT-GE~YERIL AGGREGATE LIMETS OF INSURLYCE TO APPLY PER PROJECT The General Aggregare LIIllit under LIMIT5 OF INSUIWNCE (SECTION III) appiies sepra.t~Iy to each of your projecs away hm pr-es owned by or rented to you. - 2) B-T ADDITIONAL INSUREDS-REQGIRED BY CONTIMCT OR ISS'ITANCE OF A PERMIT (A) WHO IS .&V NSLTRED (Section 0) is amexki to incIude as an insured any person, organizarion, tnrstee, sate or governme;raf arity to whom or to which you a~e obiigmxi, by vittue of a written CoIIIToC: or apemext or by virtue of the ism= or exisrencs of a penrut, to ;Imide iusuranc mch as is zBorded by ths policy, bur only with respec: to liab* ZESing out of I. 'Your work" for the ac&ionaI msured(s) or fbr which a govemd entrty bas issued a pdt, or Am or Omissrons of the addirional insured($ in connection with their general supervision of OUT work" at the iocation shown in the Schedule; 2. e then only for the limb of liability specs& in such cunLia: or qmnmt, but m no evut for limirs of Irabiiirl; in excss of rhe quiiuble Iimrrs of liabliiry or" this policy, provided that 1. such person, orsanization, trusee, =ate or governmental ex- shall be an bsured only with respect to occics eg place after such u;nrren CDHG~C: or qeement has be=n exzczsid or such pemr has be=a . issued. and _. 7 2) the rme 3f such person. orgaxzccn, trustee, era= or ,oovenzmm-i. %IIF !xis bz fumsned 3 ~5: cornpay as of *e e5.cZve &r,p of die poky. or - - b) (i, EUC~ c~nc?,c: or g=.me~ &:s :zm or such ?ezns :s :ssud azmg &e ?o!icy pe=od. and Page i of3 Z=c;t:gk Cxs Szte Mknagetzc: C+~ua. inc . i 0?5 >.:.=:cces :qz&Ci 3zc.zi 3i L-sczzcc= Sexc:s 9bct .*-+ ,... , ,E ~ZYLSSC~. cq~~$~i, I!SE?ZC= Scae Orfi~, 19Sj) 0 - - -_ - - - __ -. .- __ --_ _- ._ (iij the named insur:l notifies us. with 180 &.VS &r c!!e s~e:~-v~ date of the contracr or agreemezt or $e issiice date of the pemit, of che dare as of wiiich such perscn orpxztion, L,TUS=: es‘are or ,oovernmental ezrit). shall be inc!uded as an irsured. - !. (B) Wi respec: tc any such person. cr-mizaion, trustee, eswe or govemmd dq, included as an msured by vime ofthis srwision, &e firs named insured is m&orized to ac: on behalf of such an insured miti.. respea to ai1 matters relahg to this policy. Such matters include the giving and recziving of notice of cancdlarion or Ron-renewal, and the dmg of changes in the policy tens ~i~b the company’s consent ; provided, however, this shall not reiieve an insured ofthe duties set fonh in Condition 2. (Duties in the Event of Ocmncc, Claim or Suit) of *& poiicy. For the purpose of this provisig “First Named Insured” means the person or organization first named in the Declarations .. --. of the policy. (C) . .. .. .. . . .. . . . .. . . With respect to the insuranc,~ a€ord+xi hse additional insureds, the foilowing additional provisions appiy: 1. Under Coverage A, exchsions (a), (dl, (e), (f), (E), (i) and (m), apply to this insurance and any ober exclusions added by endorsement to the policy which amend the previous cxcIusions or are added in addirion. Additional Excfusions. This insurance does not appiy to: (a) “Bodily injury” or ”property damage” for wfuch the additional irmred(s) are obligited to pay damqes by reason of the assumption of IiabiIiry in a contract or agreement. This exciusion aoes not appiy to IiabiIiry for damages that the additional &urd(s) would have in the absencz of the contract or agreema. 2. e . (b) ‘73ociiiy injun;” or ‘‘prcpeq damage” occuni~_g after: (i) AI work on the project (other than service, rnairitenance, or rqairs) to be performed by or on bddf of &e additionaI ixxsured(s) at the s:Ie of the cover& opemions iw been cornpiered; or (ii) Tfiac.pcrcicn ci “your work” out of which the injuF or dxqe arises 3s kez~ pm io irs inrenced xse b!. my 7erscn cr mpqizrtr:or! other L~L! mother ccnrrxzcr or sr?bcmrncrcr errgaged in perrjmmg C~JTX:ORS for a pr;nc!D~li as Far of Lte sane 0 njccr. P3ge 2 of 1 Casl.r,ght -=i’S: :u:e .Lkxgernzr.: i-rou;. - kc.. i $95 (k:ki:s :Sl“l;;lg?zd zatc.a! SI -. LlsLr-!Cc sexces CECe ~5 ill ;m.:ssicc. Czp!zg!!.r. ksuraxe Sexes CXk. ips:: 0 -._. .. .. .-__.._---.- --. - . .. . .. (c) "3cdiiy injury"or ''pnpeq damage"&sing out of any act or omissicn of the zddiuonai insured(s) or any of their employes, other h the general supemision of work pesome:! for the addiuonal kurd(s) by you. 0 (d) "Propeq he" to: (i) Prcperty owmd, used or occupied by or mtd to the addi~onal insured(s); (ii) Pr0pe.T in the care, custody, or corn01 of the addirional insured(s) or over wh~ch the adckional inSured(s) are for any purpose exercismg physical comol; or ..- . . . . . . . . . . . (iii) 'Your work" for the addiuod insumi(s) 'Bodily injury" or 'Propeny ckmqe" axisins out of the soie negiigeace of a lessor of leased equipmezt or to any 'bcmce" which takes place after the expiradon of an equipment lezse. (e) @) Coverage provided by his endorsement to the Additional h.mred(s) shaII be primary .. .. insurant=. Any other insurant, 0 m;umamed by the -4ddirod Insured(s) shall be exca and noncontributory. e) DUTIES IN THE EVENT OF OCCURRENCE (A) The rqiremea in Coxdirim 2.a. (Section IV) that you mtlsf see to it that we ate nosed of an "ocmnexct" applies dy when the c'o~~ce" is horn to: (1) You, if you are an individual: A paner, if you are a pzmnershiu; or '4n zxecuuve oficer or insurance mauager, if you are a ccrporation. (2) (3 Tne :equiremcsr il Condition 2.b. tha~ you musi see to it tbat we receive notice of a claim or :'suit"na not be cmsided br:zch& urless &e brack OCCU~S a2er such claim or "suit''. is kzom to: (I! (2) t3 (B) Youl if you are ai inchvicuai: A pamer. if~ou x: a ?zzce&iu: or h~ execrrxive ofic~r 3r ~ZEEXE mxqe:, If you ar: a coqonrion. .. . .. Pqe 3 of 4 CJp>'?i& -=?SI SkCC !&-met hut, hc.. 1??5 (kcids :o?>qhtei zm&& aih?c= Sersices 0tZc.e ~i: is Fmissrar, CX?T!&?:. hszz~ce SC,~:S OEc:, 1085) e . - - - . . . -.._ .. . 4.) ACTIONS IN REM 0 mo E hi INSLED (section m is ammM to include: 5. hy vessel owned, op& by or for you or charted by or for you with respes to a action in rem shall be trea& in the same manner as though the action were in personam agim you. 5.) PROPERTY DAMAGE - BORROWED EQmPMElYT (A) Exclusion j. of COVERAGE -4 (Sehn I) is amended as fouowS: Paragraph (4) of this exclusion does not appiy to ‘bropeny damap”to bornwed equipment whiIe not being used to perform operations at &e job site. Tius insurancc is excess over any other did and CoiIectible prop- insurane (kciuriing any deductibie portion thereof) available to &e insured wh&er primary, excess, contingem or any other basis. Ody with respect to this addirional coverage, the Each Occurrencz Limit shown in the Dec!ararions is amded to read $75,000. (Section JII - Limirs) - (B) . (C) 0 Pzse 4 of4 Cq,r&. %st Skre Mamgmmx Group, hc., 15195 iTs,c!udes =q)ngittk ratezal of -- - Sm= OECe wth vssicn. Copyr.giit, lanrrance S-ccs Office, 1985) a G-209 ! 12.‘95) ~ -- - __ _- BIDDERS STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) 0 Copies of the latest Annual Report, audited financial statements or Balance Sheets m submitted under separate cover marked CONFIDENTIAL. s&G 477-AcYGD e 0 0- p,# 2/26/97 Contract No. 3522 Page 19 of 1’ Date Contract Completed 7/57 OPC, 6/9 7 2/9 7 OF&" * e Name and Phone AI Name and Address No. of Person Type of of the Employer to Contract Work cc 760 7G- 1346 2 I3 3 7 -fc'L4~iFlL Ss$AAL 39, @ 17% OF VtST4 TAW16 OSGn,O 015 cp27-323# 90s 393-GZ47 v 66 4b-7 -*\o C+Q OF J~A D~t$<d 3iiU44.L u4-4 S7e-i L/G~P{ 576, v c$79 6K SAW hbn45 3"- cwyt-P&LL STueTLi+A, )3, t cVllc7R14.vs nil-L ~!4WR/e-? 5I4N Ju-ps;R 32 > SSSO uNJuCia5rTy brCi 7--17-4300 ,4 1 s7-7-c icpT/ii 20 s; , L.R. HCrOf3t3~0 co-*.S-r. d BIDDERS CERTIFICATE OF INSURANCE FOR LIABILITY AND WORKERS’ COMPENSATION (To Accompany Proposal) GENERAL LIABILITY, EMPLOYERS’ LIABILITY, AUTOMOTI 0 i As a required part of the Bidder’s proposal the Bidder must attach either of the following to thi: page. 1. Certificates of insurance showing conformance with the requirements herein for: Comprehensive General Liability Employer‘s Liability Automobile Liability Workers Compensation 2. Statement with an insurance carrier‘s notarized signature stating that the carrier can, and u payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insuranc Comprehensive General Liability, Employer‘s Liability, Automobile Liability and Workers Compensation in conformance with the requirements herein and Certificates of insurance tc Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies c to meet the specification of this contract must: (1) meet the conditions Stated in The Notice 11 Bids, the Standard Specifications for Public Works Construction and the Special Provisions f project for each insurance company that the Contractor proposes, and (2) cover anv vehicle u the performance of the contract, used onsite or offsite, whether owned, non-owned or hirec whether scheduled or non-scheduled. The auto insurance certificate must state the coverage “any auto” and cannot be limited in any manner. 0 4- %# 2/26/97 Contract No. 3522 Page 21 of 11 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) 0 1. Have you or any of your subcontractors ever been debarred as an irresponsible bid another jurisdiction in the State of California? > Yes no 2. If yes, what washvere the name(s) of the agency(ies) and what wadwere the perioc debarment(s)? Attach additional copies of this page to accommodate more than two debarmc party debarred party debarred agency agency period of debarment period of debarment 0 BY CONTRACTOR: /Jms CV.US7Y2dCTi~ru By: Tozy (sign h (print namehitie) h &&-c. h/)4 4 ch4Lc.V 0 4- %$ 2/26/97 Contract No. 3522 Page 22 of d BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) Contractors are required by law to be licensed and regulated by the Contractors’ State L Board which has jurisdiction to investigate complaints against contractors if a complaint regal patent act or omission is filed within four years of the date of the alleged violation. A cor regarding a latent act or omission pertaining to structural defects must be filed within 10 years date of the alleged violation. Any questions concerning a contractor may be referred 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 Cal Contractors’ State license Board two or more times within an eight year period? 0 x no Yes 2. Has the suspension or revocation of your contractors license ever been stayed? A Yes no 3. Have any subcontractors that you propose to perform any portion of the Work ever hac contractor’s license suspended or revoked by the California Contractors’ State license Board more times within an eight year period? -7( Yes no 4. Has the suspension or revocation of the license of any subcontractor‘s that you propc perform any portion of the Work ever been stayed? 0 _x Yes no 5. If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the disciplined, the date of and violation that the disciplinary action pertain to, describe the nature violation and the disciplinary action taken therefor. (Attach additional sheets if necessary) a 4iw p,# a26197 Contract No. 3522 Page 23 of 1 I BIDDER’S DISCLOSURE OF DlSClPLlNE RECORD (CONTINUED) 0 (To Accompany Proposal) 6. If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the who’s discipline was stayed, the date of the violation that the disciplinary action pertains to, de the nature of the violation and the condition (if any) upon which the disciplinary action was st: (Attach additional sheets if necessary) 0 BY CONTRACTOR: I-/& s CQ~S-m&T,~W @$?-;;,cmgor) By: (sig ere) (print nameltitle) LMlCL(4GC c ‘i1G k oc-hgr- 0 em ta 2/26/97 Contract No. 3522 Page 24 of 1 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 0 State of California 1 County of 1 ) ss. fitL.fi&gL c d/6U , being first duly sworn, depa (Name of Bidder) and says that he or she is of MrnJ CdA/3%dLTl~d O&UNNL;& (Title) (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on behalf ( undisclosed person, partnership, company, association, organization, or corporation; that the genuine and not collusive or sham; that the bidder has not directly or indirectly induced or st any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, con' connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall I from bidding; that the bidder has not in any manner, directly or indirectly, sought by agrec communication, or conference with anyone to fix the bid price of the bidder or any other biddei fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to 5 any advantage against the public body awarding the contract of anyone interested in the pro contract; that all statements contained in the bid are true; and, further, that the bidder ha @ directly or indirectly, submitted his or her bid price or any breakdown thereof, or the co thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee corporation, partnership, company association, organization, bid depository, or to any mem agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct and th t this affidah executed on the I?+ day of E7c- ,1993- Subscribed and sworn to before me on the 1.4 day of A!k?&Ek%,&FK ,IC (NOTARY SEAL) 0 4- p.$ 2126197 Contract No. 3522 Page 25 of 1 * CONTRACT PUBLIC WORKS e This agreement is made this and day of L&Llnr~ , 19*, I between the City of Carlsbad, California, a municipal corporation,sreinafter called 'City"), and HMS Construction whose principal place of business 2089 Fuerte Street; Fallbrook, CA 92028 (hert called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract doc1 for: ASTON AVENUE AND COLLEGE BOULEVARD TRAFFIC SIGNAL CONTRACT NO. 3522 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice i Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation of OperatorlLessors, Bidder's Statements of Financial Responsibility, Technical Ability and Exper Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plan Specifications, the Special Provisions, addendum(s) to said Plans and Specifications and : Provisions, and all proper amendments and changes made thereto in accordance with this Cc or the Plans and Specifications, and all bonds for the project; all of which are incorporated he1 this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the w indicated, specified, and implied by the Contract Documents. Any items of work not indicz specified, but which are essential to the completion of the work, shall be provided at the Contr expense to fulfill the intent of said documents. In all instances through the life of the Contra City will be the interpreter of the intent of the Contract Documents, and the City's decision rek said intent will be final and binding. Failure of the Contractor to apprise subcontract0 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 Contrac shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specificatic Public Works Construction (SSPWC) 1997 Edition, hereinafter designated "SSPWC", as isst the Southern California Chapter of the American Public Works Association, and as amended Special Provisions section of this contract and Caltrans Standard Specifications dated July The Engineer will close the estimate of work completed for progress payments on the last \h day of each month. @ l. e *- p,s 2/26/97 Contract No. 3522 Page 26 of 1 5. Independent Investigation. Contractor has made an independent investigation jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progi the work, and is aware of those conditions. The Contract price includes payment for all wo may be done by Contractor, whether anticipated or not, in order to overcome under! conditions. Any information that may have been furnished to Contractor by City about under! conditions or other job conditions is for Contractor's convenience only, and City does not v that the conditions are as thus indicated. Contractor is satisfied with all job conditions, inc underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves c trenches or other excavations that extend deeper than four feet below the surface Contractc promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous as defined in section 25117 of the Health and Safety Code, that is required to be remove Class I, Class II, or Class Ill disposal site in accordance with provisions of existing law. 6. Differing Conditions. Subsurface or latent physical conditions at the site differing frorr indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any u nature, different materially from those ordinarily encountered and generally recognized as in 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 or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, time required for, performance of any part of the work shall issue a change order und procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions ma differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cos1 time required for, performance of any part of the work, contractor shall not be excused fro scheduled completion date provided for by the contract, but shall proceed with all work performed under the contract. Contractor shall retain any and all rights provided either by u or by law which pertain to the resolution of disputes and protests between the contracting parti 7. Immigration Reform and Control Act. Contractor certifies it is aware of the require of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has COI and will comply with these requirements, including, but not limited to, verifying the eligibi employment of all agents, employees, subcontractors, and consultants that are included Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Departn Industrial Relations has determined the general prevailing rate of per diem wages in accoi with California Labor Code, section 1773 and a copy of a schedule of said general prevailin$ rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pu to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor sha copies of all applicable prevailing wages on the job site. 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defensl indemnify and hold harmless the City, and its officers and employees, from all claims, loss, da injury and liability of every kind, nature and description, directly or indirectly arising from connection with the performance of the Contract or work; or from any failure or alleged fail em ES 2/26/97 Contract No. 3522 Page 27 of I 0 0 0 Contractor to comply with any applicable law, rules or regulations including those relating to and health; and from any and all claims, loss, damages, injury and liability, howsoever the may be caused, resulting directly or indirectly from the nature of the work covered by the Co except for loss or damage caused by the sole or active negligence or willful misconduct of the The expenses of defense include all costs and expenses including attorneys' fees for litic arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award contract to Contractor, and Contractor will pay all costs, including defense costs for tht Defense costs include the cost of separate counsel for City, if City requests separate counsel. IO. Insurance. Contractor shall procure and maintain for the duration of the contract ins1 against claims for injuries to persons or damage to property which may arise from or in conn with the performance of the work hereunder by the Contractor, his or her agents, represent employees or subcontractors. Said insurance shall meet the City's policy for insurance as st; Resolution No. 91-403. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum indicted herein: a. Comprehensive General Liability Insurance: $1,000,000 combined single lirr occurrence for bodily injury and property damage. If the policy has an aggregate limit, a se, aggregate in the amounts specified shall be established for the risks for which the City or its a officers or employees are additional insured. b. Automobile Liability Insurance: $1,000,000 combined single limit per accident for injury and property damage. In addition, the auto policy must cover any vehicle used performance of the contract, used onsite or offsite, whether owned, non-owned or hire( whether scheduled or non-scheduled. The auto insurance certificate must state the coveragc "any auto" and cannot be limited in any manner. c. Workers' Compensation and Employers' Liabitity Insurance: Workers' compensatior as required by the Labor Code of the State of California and Employers' Liability limits of $1 ,O( per incident. Workers' compensation offered by the State Compensation Insurance FI acceptable to the City. (B) Additional Provisions. Contractor shall ensure that the policies of insurance required this agreement contain, or are endorsed to contain, the following provisions. General Lil Employers' Liability and Automobile Liability Coverages: a. The City, its officials, employees and volunteers are to be covered as additional insur respects: liability arising out of activities performed by or on behalf of the Contractor; produc completed operations of the contractor; premises owned, leased, hired or borrowed t contractor. The coverage shall contain no special limitations on the scope of protection affor the City, its officials, employees or volunteers. All additional insured endorsements mi evidenced using separate documents attached to the certificate of insurance; one for each COI affording general liability, employers' liability and auto liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the Ci officials, employees and volunteers. Any insurance or self-insurance maintained by the C officials, employees or volunteers shall be in excess of the contractor's insurance and sh 0 . 0 contribute with it. e= %# 2126197 Contract No. 3522 Page 28 of 1 c. Any failure to comply with reporting provisions of the policies shall not affect coverage pr to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each i against whom claim is made or suit is brought, except with respect to the limits of the in liability. (C) "Claims Made" Policies. If the insurance is provided on a "claims made" basis, co shall be maintained for a period of three years following the date of completion of the work. (D) Notice Of Cancellation. Each insurance policy required by this agreement shall be en1 to state that coverage shall not be nonrenewed, suspended, voided, canceled, or redu coverage or limits except after thirty (30) days' prior written notice has been given to the t certified mail, return receipt requested. (E) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-i retention levels must be declared to and approved by the City. At the option of the City, eithc insurer shall reduce or eliminate such deductibles or self-insured retention levels as respe City, its officials and employees; or the contractor shall procure a bond guaranteeing payn losses and related investigation, claim administration and defense expenses. (F) Waiver Of Subrogation. All policies of insurance required under this agreement shall c a waiver of all rights of subrogation the insurer may have or may acquire against the City or its officials or employees. (G) Subcontractors. Contractor shall include all subcontractors as insured under its polic shall furnish separate certificates and endorsements for each subcontractor. Coverag subcontractors shall be subject to all of the requirements stated herein. (H) Acceptability Of insurers. Insurance is to be placed with insurers that have a rating in Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the busin insurance by the State of California Insurance Commissioner as admitted carriers as evidena listing in the official publication of the Department of Insurance of the State of California under the standards specified by the City Council in Resolution No. 91-403. (I) Verification Of Coverage. Contractor shall furnish the City with certificates of insuranc original endorsements affecting coverage required by this clause. The certificate: endorsements for each insurance policy are to be signed by a person authorized by that ins1 bind coverage on its behalf. The certificates and endorsements are to be in forms approved City and are to be received and approved by the City before the Contract is executed by the C (J) Cost Of Insurance. The Cost of all insurance required under this agreement shall be in in the Contractor's bid. 1 I. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resol accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1 I Arti (commencing with section 20104) which are incorporated by reference. A copy of Article included in the Special Provisions I section. The contractor shall initially submit all claim: $375,000 to the City using the informal dispute resolution process described in Public Cc Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the co all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the Cal Government Code) for any claim or cause of action for money or damages prior to filing any I for breach of this agreement. 0 QW a# 2126197 Contract No. 3522 Page 29 of 1 (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to th must be asserted as part of the contract process as set forth in this agreement and I anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it TT considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sei 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly sub1 false claim to a public entity. These provisions include false claims made with deliberate igno 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 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 may subject the Contractor to an administrative debarment proceeding wherein the Contract01 be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carisbad Municipal Code sections 3.3; 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by referencc (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarme another jurisdiction is grounds for the City of Carlsbad to disqualify the Contr from participating in future contract bidding. I have read and understand all provisions of Section I1 above. 12. Maintenance of Records. Contractor shall maintain and make available at no cost t City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, E 2, of the Labor Code. If the Contractor does not maintain the records at Contractor’s principal of business as specified above, Contractor shall so inform the City by certified letter accompa the return of this Contract. Contractor shall notify the City by certified mail of any change of ad of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with st 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 substi for any monies withheld by the City to secure performance of this contract for any oblig established by this contract. Any other security that is mutually agreed to by the Contractor an 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 lav clause required by law to be inserted in this Contract shall be deemed to be inserted hereir included herein, and if, through mistake or othewise, any such provision is not inserted, or I correctly inserted, then upon application of either party, the Contract shall forthwith be phys amended to make such insertion or correction. 0 0 (Initial) 0 ... *w ta 2/26/97 Contract No. 3522 Page 30 of 11’ 16. Additional Provisions. Any additional provisions of this agreement are set forth "General Provisions" or "Special Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUS ATTACHED @ (CORPORATE SEAL) CONTRACTOR: N s CoA/J7-'j-RLET-~Ohl ame of C ntr tor) 1 (sign ere) ATTEST: City Clerk 1/Lc~Ccb4kc C kirb/./ Qwb&..12- a.tzaz-klQ&- (print name and title) (sign here) (print name and title) By: e President or vice-president and secretary or assistant secretary must sign for corporations. one officer signs, the corporation must attach a resolution certified by the secretary or as! secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL City Attorney By: JAN DeP 0 em r,s 2/26/97 Contract No. 3522 Page 31 of 11 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Stateof ~ALIG~'~ before me, RAdZ I 4An-L J bJO.tWc( Q, b I;C Name and Xtle of Officer (e g , "Jane Doe. Notary Public") personally appeared M;cLc.d C- H;$h 0 personally known to me - OR -Fproved to me on the basis of satisfactory evidence to be the person1 whose name(s)&/are subscribed to the within instrumc Name@) of Signer(s) or the entity upon behalf of which the person(s) act€ executed the instrument. WITNESS my hand and official seal. Signature of Notary Public Though the information below fs not required by law, it may prove valuable to persons relying on the document and could preve fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer($ Other Than Named Above: public J&s UoJ Capacity(ies) Claimed by Signer(s) Individual Individual 0 Corporate Officer 0 Partner - 0 Limited 0 General 0 Corporate Officer Partner - Limited General Attorney-in-Fact 0 Guardian or Conservator Title(s): 0 Guardian or Conservator Signer Is Representing: Signer Is Representing: Reorder Call Toll-Frei 0 1995 National Notary Association * 8236 Remmet Ave , PO Box 7184 Canoga Park, CA 91309-7184 Prod No 5907 PREMIUM INCLUDED IN PI BOND LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Res , adopted December 16, 1997 , has awar (hereinafter designated as the "Principal"), a Contract for: e NO. 97-720 HMS Construction:2089 Fuerte Street: Fallbrook, CA 92028 ASTON AVENUE AND COLLEGE BOULEVARD TRAFFIC SIGNAL CONTRACT NO. 3522 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other CC Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of whi incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms 1 require the furnishing of a bond, providing that if Principal or any of their subcontractors shal pay for any materials, provisions, provender or other supplies or teams used in, upon or abc performance of the work agreed to be done, or for any work or labor done thereon of any kii Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, HMS CONSTRUCTION as Principal, (hereinafter designated as the "Contractor"), and INSURANCE COMPANY as Surety, are held firmly bound unto the City of Carlsbad in the sum of FORTY-SIX THOL FOUR HUNDRED NINETY-sIX AND 50/100 ----- -- ---_---_____-___________ D ($ 46,496.50 ), said sum being fifty percent (50%) of the estimated amount pay; the City of Carlsbad under the terms of the Contract, for which payment well and truly to be we bind ourselves, our heirs, executors and administrators, successors, or assigns, joint severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or hidher subcontract( to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or abc performance of the work contracted to be done, or for any other work or labor thereon of an! or for amounts due under the Unemployment Insurance Code with respect to such work or tal for any amounts required to be deducted, withheld, and paid over to the Employment Develo Department from the wages of employees of the contractor and subcontractors pursuant to s 13020 of the Unemployment Insurance Code with respect to such work and labor that the Sur4 pay for the same, not to exceed the sum specified in the bond, and, also, in case suit is b upon the bond, costs and reasonable expenses and fees, including reasonable attorney's fe be fixed by the court, as required by the provisions of section 3248 of the California Civil Code This bond shall inure to the benefit of any and all persons, companies and corporations enti file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencing with section 302 Surety stipulates and agrees that no change, extension of time, alteration or addition to the tel the Contract, or to the work to be performed thereunder or the specifications accompanyii same shall affect its obligations on this bond, and it does hereby waive notice of any ct extension of time, alterations or addition to the terms of the contract or to the work or specifications. e- p,s 2/26/97 Contract No. 3522 Page 32 of 1 WASHINGTON INTERNATIONAL (b - @ In the event that Contractor is an individual, it is agreed that the death of any such Contract( not exonerate the Surety from its obligations under this bond. o Executed by CONTRACTOR this Executed by SURETY this ~OTH , l! day of .A9 . of DECEMBER CONTRACTOR: SURETY: (name of Con ctor) (name of Surety) By: .-y%$?L (address of Surety) HMS CONSTRUCTION WASHINGTON INTERNATIONAL INSURAN( 300 PARK BLVD., STE. 500 ITASCA, IL 60143-2625 kJ/ LdA& c i?l/cbH (print name here) (title and organization of signatory) (sign here) (print name here) (title and organization of signatory) d-L&L hf0l3r6 COUUr~~uC!~OAf By: . (attach corporate resolution showing cc power of attorney) I. (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attache( (President or vice-president and secretary or assistant secretary must sign for corporations. one officer signs, the corporation must attach a resolution certified by the secretary or a: secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: L e= p,# 2/26/97 Contract No. 3522 Page 33 of CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT , t’isi? beforeme, t~~~e.bh)6-e ~d$m-@. h8wi-a v Rm Date Name and Title of Officer (e g , “Jane boe. Notary Public”) personally appeared fi \C.ttML C4-w LC5 &t G ti Name@) of Signer@) 0 personally known to me @-proved to me on the basis of satisfactory evidence to be the person(+ whose name(* subscribed to tt within instrument and acknowledged to me that$&- executed the same i&Mr authorized capacity@ and that by@a&+wr signature(s) on the instrument tt person(+or the entity upon behalf of which the person( acted, executed the instrument. WITNESS my hand and official seal. Though the infomaiVon below is not required by law, it may prove valuable to persons relying on the document and could prevei fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) 0 Individual Cl Individual Corporate Officer 0 Partner - Limited 0 General 0 Corporate Officer 0 Partner - I? Limited 0 General 0 Attorney-in-Fact 0 Guardian or Conservator Title(s): 0 Guardian or Conservator &Other: -&g&%& Signer Is Representing: Signer Is Representing: cc fls &h)*?&&.-..10 3 0 1996 National Notaty Association 8236 Remmet Ave , PO Box 7184 Canoga Park, CA 91309-7184 Prod No 5907 Reorder Call Toll-Free PERSONALLY APPEARED JERoLD D- HALL personally known to me (-+&=-* hac satisfacbry-- to be the person&) whose name&) .. is/= suhi to the within instrument and acknowl- edged to me that he/w#xlhX~executed the saine in his/ Bwm authorized capacity@& and that by his#& X.%% signatUre(l3 on the instrument the pemn(4L or the entity upon behalf of whicb the person(% acted, executed the inshument. - WmJESs my hand and official seal. L - CAPACITY CLAIMED BY SIGNER DESCRIPTION OF AXACHED aom 0 INDNIDUAL c] CORPORATEOmCER . TITLE OR TYPE OF DOCUMENT rrmm 0 PARTNER(S) 0 LIMITED a ATToRNM-IKFAcT NUMBER OF PAGES 0 TRUSTEES) n GUARDVWCONSERVATOR [3 GENERAL CI OyR DATE OF DOCUMENT SIGNER IS REPRESENTING: tub€ OF pEFIsCH(s1 m me3 WASHING TON INTERNA TIONA L INSURANCE COMPANY POWER OF ATTORNEY LL BY THESE PRESENTS: That the Washington International Insurance Company, a corporation organized and existing of the tate of Arizona, and having its principal ofice in the Village of Itasca, Illinois does hereby constitute and appoint JEROLD 0. HALL, SANDRA J. LIlTLE, VALERIE M. PEARCE, BART B. STEWARTAND J.T. WARNOCK EACH IN THEIR SEPARATE CAPACIN * its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, I contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required, or permitted by la\ regulation. contract or otherwise, and the execution of such instrument@) in pursuance of these presents, shall be as binding upon the sa International Insurance Company as fully and amply, to all intents and purposes, as if the same has been duly executed and acknc President and its principal office. This Power of Attorney shall be limited in amount to $5,500,000.00 for any single obligation. This Power of Attorney is issued pursuant to authority granted by the resolutions of the Board of Directors adopted March 22, 1978, July 3, 1980 and October 21, 1986 which read, in part, as follows: 1. The Chairman of the Board, President, Vice President, Assistant Secretary, Treasurer and Secretary may designate Attorne authorize them to execute on behalF of the Company, and attach the Seal of the Company thereto, bonds, and undertakings, I contracts of indemnityand other writings obligatory in the nature thereof, and to appoint Special Attorneys-in-Fact, who are her to certify copies of any power-of-attorney issued in pursuant to this section and/or any of the By-Laws of the Company, and to time, any such Attorney-in-Fact or Special Attorney-in-Fact and revoke the authority given him. The signatures of the Chairman of the Board, the President, Vice President, Assistant Secretary, Treasurer and Secretary, ani seal of the Company, may be affixed to any Power of Attorney, certificate, bond or undertaking relating thereto, by facsimile. A of Attorney, certificate bond or undertaking bearing such facsimile signature or facsimile seal affixed in the ordinary course 01 be valid and binding upon the Company. caused this instrument to be signed and its corpc 2. On this 20th day of May, 1997, before me came the individual who executed the preceding instrument, to me personally known, and, bc Insurance Company; that the sea instrument is the Corporate Seal of said Com, the day and year first above written. STATE OF ILLINOIS) COUNTY OF COOK) 1, the undersigned, Vice-president of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA Corporation, DO HEfi that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked, and furthermore that Attic of the By-Laws of the Corporation, and the Resolution of the Board of Directors, set forth in the Power of Attorney, are now in force. Signed and sealed in the County of Cook. Dated the 30TH day of DECEMBER 8 1997. JameHCatpenter, @e-President .. $874. PREMIUM IS FOR CON AND IS SUBJECT TO ADJUSTl FINAL CONTRACT PRICE FAITHFUL PERFORMANCEMARRANW BOND ' @ WHEREAS, the City Council of the City of Carlsbad, State of California, by Resc , has awan No. 97-720 , adopted December 16, 1997 designated as the "Principal"), a Contract for: S Conswon: 2089 Fuerte Street: Fallbrook. CA 92028 , (hereir ASTON AVENUE AND COLLEGE BOULEVARD TRAFFIC SIGNAL CONTRACT NO. 3522 in the City of Carlsbad, in strict conformity with the contract, the drawings and specification other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms t require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, HMS CONSTRUCTION , as Prir (hereinafter designated as the\"Contractor"), and INSURANCE COMPANY WASHINGTON INTERNATIONAL , as Surety, are held and firmly bound unto the City of Cai in the sum of NINETY-TWO THOUSAND Dollars ($92,993.00 ), said sum being to one hundred percenT(100%) of the estimated amount of the Contract, to be paid to CiO certain attorney, its successors and assigns; for whikh payment, well and truly to be made, u [ b ourselves, our heirs, executors and administrators, successors or assigns, jointly and se\ firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractoi heirs, executors, administrators, successors or assigns, shall in all things stand to and abide t well and truly keep and perform the covenants, conditions, and agreements in the Contract a alteration thereof made as therein provided on their part, to be kept and performed at the tin in the manner therein specified, and in all respects according to their true intent and meanin shall indemnify and save harmless the City of Carlsbad, its officers, employees and agei therein stipulated, then this obligation shall become null and void; otherwise it shall remain force and effect. As a part of the obligation secured hereby and in addition to the face amount specified th there shall be included costs and reasonable expenses and fees, including reasonable attc fees, incurred by the City in successfully enforcing such obligation, all to be taxed as cos included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the tr the Contract, or to the work to be performed thereunder or the specifications accompany1 same shall affect its obligations on this bond, and it does hereby waive notice of any c extension of time, alterations or addition to the terms of the contract or to the work or specifications. NINE HUNDRED NINETY THREE - a e- h$ 2/26/97 Contract No. 3522 Page 34 of In the event that Contractor is an individual, it is agreed that the death of any such Contractc not exonerate the Surety from its obligations under this bond. Executed by SURETY this ~OTH d; Executed by CONTRACTOR this DECEMBER ,19 97 . day of 319 . 1. SURETY: CONTRACTOR: WASHINGTON INTERNATIONAL INSURANCE HMS CONSTRUCTION (name of Surety) (name of Contractor 300 PARK BLVD., STE. 500 ITASCA, CA 60143-2625 (address of Surety) (teleTone number f Surety) (sign h ) (print name here) (630) 227-4700 ItclCl-C-.B&:c c 14/44 4kb By: (6; By: k LTLU */ &/L tJ 4l-g Ca +S7IcT8U*/ ture of Attorney-in-Fact) (Title and Organization of Signatory) JEROL D. HALL, ATTORNEY-IN-FACT By: . (printed name of Attorney-in-Faet) (sign here) (print name here) (Title and Organization of signatory) (Attach corporate resolution showing c power of attorney.) b (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached (President or vice-president and secretary or assistant secretary must sign for corporations. one officer signs, the corporation must attach a resolution certified by the secretary or as! secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney c (@ 4- p,s 2/26/97 Contract No. 3522 Page 35 of 1 a & DECEMBER 30, 1997 , before me, LETICIA SAN MARTIN, NOTARY PU PE~N~LYAPP~ JEROLD D. HALL - Though the data below IS not required by law. it may prove valwbIe to persons relymg on the document a;rd couM fraudulent reanachmt of this ton. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUli 0 INOMDUAL 0 CORPORATEOmCER . TITLE OR TYPE OF DOCUMENT l=ufsi 0 PARTNER(S) c UMrnD 0 GENEWU 0 TRUSTEE(S) WASHINGTON INTERNATIONAL INSURANCE COMPANY POWER OFA77ORNEY ' @ALL BY THESE PRESENTS: That the Washington International Insurance Company, a corporation organized and existing of th tate of Arizona, and having its principal oftice in the Village of Itasca, Illinois does hereby constitute and appoint JEROLD D. HALL, SANDRA J. LITTLE, VALERIE M. PEARCE, BART B. STEWARTAND J.T. WARNOCK EACH IN THEIR SEPARATE CAPACIN its true and lawful attorney@)-in-fact to execute, Seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required, or.permitted by I: regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the s International Insurance Company as fully and amply, to all intents and purposes, as if the same has been duly executed and ackn President and its principal office. This Power of Attorney shall be limited in amount to $5,500,000.00 for any single obligation. This Power of Attorney is issued pursuant to authority granted by the resolutions of the Board of Directors adopted March 22, 1978 July 3, 1980 and October 21, 1986 which read, in part. as follows: 1. The Chairman of the Board, President, Vice President, Assistant Secretary, Treasurer and Secretary may designate Attorn1 authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds, and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, and to appoint Special Attorneys-in-Fact, who are he to cerlify copies of any power-of-attorney issued in pursuant to this sedion and/or any of the By-Laws of the Company, and tc time, any such Attorney-in-Fact or Special Attorney-in-Fact and revoke the authority given him. The signatures of the Chairman of the Board, the President, Vice President, Assistant Secretary, Treasurer and Secretary, ar seal of the Company, may be aflixed to any Power of Attorney, certificate, bond or undertaking relating thereto, by facsimile. I of Attorney, certificate bond or undertaking bearing such facsimile signature or facsimile seal affixed in the ordinary course c be valid and binding upon the Company. 2. ent to be signed and its corr L INSURANCE COMPANY to me personally known, and, b nsurance Company; that the se instrument is the Corporate Seal of said Com the day and year first above written. STATE OF ILLINOIS) COUNTY OF COOK) I,:the undersigned, Vice-President of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA Corporation, DO HE1 that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked, and furthermore that Arti ofthe By-LaM ofthe Corporation, and the Resolution of the Board of Directors, set forth in the Power of Attorney, are now in force Signed and sealed in the County of Cook. Dated the 30TH day of DECEMBER ,I9 97 . JameKCafpenter, we-President 'e CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT I On -cils+~v -UCCLY d personally appeared fl t C W L (I)-- Name@) of Sgner(s) 0 personally known to me xproved to me on the basis of satisfactory evidence to be the person(* whose name(s@aesubscribed to th within instrument and acknowledged to me that&&&k executed the same i- authorized capacity@ta and that by&@&thrsignature(+ on the instrument tt person@), or the entity upon behalf of which the persone acted, executed the instrument. WITNESS my hand and official seal. Though the information below is not required by law, it may prove valuable to persons relying on the document and could prever fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer’s Name: flfCtf%C CtMZ 6&? Signer’s Name: 0 individual 0 Partner - 0 Limited 0 General Attorney-in-Fact 0 Attorney-in-Fact 0 Guardian or Conservator @ Other: Otmu~ 0 Guardian or Conservator Signer Is Representing: Signer Is Representing: fh: &~$-chVC*iO~ 0 1996 National Notary Association 8236 Remmet Ave , PO Box 7184 Canoga Park, CA 91309-7184 Prod No 5907 Reorder Call Toll-Free CITY OF CARLSBAD Purchasing Department 1200 Carlsbad Village Drive 'e c arlsbad CA 92008 REPRESENTATION AND CERTIFICATION The following representation and certification shall be completed, signed and returned to Carlsbad as a part of the bid package. REPRESENTATIONS: Mark all applicable blanks. This offeror represents as part of this offer that the YES NO g ownership, operation and control of the business, in accordance with the specific definitions listed below Are you currently certified by CALTRANS? Certification #: CERTIFICATION OF BUSINESS REPRESENTATIONIS): Mark all applicable blanks. This offeror represer part of this offer that: This firm is-, is not- a minority business. This firm is-, is not- a woman-owned bus WOMAN-OWNED BUSINESS: A woman-owne ness is a business of which at least 51 pet owned, controlled and operated by a woman or 1 Controlled is defined as exercising the power t policy decisions. Operation is defined as involved in the day-to-day management. FIRM'S PRIMARY PRODUCTS OR SERVICE: Is: DEFINITIONS: MINORITY BUSINESS ENTERPRISE: "Minority Business" is defined as a business, at least 51 percent of which is owned, operated and controlled by minority group members, or in the case of publicly owned businesses, at least 51 percent of which is owned, operated and controlled by minority group members. The Small Business Administration CoNSTRUCTloN CoNTRACToR: fi, CfQ defines the socially and economically disadvantaged (minorities) as Black American, Hispanic American, CLASSIF1cATIoN(S): A ; Native Americans (Le. American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian-Pacific LlCENSE NUMBER: 4823 zs Americans (Le., U.S. Citizens whose origins are from Japan, China, the Philippines, Vietnam, Korea, TAXPAYERS I.D. No. 33-072 's'r Samoa, Guam, the U.S. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia and Taiwan). CERTIFICATION: The information furnished is certified to be factual and correct as of the date submitted. 0 /JP~s C o &S 7-r) ~r\l mcu44L. c #l&g roe01 gd&+<& .ST ULUA.+-iC# 4" COMPANY NAME PRINTED NAME ADDRESS CITY, STATE AND ZIP TELEPHONE NUMBER DATE CAU6-Q IC ~ (4. 0I LC) 28 7bO 73 I -&,A", a 4% h$ 2/26/97 Contract No. 3522 Page 36 of 1 CALlFORNlA ALL-PURPOSE ACKNOWLEDGMENT I State of CALI^^@'^ SA.., 3rEW RA471 PA~~F-L, do-fisl fdblic Name and Tttle of Officer (e g , 'Jane Doe, Notary Public") personally appeared IMl'dCicl c. NI'fp-3 - Name(s) of Signer@) 0 personally known to me - OR -&roved to me on the basis of satisfactory evidence to be the person whose name(s) gare subscribed to the within instrumi and acknowledged to me thathe/she/they executed t same in h&/her/their authorized capacity(ies), and that h&/her/their signature(s) on the instrument the person( or the entity upon behalf of which the person(s) act€ executed the instrument. WITNESS my hand and official seal. - Signature of Notary Public Though the information below is not required by law, d may prove valuable to persons relying on the document and could prevc fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Rep&&&- & C~k4ch Document Date: Number of Pages: Signer@) Other Than Named Above: Capacity(ies) Claimed by Signer&) 0 Individual 0 Individual 0 Corporate Officer 0 Partner - 17 Limited General 0 Attorney-in-Fact 0 Guardian or Conservator 0 Corporate Officer 0 Partner - 0 Limited 0 General Title(s): 0 Guardian or Conservator Signer Is Representing: Signer Is Representing: Reorder Call Toll-Fre 0 1995 National Notary Association - 8236 Remmet Ave , PO Box 7184 Canoga Park, CA 91309-7184 Prod No 5907 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION 0 This Escrow Agreement is made and entered into by and between the City of Carlsbac address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "C whose ad( hereinaft "Contractor" and whose adc her called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as i I. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of C4 the contractor has the option to deposit securities with the Escrow Agent as a subst retention earnings required to be withheld by the City pursuant to the Construction Contract into between the City and Contractor for Aston Avenue and College Boulevard Traffic Contract No. 3482, in the amount of (hereinafter referred to as the "Contract"). Alternatively, on written request of the contra1 City shall make payments of the retention earnings directly to the escrow agent. W Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agt notify the City within 10 days of the deposit. The Escrow Agent shall maintain insurance negligent acts and omissions of the escrow agent in connection with the handling of re under these sections in an amount not less than $100,000 per contract. The market vatu securities at the time of the substitution shall be a least equal to the cash amount then rec be withheld as retention under the terms of the contract between the City and Con Securities shall be held in the name of the ,a designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwi: be withheld from progress payments pursuant to the Contract provisions, provided that the Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the escrow agent, the agent shall hold them for the benefit of the contractor until such time as the escrow create this contract is terminated. The contractor may direct the investment of the payme securities. All terms and conditions of this agreement and the rights and responsibilitie 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 Agent in administering the Escrow Account and all expenses of the City. These expen payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow interest earned on that interest shall be for the sole account of Contractor and shall be SI withdrawal by Contractor at any time and from time to time without notice to the City. dated a em p,s 2/26/97 Contract No. 3522 Page 37 0' 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow only by written notice to Escrow Agent accompanied by written authorization from City to the Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contrac 7. The City shall have a right to draw upon the securities in the event of default by the Cor Upon seven days' written notice to the Escrow Agent from the City of the default, the Escro shall immediately convert the securities to cash and shall distribute the cash as instructec City. 8. Upon receipt of written notification from the City certifying that the Contract is final and c and that the Contractor has complied with all requirements and procedures applicablt Contract, the Escrow Agent shall release to Contractor all securities and interest on dep escrow fees and charges of the Escrow Account. The escrow shall be closed immediatt 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 c( pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor SI Escrow Agent harmless from Escrow Agent's release, conversion and disbursemenl securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receivt notice on behalf of the City and on behalf of Contractor in connection with the forego exemplars of their respective signatures are as follows: For City: Title 0 Name @ Signature Address For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrc a fully executed counterpart of this Agreement. m em p,# 2/26/97 Contract No. 3522 Page 38 c IN WITNESS WHEREOF, the parties have executed this Agreement by their proper office date first set forth above. 0 For City: Title Name Signature Address For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address e 0 em p,s 2/26/97 Contract No. 3522 Page 39 c PART 1. GENERAL PROVISIONS FOR ASTON AVENUE AND COLLEGE BOULEVARD TRAFFIC SIGNE CONTRACT NO. 3522 SUPPLEMENTAL PROVISIONS TO e STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCl SECTION 1 - TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS Add the following section: 1-1 .I Reference to Drawings, Where words "shown", "indicated", "detailed", "noted", "sct or words of similar import are used, it shall be understood that reference is made to tl accompanying these provisions, unless stated otherwise. Add the following section: 1-1.2 Directions, Where words "directed", "designated", "selected", or words of similar in used, it shall be understood that the direction, designation or selection of the Engineer is i unless stated otherwise. The word "required" and words of similar import shall be undei mean "as required to properly complete the work as required and as approved by the Ei unless stated otherwise. 0 Add the following section: 1-1.3 Equals and Approvals, Where the words "equal", "approved equal", "equivalent", i words of similar import are used, it shall be understood such words are followed by the ex "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "a "acceptance", or words of similar import are used, it shall be understood that the i 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 Contract expense, shall perform all operations, labor, tools and equipment, and further, inch furnishing and installing of materials that are indicated, specified or required to mean Contractor, at its expense, shall furnish and install the work, complete in place and readi 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 e> defined by the definitions assigned to them herein. Agency -- the City of Carlsbad, California. City Council -- the City Council of the City of Carlsbad. City Manager -- the City Manager of the City of Carlsbad or hidher approved representativl Dispute Board -- persons designated by the City Manager to hear and advise the City Ma claims submitted by the Contractor. The City Manager is the last appeal level for inform; @ resolution. 4- p,s 2/26/97 Contract No. 3522 Page 40 ( Engineer -- the City Engineer of-the City of Carlsbad or hidher approved representative. The C 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 origi Contract Price bid. Own Organization - When used in Section 2-3.1 -- Employees of the Contractor who are hin directed, supervised and paid by the Contractor to accomplish the completion of the Work. Furth such employees have their employment taxes, State disability insurance payments, State E Federal income taxes paid and administered, as applicable, by the Contractor. When used Section 2-3.1 ”own organization” means construction equipment that the Contractor owns or lea: and uses to accomplish the Work. Equipment that is owner operated or leased equipment with operator is not part of the Contractor‘s Own Organization and will not be included for the purpose 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 provid who is employed by neither the Contractor nor a subcontractor and is neither an agent or employ of the Agency or a public utility. Principal Inspector - The Senior Inspector’s immediate supervisor and second level of appeal informal dispute resolution. Project Inspector - the Engineer’s designated representative for inspection, contract administrati and first level for informal dispute resolution. Senior Inspector - the Project Inspector’s immediate supervisor and first level of appeal for inforr dispute resolution. 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 percent of the contract price with its own organization, the Agency may at its sole discretion elecl cancel the contract or to deduct an amount equal to 10 percent of the value of the work perform in excess of 50 percent of the contract price by other than the Contractor’s own organization. T City Council shall be the sole body for determination of a violation of these provisions. In E proceedings under this section, the prime contractor shall be entitled to a public hearing before 1 City Council and shall be notified ten (10) days in advance of the time and location of said hearin The determination of the City Council shall be final. 2-4 CONTRACT BONDS, modify as follows: Delete the third sentence of the first paragra having to do with a surety being listed in the latest revision of U.S. Department of Treasury Circu 570. Modify Paragraphs three and four to read: The Contractor shall provide a faitt- performance/warranty bond and payment bond (labor and materials bond) for this contract. T faithful performance/warranty bond shall be in the amount of 100 percent of the contract price a the payment bond shall be in the amount of 50 percent of the contract price. Both bonds st extend in full force and effect and be retained by the Agency during this project until they i released according to the provisions of this section. 4- aS 2/26/97 Contract No. 3522 Page 41 of 115 The faithful performance/warranty bond will be reduced to 25 percent of the original amount after recordation of the Notice of Completion and will remain in full force and effect for the ( warranty period and until all warranty repairs are completed to the satisfaction of the Engine1 The payment bond shall be released six months plus 30 days after recordation of the I\ Completion if all claims have been paid. Add the following: All bonds are to be placed with a surety insurance carrier admit authorized to transact the business of insurance in California and whose assets exce liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to COI following documents: 1) 0 An original, or a certified copy, of the unrevoked appointment, power of attorney, by other instrument entitling or authorizing the person who executed the bond to do so. A certified copy of the certificate of authority of the insurer issued by the ir commissioner. 2) If the bid is accepted, the Agency may require a financial statement of the assets and hat the insurer at the end of the quarter calendar year prior to 30 days next preceding the daf execution of the bond. The financial statement shall be made by an officer's certificate as dc Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statem 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 5 Specifications for Public Works Construction, (SSPWC), 1997 Edition, hereinafter de! "SSPWC, as issued by the Southern California Chapter of the American Public Works Ass1 and as amended by the Special Provisions section of this contract. The construction plans consist of two sheets, Drawing No. 352-1. The standard drawings this project are the latest edition of the San Diego Area Regional Standard Drawings, he designated SDRS, as issued by the San Diego County Department of Public Works, togel the CALTRANS standard drawings, and City of Carlsbad Supplemental Standard Drawings. of some of the pertinent standard drawings are enclosed as an appendix to these Provisions. 2-5.2 Precedence of Contract Documents, add the following: Where CALTRANS specii are used to modify the SSPWC or added to the SSPWC by any of the contract documc CALTRANS specifications shall have precedence only to the materials and construction n referred to in the CALTRANS specifications. The Invitation to Bid, Contract for Public Work: of these Special Provisions and Part 1 of the SSPWC in the order of precedence in section the SSPWC shall prevail over the CALTRANS specifications. 2-5.3.3 Submittals, add the following: When submitted for the Engineer's revieb Drawings shall bear the Contractor's certification that he has reviewed, checked, and apprc Shop Drawings and that they are in conformance with the requirements of the Contract Doc The Contractor shall subscribe to and shall place the following certification on all submittals: II) em r.$ 2/26/97 Contract No. 3522 Page 42 01 "I hereby certify that the (equipment, material) shown and marked in this submittal is that propos to be incorporated into this Project, is in compliance with the Contract Documents, can be install 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-bu record set of blue-line prints, which shall be corrected in red daily and show every change from 1 original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipme underground piping, valves, and all other work not visible at surface grade. Prints for this purpc may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall used only as a record set and shall be delivered to the Engineer upon completion of the worl Payment for performing the work required by section 2-5.4 shall be included in various bid items a no additional payment will be made therefor. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers, substitute the followiiig: The Contractor shall not dish permanent survey monuments or benchmarks without the consent of the Engineer. Where t Engineer concurs, in writing, with the Contractor that protecting an existing monument in place impractical, the Contractor shall employ a licensed land suirveyor to establish the location of t monument before it is disturbed. The Contractor shall have the monument replaced by a licens land surveyor no later than thirty (30) days after construction at the site of the replacement completed. The Licensed Land Surveyor shall file corner record(s) as required by $5 8772 a 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 permanent survey monument is located, the Contractor shall adjust the monument frame and cob to the new grade. Monument frames and covers shall be protected during street sealing or painti projects or be cleaned to the satisfaction of the Engineer. 2-9.3 Survey Service, substitute the following: The Contractor shall hire and pay for the servict of a land surveyor licensed in the State of California, hereinafter Surveyor, to perform all wo necessary for establishing control, construction staking, records research and all other surveyir work necessary to construct the work, provide surveying services as required herein and provic surveying, drafting and other professional services required to satisfy the requirements of the Lar Surveyors Act. Surveyor shall be resident on the site during all surveying operations and sh, personally supervise and certify the surveying work. Add the following section: 2-9.3.1 Submittal of Surveying Data, All surveying data submittals shall conform to tt requirements of section 2-5.3.3, "Submittals", herein. The Contractor shall submit grade sheets the Engineer before commencing work in the area affected by the grade sheets. The Contract shall submit field notes for all surveying required herein to the Engineer within ten days performing the survey. All surveying field notes, grade sheets and survey calculations shall 1 submitted in bound form on 81/2'' by 11" paper. The field notes, calculations and data shall be cle em tS 2/26/97 Contract No. 3522 Page 43 of 115 and complete with name of field party chief, field crew members, preparer, date of obser calculation, consecutive page numbers and shall be readable without resort to any electr computer program or documentation for any computer program. The field notes shall be I in conformance with the CALTRANS “Surveys Manual”. The Contractor shall have a R Survey prepared and filed in conformance with 55 8700 - 8805 of the State of California I and Professions Code showing all SDRS M-IO monuments set. The record of survey shall ! location and justification of location of all permanent monuments set and their relation to tl right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer’s review and before submittal to the County Surveyor and before submittal to the County Recorder. Add the following section: 2-9.3.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer i intervals as measured along the project stationing unless a lesser interval is specified Rough sub-grade stakes on slopes shall be set at top of cuts, toe of fills, or slope catch PC street crown lines where no median exists. Large slopes shall have line point set t construction of the slope. Rough sub-grade stakes for roadway section shall be set at pavement and top of curbs. Finish sub-grade stakes shall be set prior to placing sut aggregate base for the roadway section. The stakes shall be set at edge of pavement ar curbs. Finish subgrade stakes for the aggregate base for the roadway section shall be a intervals at edge of pavement and top of curbs and crown line where no median Intermediate stakes between edge of pavement and top of curb shall be set at 15-foot intc the surveyor. Finish aggregate subbase and aggregate base grade stakes shall be a intervals at top of curb, edge of pavement, and all crown lines and grade breaks. lnte stakes between edge of pavement and top of curb shall be set at 15-foot intervals. Sto staking shall be done at &foot intervals. Catch basins shall be staked at centerline and z of the local depression. Curbdcurbs and gutter shall be staked at 25-foot intervals, cent driveways, and 1/4, 1/2, 314 delta on returns. Fills to finish grade at 25-foot intervals by th pass width shall be painted on the pavement prior to placing each lift of asphalt on thickness pavement overlays requiring leveling courses. Intersections showing specific asphalt grids shall be painted per the grid. Stakes shall be set to show the location and future curbs adjacent to traffic signal locations where the curb is not being built as a pa contract. Surveyor shall mark the removal limits and limits of work line shown on the pla markings shall consist of continuous painted lines on asphalt and concrete surfaces and re( or painted laths spaced on centers no more than twenty-five feet on unimproved arei markings shall be completed by Surveyor and inspected and approved by the Engineer bc start of construction in the area marked. Centerline monuments shall be laid out, t stamped, and a Record of Survey satisfactory to the Engineer filed with the County in aa with the Professional Land Surveyors Act. Water and sewer line stakes shall be set a intervals with offsets referencing the top and centerline of pipe on main line and lateral: pipeline work the pipe and each access hole, pipe material change, lateral connectioi appurtenance, or hydrant location with elevations shall be staked and provided with grad designating the offset of the reference point, station, elevation of reference point, cut (01 feature of pipe that is referenced. Habitat mitigation sites and other areas to be preservec shown on the plans shall be staked and flagged at 25 foot intervals prior to the start of i activities within the limits of the work. Add the following section: 2-9.3.3 Payment for Survey, Payment for work performed to satisfy the requirements of 2-9.1 through 2-9.3.2 shall be included in the actual bid items requiring the survey worl additional payment will be made. Extension of unit prices for extra work shall in( compensation for attendant survey work and no additional payment will be made therefor. 0 0 a em r,s 2/26/97 Contract No. 3522 Page 44 ( for the replacement of disturbed monuments and the filing of corner records shall be incidental the work necessitating the disturbance of said monuments and no additional payment will be mal the refor. 2-10 AUTHORITY OF BOARD AND ENGINEER Add the following section: 2-10.1 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 tl Engineer, within San Diego County, accurate books and accounting records relative to all activities. The Engineer shall have the right to monitor, assess, and evaluate Contract0 performance pursuant to this Agreement, said monitoring, assessments, and evaluations to incluc but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and intervie! of Contractor’s staff. At any time during normal business hours and as often as the Engineer m deem necessary, upon reasonable advance notice, Contractor shall make available to the Engine for examination, all of its records with respect to all matters covered by this Contract and will perr the Engineer to audit, examine, copy and make excerpts or transcripts from such data and recorc and to make audits of all invoices, materials, payrolls, records of personnel, and other data relatii to all matters covered by this Contract. However, any such activities shall be carried out in manner so as to not unreasonably interfere with Contractor’s ongoing business operations Contractor shall maintain such data and records for as long as may be required by applicable la\ and regulations. Availability of Records. The Contractor shall provide copies of all records in ti SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK. 3-2.2.1 Contract Unit Prices, add the following: In the case of an increase or decrease in a min Bid Item, the use of this basis for the adjustment of payment will be limited to that portion of tl change, which together will all previous changes to that item is not in excess of 25 percent of tl total cost of such item based on the original quantity and Contract Unit Price. Adjustments excess of 25 percent may, at the option of the Engineer, be paid pursuant to section 3-3, Ext Work. 3-3.2.2 ( c ) Tool and Equipment Rental, second paragraph, modify as follows: Regardless ownership, the rates and right-of-way delay factors to be usecl in determining rental and delay cos shall be the edition of the, “Labor Surcharge & Equipment Rental Rates” published by CALTRAN current at the time of the actual use of the tool or equipment. The right-of-way delay factors there shall be used as multipliers of the rental rates for determining the value of costs for delay to tt Contractor and subcontractors, if any, The labor rates published therein are not a part of tt con tract. 3-3.2.3 Markup, Delete section 3-3.2.3 from the 1995 and ‘1996 Supplements to the SSPWC ai replace with the following: (a) Work by Contractor. The following percentages shall be addt 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 4- p,s 2/26/97 Contract No. 3522 Page45of 115 To the sum of the costs and markups provided for in this section, 1 percent shall be a (b) When all or any part of the extra work is performt Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portic extra work and a markup of 5 percent on work added in excess of $5,000 of the subcc 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: Pay extra work will not be made until such time that the Contractor submits completed daily rep all supporting documents to the Engineer. 3-4 CHANGED CONDITIONS. Delete the second sentence of paragraph three, delete pi five (5), and add the following: The Contractor shall not be entitled to the payment of any a compensation for any act, or failure to act, by the Engineer, including failure or refusal tc change order, or for the happening of any event, thing, occurrence, or other cause, unless have first given the Engineer due written notice of potential claim as hereinafter spc Compliance with this section shall not be required as a prerequisite to notice provisions in 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measure errors of computation as to contract quantities. The written notice of potential claim for ( conditions shall be submitted by the Contractor to the Engineer upon their discovery and pri time that the Contractor performs the work giving rise to the potential claim. The contractor to give written notice of potential claim for changed conditions to the agency upon their d 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 descriptio1 particular circumstances giving rise to the potential claim, the reasons for which the Cc believes additional compensation may be due and nature of any and all costs involved v working days of the date of service of the written notice of potential claim for changed cor Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Cla Government Code Sections 12650-1 2655. “The undersigned certifies that the above statements are made in full cognizance of the C False Claims Act, Government Code sections 12650-1 2655. The undersigned further undl. and agrees that this potential claim, unless resolved, must be restated as a claim in respon: City’s proposed final estimate in order for it to be further considered.” The Contractor’s estimate of costs may be updated when actual costs are known. The Cc shall submit substantiation of its actual costs to the Engineer within 20 working days i affected work is completed. Failure to do so shall be sufficient cause for denial of ar 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 the contract be brought to the attention of the Engineer at the earliest possible time in 01 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 writte of potential claim prior to commencing any disputed work. Failure to give said notice shall o a waiver of all claims in connection therewith. 0 compensation for bonding. Work by Subcontractor. e ?) em p,s a26197 Contract No. 3522 Page 46 o Delete second sentence of paragraph one and add the follovving: Prior to proceeding with dispi resolution pursuant to Public Contract Code (PCC) provisions specified hereinafter, the contrac shall attempt to resolve all disputes informally through the following dispute resolution chain command: 1. Project Inspector 2. Senior Inspector 3. Principal Inspector 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of 1 disputed work stating its position on the claim, the contractual basis for the claim, along with documentation supporting the costs and all other evidentiary materials. At each level of claim appeal of claim the City will, within 10 working days of receipt of said claim or appeal of clai review the Contractor's report and respond with a position, request additional information or requc that the Contractor meet and present its report. When additional information or a meeting requested the City will provide its position within 10 working days of receipt of said additioi information or Contractor's presentation of its report. The Contractor may appeal each lev( position up to the City Manager after which he may proceed under the provisions of the Put Contract Code. The authority within the dispute resolution chain of command is limited to recommending resolution to a claim to the City Manager. Actual approval of the claim is subject to the change or( provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with 1 procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing u Section 201 04) which is set forth below: Article 1.5 Resolution of Construction Claims 20104. (a)(l) This article applies to all public works claims cif three hundred seventy-five thousa 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 anc public agency when the public agency has elected to resolve any disputes pursuant to Article - (commencing with Section 10240) of Chapter 1 of Part 2. (b)(l) "Public work" has the same meaning as in Sections 3100 and 3106 of the.Civil Code, exct that "public work" does not include any work or improvement contracted for by the state or 1 Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment money or damages arising from work done by, or on behalf of, the contractor pursuant to 1 contract for a public work and payment of which is not otlherwise expressly provided for or 1 claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the 101 agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specificatic 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 clai *w p,s 2/26/97 Contract No. 3522 Page 47 of 115 Claims must be filed on or before the date of final payment. Nothing in this subdivision is int extend the time limit or supersede notice requirements othewise provided by contract for (b)(l) For claims of less than fifty thousand dollars ($50,000), the local agency shall re! writing to any written claim within 45 days of receipt of the claim, or may request, in writin 30 days of receipt of the claim, any additional documentation supporting the claim or re 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 pursua 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 sub the claimant within 15 days after receipt of the further documentation or within a period oi greater than that taken by the claimant in producing the additional information, whichever is (c)(l) For claims of over fifty thousand dollars ($50,000) and less than or equal to three seventy-five thousand dollars ($375,000), the local agency shall respond in writing to a claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of r the claim, any additional documentation supporting the claim or relating to defenses to the 1 local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursua subdivision, upon mutual agreement of the local agency and the claimant. (1) The local agency's written response to the claim, as further documented, shall be sub1 the claimant within 30 days after receipt of the further documentation, or within a perioc no greater than that taken by the claimant in producing the additional information or rc documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to within the time prescribed, the claimant may so notify the local agency, in writing, either \ days of receipt of the local agency's response or within 15 days of the local agency's I respond within the time prescribed, respectively, and demand an informal conference to n confer for settlement of the issues in dispute. Upon a demand, the local agency shall scl 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 disi claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and C (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government C purposes of those provisions, the running of the period of time within which a claim musl shall be tolled from the time the claimant submits his or her written claim pursuant to subdh until the time that claim is denied as a result of the meet and confer process, including any time utilized by the meet and confer process. (9 This article does not apply to tort claims and nothing in this article is intended nor 0 ofclaims. @ construed to change the time periods for filing tort claims or actions specified by C. (commencing with Section 900) and Chapter 2 (commencing with Section 910) of P Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claim: to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, 1 shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both The mediation process shall provide for the selection within 15 days by both parti disinterested third person as mediator, shall be commenced within 30 days of the submi shall be concluded within 15 days from the commencement of the mediation unless requirement is extended upon a good cause showing to the court or by stipulation of both F the parties fail to select a mediator within the 15-day period, any party may petition the appoint the mediator. (b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pui Chapter 2.5 (commencing with Section 1141 .IO) of Title 3 of Part 3 of the Code of Civil Prl notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (/ 0 em t.s 2/26/97 Contract No. 3522 Page 48 o (commencing with Section 2016) of Chapter 3 of Title 3 of IPart 4 of the Code of Civil procedui shall apply to any proceeding brought under the subdivision consistent with the rules pertaining judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appoint for purposes of this article shall be experienced in construction law, and, upon stipulation of t parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not exceed their customary rate, and such fees and expenses shall be paid equally by the partic except in the case of arbitration where the arbitrator, for good cause, determines a different divisic 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 .IO) Title 3 of Part 3 of the Code Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but do not obtain a more favorable judgment shall, in addition to payment of costs and fees under tt 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 arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisput 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 any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed ir court of law. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.3.1 General, add the following: The Contractor shall provide the Engineer free and saf access to any and all parts of work at any time. Contractor shall furnish Engineer with suc information as may be necessary to keep the Engineer fully informed regarding progress an manner of work and character of materials. Inspection or testing of the whole or any portion of th work or materials incorporated in the work shall not relieve Contractor from any obligation to fulf this Contract. 4-1.4 Test of Materials, add the following: Except as specified in these Special Provisions, tl Agency will bear the cost of testing materials and/or workmanship where the results of such te: meet or exceed the requirements indicated in the Standard Specifications and the Spec Provisions. The cost of all other tests shall be borne by the Clontractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by h before the delivery is started. All materials proposed for use may be inspected or tested at any tit- during their preparation and use. If, after incorporating such inaterials into the Work, it is found tt sources of supply that have been approved do not furnish a uniform product, or if the product frc any source proves unacceptable at any time, the Contractor shall furnish approved material frc other approved sources. If any product proves unacceptable after improper storage, handling or 1 any other reason it shall be rejected, not incorporated into the work and shall be removed from tl project site all at the Contractor's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed ti requirements of the specifications shall be borne by the Agency. Said tests may be made at a place along the work as deemed necessary by the Engineer. The costs of any retests ma( necessary by noncompliance with the specifications shall be borne by the Contractor. ew aS 2/26/97 Contract No. 3522 Page49of 115 4-1.6 Trade names or Equals, add the following: The Contractor is responsible satisfactory performance of substituted items. If, in the sole opinion of the Engine substitution is determined to be unsatisfactory in performance, durability, compatibil associated items, availability of repair parts and suitability of application the Contract1 remove the substituted item and replace it with the originally specified item at no cos Agency. 0 SECTION 5 - UTILITIES 5-1 LOCATION. Add the following: The Agency and affected utility companies ha search of known records, endeavored to locate and indicate on the Plans, all utilities wt- within the limits of the work. However, the accuracy and/or completeness of the nature, sii location of utilities indicated on the Plans is not guaranteed. 5-4 RELOCATION. Add the following: In order to minimize delays to the Contractor cz the failure of other parties to relocate utilities that interfere with the construction, the Co upon request to the Engineer, may be permitted to temporarily omit the portion of work afi the utility. Such omission shall be for the Contractor's convenience and no additional comp will be allowed therefor. The portion thus omitted shall be constructed by the Cc immediately following the relocation of the utility involved unless otherwise directed by the E 5-6 COOPERATION. Add the following: Contractor shall coordinate with SDG&E to enei signal. SECTION 6 - PROSECUTION, PROGRESS & ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete subseci and substitute the following: The Contractor shall begin work within ten (IO) calendar dai receipt of the "Notice to Proceed". Add the following section: 6-1 .I Pre-Construction Meeting, After, or upon, notification of contract award, the Engi set the time and location for the Preconstruction Meeting. Attendance of the Con management personnel responsible for the management, administration, and executior project is mandatory for the meeting to be convened. Failure of the Contractor to I- Contractor's responsible project personnel attend the Preconstruction Meeting will be gro default by Contractor per section 6-4. No separate payment will be made for the Cor attendance at the meeting. The notice to proceed will only be issued on or after the comp the preconstruction meeting. Add the following section: 6-1.2.3 Bar Chart, Contractor shall prepare and submit to the Engineer a Gant or Ba showing individual tasks and their durations arranged with the tasks on the vertical axis and on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line show the critical path. e a e- p,s 2/26/97 Contract No. 3522 Page 50 01 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 a materials, and performing all operations necessary to complete the Project Work as shown on t Project Plans and as specified in the Specifications. The work includes construction of a tral signal at the intersection of Aston Avenue and College Boulevard. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.4 Written Notice and Report, modify as follows: The Contractor shall provide written noti to the Engineer within two hours of the beginning of any period that the Contractor has placed a workers or equipment on standby for any reason that the Contractor has determined to be caus by the Agency or by any organization that the Agency [may otherwise be obligated by. T Contractor shall provide continuing daily written notice 1.0 the Engineer, each working dz throughout the duration of such period of delay. The initial and continuing written notices sh include the classification of each workman and supervisor and the make and model of each piece equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay reasonable means. Should the Contractor fail to provide the notice(s) required by this section t Contractor agrees that no delay has occurred and that it will not submit any claim@) therefor. 6-7 TIME OF COMPLETION. Add the following: The Colntractor shall diligently prosecute tt work to completion within ninety (90) working days after the starting date specified in the Notice i Proceed. 6-7.2 Working Day, add the following: Unless otherwise approved in writing by the Engineer, t hours of work shall be between the hours of 7:OO a.m. and 4:OO p.m. on Mondays through Frida! excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if t Contractor desires to work outside said hours or at any time during weekends and/or holidays. TI written permission must be obtained at least 48 hours prior to such work The Engineer m approve work outside the hours and/or days stated herein when, in hidher sole opinion, such wc conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor sh pay the inspection costs of such work. 6-8 COMPLETION AND ACCEPTANCE. Add the following: All work shall be warranted for or (1) year after recordation of a "Notice of Completion" and any faulty work or materials discover€ during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twen? five percent of the faithful performance bond shall be retained as a warranty bond for the one ye; warranty period. 6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first senten of the second paragraph and add the following: For each consecutive calendar day in excess the time specified for completion of Work, as adjusted in accordance with 6-6, the Contractor sh pay the Agency, or have withheld monies due it, the sum of $500 per each calendar day beyond t project completion time specified in the notice to proceed. Execution of the Contract shall constitute agreement by the Agency and Contractor that ($500) 6 day is the minimum value of costs and actual damages cau:jed by the Contractor to complete t Work within the allotted time. Any progress payments made after the specified completion date sh not constitute a waiver of this paragraph or of any damages. em p,s 2/26/97 Contract No. 3522 Page 51 of 115 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR o 7-3 LIABILITY INSURANCE. Aadd the following: All insurance is to be placed with insu have a rating in Best's Key Rating Guide of at least A-:V and are admitted and authc conduct business in the state of California and are listed in the official publication of the Del of Insurance of the State of California. 74 WORKERS' COMPENSATION INSURANCE. Add the following: All insurance placed with insurers that are admitted and authorized to conduct business in the state of ( and are listed in the official publication of the Department of Insurance of the State of C: Policies issued by the State Compensation Fund meet the requirement for workers' comp i nsu ran ce . 7-5 PERMITS. Except as specified herein the ag obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, and buildins necessary to perform work for this contract on Agency property, in streets, highways (exct highway right-of-way), railways or other rights-of-way. Contractor shall not begin work permits incidental to the work are obtained. The Contractor shall obtain and pay for all pe the disposal of all materials removed from the project. The cost of said permit(s) shall be in the price bid for the appropriate bid item and no additional compensation will be allowed tt Modify the first sentence to read: 7-7 COOPERATION AND COLLATERAL WORK. Add the following section: 7-7.1 Coordination, The Contractor shall coordinate and cooperate with all the utility co during the relocation or construction of their lines. The Contractor may be granted a time e if, in the opinion of the Engineer, a delay is caused by the utility company. No a compensation will be made to the Contractor for any such delay. 0 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control, add the following: Cleanup and dust control require shall also be executed on weekends and other non-working days when needed to pres health safety or welfare of the public. The Contractor shall conduct effective cleanup i control throughout the duration of the Contract. The Engineer may require increased cleanup and dust control that, in hislher sole discretion, are necessary to preserve the healt and welfare of the public. Cleanup and dust control shall be considered incidental to the 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 construction meter for water used for the construction, plant establishment, maintenance, testing and all other work requiring water related to this contract. The Contractor shall cor appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, meter and any, and all, other charges, deposits and/or fees therefor. considered incidental to the items of work that they are associated with and no additional will be made therefor. Said costs e *w r,s 2/26/97 Contract No. 3522 Page 52 o Add the following section: 7-8:8 Noise Control, All internal combustion engines used in the construction shall be equipp with mufflers in good repair when in use on the project with special attention to the City Noi Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-1 0.3 Street Closures, Detours, Barricades, add the following: Traffic controls shall be accordance with the plans, Chapter 5 of the California Department of Transportation "Manual Traffic Controls," 1996 edition and these Special Provisions. If any component in the traffic cont system is displaced, or ceases to operate or function as specified, from any cause, during t progress of the work, the Contractor shall immediately repair said component to its original conditi or replace said component and shall restore the component to its original location. In the event tt the Contractor fails to install and/or maintain barricades or such other traffic signs, markins delineation or devices as may be required herein, the Engineer may, at hidher sole option, ins1 the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($20.C per day per traffic sign or device, or the actual cost of providing such traffic control facili whichever is the greater. Add the following section: 7-1 0.3.1 Construction Area Signs, Warning and advisory signs, lights and devices installed placed to provide traffic control, direction and/or warning shall be furnished, installed, maintain and removed by the Contractor when no longer requirecl. Care shall be used in performi excavation for signs in order to protect underground facilities. Warning and advisory signs tt remain in place overnight shall be stationary mounted signs. Stationary signs that warn of nc existent conditions shall be removed from the traveled way or shielded from the view of the traveli public during such periods that their message does not pertaiin to existing conditions. All excavatil required to install stationary construction area signs shall be performed by hand methods withc the use of power equipment. Warning and advisory signs that are used only during working hoi may be portable signs. Portable signs shall be removed from the traveled way and shielded frc the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle COC portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance w the provisions in Section 12-3.068, "Portable Signs", of the CALTRANS Standard Specifications; Reflexite vinyl microprism reflective sheeting signs; or 3M high intensity reflectorized sheeting 1 aluminum substrate signs of Seibulite Brand Ultralite Grade Series, encapsulated lens retroreflecti sheeting signs; or equal. Stationary mounted signs used for traffic control during construction of the Work shall be install1 on break-away sign posts as shown on SDRS drawing M-45 or on wood posts in the same mann shown on CALTRANS Standard Plans RS 1, RS 2, RS 3 and RS 4 for installation of roadside sigr except as follows: (a) Back braces and blocks for sign panels will not be required. (b) The height to the bottom of the sign panel above the edge of traveled way shall be at least 7 feet. (c) Construction area sign posts may be installed on above ground temporary platform sic supports as approved by the Engineer, or the signs may be installed on existing lightii standards or other supports as approved by the Engineer. (d) When construction area signs are installed on existing lighting standards, holes shall not I made in the standards to support the sign. (e) The post embedment shall be 0.8-m if post holes are backfilled around the posts with 500- 2500 concrete. *w r,# 2/26/97 Contract No. 3522 Page 53 of 115 (f) When break-away sign posts (SDRS M-45) are used one post shall be provided for eat square meters of sign area. For wood posts post size and number of posts shall be as shown on CALTRANS Standard 2. Lumber for wood posts shall be as for sight posts. Sign panels for stationary mounted signs shall conform to the requirements of Section “Reflective Sheeting Aluminum Signs”, and the following: (a) All rectangular sheet aluminum signs over 4.5 feet measured along the horizontal axis diamond-shaped sheet aluminum signs 5 feet and larger shall be framed unless o specified. (b) Frames shall be constructed in accordance with “Framing Details for Sheet Aluminun Sheets 1 through 4 and Table 1 on Sheet 5, as published by CALTRANS. (c) Sign panel fastening hardware shall be commercial quality. Each portable sign shall consist of a base, standard or framework and a sign panel. The UI be capable of being delivered to the site of use and placed in immediate operation. Sign p portable signs shall conform to the requirements of sign panels for stationary mounted sign 7, “Reflective Sheeting Aluminum Signs”, or shall be Type IV reflective sheeting, cotton dr flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used dl hours of darkness. Size, color, and legend requirements for portable signs shall be as desc stationary mounted sign panels in Section 206-7, “Reflective Sheeting Aluminum Sign height to the bottom of the sign panel above the edge of traveled way shall be at least ’ parts of the sign standard or framework shall be finished with 2 applications of an orange which will match the color of the sign panel background. Testing of paint will not be req portable signs are displaced or overturned, from any cause, during the progress of the v Contractor shall immediately replace the signs in their original locations. Add the following section: 7-10.3.2 Maintaining Traffic, Attention is directed to Sections 7-1 0 SSPWC “Public Con1 and Safety.“ Nothing in these Special Provisions shall be construed as relieving the Contra1 its responsibility as provided in said Section 7-10. If illuminated traffic cones rather than [ delineators are used during the hours of darkness, they shall be affixed or covered with I cone sleeves as specified in CALTRANS “Standard Specifications”, except the sleeves seven (7) inches long. The Contractor’s personnel shall not work closer than six (6) feet, nor operate equipment w (2) feet from any traffic lane occupied by traffic. For equipment the two (2) feet shall be n from the closest approach of any part of the equipment as it is operated and/or maneL performing the work. This requirement may be waived when the Engineer has give1 authorization to the reduction in clearance that is specific to the time, duration and locatior waiver or for the work of installing, maintaining and removing traffic control devices. As a of such waiver the Engineer may require the Contractor to detour traffic, adjust the wic 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 trave including any section closed to public traffic. Whenever vehicles or equipment are parke shoulder within six (6) feet of a traffic lane, the shoulder area shall be closed with fluorescc cones or portable delineators placed on a taper in advance of the parked vehicles or equip1 along the edge of the pavement at 25-foot intervals to a point not less than 25 feet pas vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall for the taper. A C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mo a telescoping flag tree with flags. The flag tree shall be placed where directed by the Engi a 0 @ em aS 2/26/97 Contract No. 3522 Page 54 ( construction traffic control devices shall be maintained in good order and according to the p throughout the duration of work. During the entire construction, a minimum of two paved tra lanes, not less than twelve (12) feet wide, shall be open for use by public traffic in each directior travel. Add the following section: 7-10.3.3 Traffic Control System for Lane Closure, A traffic control system consists of clos traffic lanes in accordance with the details shown on the plans, CALTRANS “Manual of Tra Control”, 1996 edition and provisions under “Maintaining Traffic“ elsewhere in these Spec Provisions. The provisions in this section will not relieve the Contractor from its responsibility provide such additional devices or take such measures as may be necessary to maintain pul safety. When lanes are closed for only the duration of work periods, all components of the traffic coni system, except portable delineators placed along open trenches or excavation adjacent to 1 traveled way, shall be removed from the traveled way and shoulder at the end work period. If i Contractor so elects, said components may be stored at selected central locations, approved by Engineer, within the limits of the right-of-way. Add the following section: 7-1 0.3.4 Traffic Control for Permanent and Temporary Traffic Striping, During traffic stri operations, traffic shall be controlled with lane closures, as provided for under “Traffic Cont System for Lane Closure” of these Special Provisions or by use of an alternative traffic control pl proposed by the Contractor and approved by the Engineer. The Contractor shall not start trai striping operations using an alternative plan until he has submitted its plan to the Engineer and h received the Engineer’s written approval of said plan. Add the following section: 7-1 0.3.5 Temporary Pavement Delineation, Temporary pavement delineation shall furnished, placed, maintained and removed in accordance with the minimum standards specified Chapter 5 of the “Traffic Manual”, 1996 edition published by CALTRANS. Whenever the w( causes obliteration of pavement delineation, temporary or permanent pavement delineation shall in place prior to opening the traveled way to public traffic:. Lane line or centerline paveme delineation shall be provided at all times for traveled ways open to public traffic. All work necessa including any required lines or marks, to establish the alignment of temporary pavement delineati shall be performed by the Contractor. When temporary pavement delineation is removed, all lin and marks used to establish the alignment of the temporary pavement delineation shall be remov by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose materi, Temporary pavement delineation shall not be applied over (existing pavement delineation or 0th temporary pavement delineation. Temporary pavement ‘delineation shall be maintained ur superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, tl temporary pavement delineation conflicts with the permanent pavement delineation or with a nc traffic pattern for the area and is no longer required for the direction of public traffic. Whc temporary pavement delineation is required to be removed, all lines and marks used to establi the alignment of the temporary pavement delineation shall be removed. Add the following section: 7-10.3.6 Modifications and Additions to Traffic Control Plan Sheets, submit Traffic Control Plans (TCP) for the Engineer’s review for all construction activities. The Contractor sh ern t8 2/26/97 Contract No. 3522 Page55of 115 7-10.3.7 Payment, The Contractor shall prepare and correct TCP and shall furnish all labor and materials to install, maintain, replace and remove all traffic control as incidentals to the work with which associated. Payment for the traffic control plan shall be included in the lump sum bid pricc traffic signal and no other compensation will be made. Add the following section: 7-10.4.4 Safety and Protection of Workers and Public, The Contractor shall take all nt precautions for the safety of employees on the work and shall comply with all applicable PI of Federal, State and Municipal safety laws and building codes to prevent accidents or persons on, about, or adjacent to the premises where the work is being performed. The Cc shall erect and properly maintain at all times, as required by the conditions and progres work, all necessary safeguards for the protection of workers and public, and shall use dans warning against hazards created by such features of construction as protruding nails, hoi holes, and falling materials. 7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect t include Chapter 11.06. Excavation and Grading. If this notice specifies locations or materials, such as borrow pits or gravel beds, for use in the proposed construction proje would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the c( established pursuant to Section 1601 et seq. of the Fish and Game Code shall become c( of the contract. 0 9-3 PAYMENT. @ 9-32 Partial and Final Payment, modify the second paragraph as follows: Each mol Engineer will make an approximate measurement of the work performed to the closure basis for making monthly progress payments. The estimated value will be based on contr prices, completed change order work and as provided for in Section 9-2 of the S Specifications (SSPWC). Progress payments shall be made no later than thirty (30) calend after the closure date. Five (5) working days following the closure date, the Engine complete the detailed progress pay estimate and submit it to the Contractor for his inforr Should the Contractor assert that additional payment is due, the Contractor shall within 1 days of receipt of the progress estimate, submit a supplemental payment request to the E with adequate justification supporting the amount of supplemental payment request. Upon of the supplemental payment request, the Engineer shall, as soon as practicable after determine whether the supplemental payment request is a proper payment request. Engineer determines that the supplemental payment request is not proper, then the requt be returned to the Contractor as soon as practicable, but not later than seven (7) days after The returned request shall be accompanied by a document setting forth in writing the reasc the supplemental payment request was not proper. In conformance with Public Contrac Section 20104.50, the City shall make payments within thirty (30) days after receip undisputed and properly submitted supplemental payment request from the Contractor. If F of the undisputed supplemental payment request is not made within thirty (30) days after re the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate ! in subdivision (a) of Section 685.01 0 of the Code of Civil Procedure. a 4- r,s 2/26/97 Contract No. 3522 Page 56 c SECTION 9 - MEASUREMENT & PAYMENT 9-3 PAYMENT. 9-3.2 Partial and Final Payment, modify the third paragraph as follows: The Agency shall retai 10 percent of such estimated value of the work done and 10 percent of the value of materials s estimated to have been furnished and delivered and unused or furnished and stored as aforesai as part security for the fulfillment of the contract by the Contractor, except that at any time after 2 percent of the work has been completed, if the Engineer finds that satisfactory progress is bein made, the Agency may reduce the total amount being retained from payment pursuant to th above requirements to 5 percent of the total estimated value of said work and materials and ma also reduce the amount retained from any of the remaining partial payments to 5 percent of th estimated value of such work and materials. In addition, on any partial payment made after 9 percent of the work has been completed, the Agency may reduce the amount withheld fror payment pursuant to the requirements of this Section to such lesser amounts as the Engine6 determines is adequate security for the fulfillment of the balance of the work and othc requirements of the contract, but in no event will said amount be reduced to less than 125 percer of the estimated value of the work yet to be completed as determined by the Engineer. SUC reduction will only be made upon the written request of the Contractor and shall be approved i writing by the surety on the Performance Bond and by the surety on the Payment Bond. Th approval of the surety shall be submitted to the Engineer; the signature of the person executing th approval for the surety shall be properly acknowledged and the power of attorney authorizing hir to give such consent must either accompany the document or be on file with the Agency. 9-3.2 Partial and Final Payment, add paragraph 6 et seq. as follows: After final inspection, ti Engineer will make a Final Payment Estimate and process a corresponding payment. This estims will be in writing and shall be for the total amount owed the Contractor as determined by ti Engineer and shall be itemized by the contract bid item and change order item with quantities ai payment amounts and shall show all deductions made or to be made for prior payments ai amounts to be deducted under provisions of the contract. All prior estimates and progress paymer 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 mal written statement disputing any bid item or change order item quantity or payment amount. TI Contractor shall provide all documentation at the time of submitting the statement supporting position. Should the Contractor fail to submit the statement and supporting documentation witt the time specified, the Contractor acknowledges that full and final payment has been made for contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, tl Engineer will review the disputed item within 30 calendar days and make any appropria adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by tl Engineer will be subject to resolution as specified in subsection 3-5, Disputed Work. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain tl basis and amount of said claims. The Engineer will consider and determine the Contractor’s clair and it will be the responsibility of the Contractor to furnish within a reasonable time such furth information and details as may be required by the Engineer to determine the facts or contentioi involved in its claims. Failure to submit such information and details will be sufficient cause 1 denying the claims. em p,# 2/26/97 Contract No. 3522 Page 57 of 115 9-3.2.1 Payment for Claims. Add the following: Written statement shall be submitted to the Agency within 30 calendar days of receipt Payment for all claims for the entire project. No claim will be considered that was not inc this written statement, nor will any claim be allowed for which written notice or protest is under any provision of this contract including sections 3-4 Changed Conditions, 3-5 Dispute 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contr: 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 asce basis and amount of said claims. The Engineer will consider and determine the Contractor’ and it will be the responsibility of the Contractor to furnish within a reasonable time sucl information and details as may be required by the Engineer to determine the facts or cor involved in its claims. Failure to submit such information and details will be sufficient c denying the claims. Payment for claims shall be processed within 30 calendar days of receipt of the written statc further information, whichever is longer, for those claims approved by the Engineer. The Cc shall proceed with informal dispute resolution under subsection 3-5, Disputed Work, for thosi remaining in dispute. Add the following section: 9-3.3.1 Delivered Materials, into the work will not be included in the progress estimate. 0 The cost of materials and equipment delivered but not incoi a a e- p,s 2/26/97 Contract No. 3522 Page 58 o Property Thickness Method Value ASTM D2103 5.0 mils Bottom layer Adhesives Bond strength Colors Virgin LDPE >30 percent, solid 1.5#/R Five hours without peel 8 See Table 212-2.1.8 B Manufacturing specifications Manufacturing specifications Boiling H,O at 100 degrees Celsius APWA Code Color Red Yellow Orange Blue Green Brown Purple Utility Marked Electric power, distribution, transmission, and miinicipal electric systems. Gas and oil distribution and transmission, dangeirous materials, product and steam. Telephone and telegraph systems, police and fire communications, and cable televisi Water systems. Sanitary and storm sewer systems, nonpotable. Force mains. Reclaimed water lines. A. Department of Transportation, Materials Transportation Bureau, Office of Pipeline Safet code for pressure piping B31.8, paragraph 192.321 (e). B. National Transportation Safety Board, Washington, DC, Special Study Prevention of Dz Pipelines. Adopted June 7, 1974. Report NTSB-PSS-73-1. C. American Petroleum Institute (API). Recommended practice for marking burif petroleum pipelines - APR RP 1 109. D. General Services Administration, Washington, DC, Public Buildings Servict Specification for Mechanical and Electrical Equipment - PBS 4-1 501, Amendment 2, Page Paragraph 18, Subparagraph 18.1, Clause 18.1.1. E. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC, Electrical Safety Code for Underground Construction for remote and immediate hazards. 0 SECTION 209 - ELECTRICAL COMPONENTS 209 ELECTRICAL COMPONENTS. add the following: Section 86, “Signals, Ligh Electrical Systems”, herein, shall replace Section 209, “Electrical Components”, of the SSP matters pertaining to the specifications for measurement, payment, warranty, and mate, methods of construction for all elements of street lighting and traffic signals. SECTION 86 - SIGNALS, LIGHTING AND ELECTRICAL SYSTEM 86-1 GENERAL 86-1.01 Description. Electrical work shall consist of furnishing and installing, mod removing one or more traffic signals, traffic signal master controller assemblies and interco facilities, flashing beacon systems, lighting systems, sign illumination systems, traffic m stations, communication systems, electrical equipment in structures, falsework lighting, p for future systems, or combinations thereof, all as shown on the plans, and as specified special provisions. The locations of signals, beacons, standards, lighting fixtures, signs, controls, sewi appurtenances shown on the plans are approximate and the exact locations will be establ the Engineer in the field. All systems shall be complete and in operating condition at thc acceptance of the contract. 86-1.01 5 Definitions. The following definitions pertain only to Section 86, “Signals, Ligt 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 mix 24 hours at operating voltage at a 100% duty cycle, and in an ambient temperature of 60°C (140”I Candlepower Values. - Luminous intensity expressed in candelas (cd). Channe1.- A discrete information path. Chromaticity (Color). - The color of the light emitted by a signal module, specFfied as x-y chi coordinates on the chromaticity diagram according to the 1931 Commission Internationale dl standard observer and coordinate system. The measured chromaticity coordinates shall fall w limits speciiied in VTCSH Section 8.04 “Limits of Chromaticity Coordinates.” Controller Assembly.- The complete assembly for controlling the operation of a traffic signal 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 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 of signal cycle time period. em 0 8 p,s 2/26/97 Contract No. 3522 Page 60 c Electro1ier.- The complete assembly of lighting standard, luminaire, ballast and lamp. Flasher.- A device used to open and close signal circuits at a repetitive rate. Flashing Beacon Control Assembly.- A complete electrical mechanism for operating a warni beacon or intersection control beacon. Inductive Loop Vehicle Detector.- A detector capable of being actuated by the change of inductar caused by a vehicle passing over or standing over the loop. Integrating Photometer. - An instrument used in measuring the intensity of light that enables to1 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 devic as the light source. An LED signal module may directly replace an existing traffic signal lamp and le combination. Lighting Standard.- The pole and mast arm whch support thle luminaire. Luminaire.- The assembly which houses the light source and controls the light emitted from the lig source. Magnetic Vehicle Detector.- A detector capable of being actuated by the induced voltage caused the passage of a vehicle through the earths magnetic field. Magnetometer Vehicle Detector.- A detector capable of being actuated by the magnetic disturbar caused by the passage or presence of a vehcle. Major Street.- The roadway approach or approaches at an intersection normally carrying the ma; volume of vehicular traffic. Minimum Intensity. - In accordance with the values in Table 1 of the existing VTCSH standard, t 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 mk volume of vehicular traffic. Pedestrian Detector.- A detector, usually of the push button t,ype, capable of being operated by hand Plans. - For this Section (Section 209) plans shall include all documents ‘listed in Section -2.5, “Plans a Specfications”, et seq. as well as the “STANDARD PLANS’, 1995 edition as promulgated by the State California, Department of Transportation. Power Consumption. - The rms electrical power (watts) corisumed by an LED signal module wh operated at rated voltage. Pre-timed Controller Assembly.- A controller assembly for operating traffic signals in accordar with a pre-determined cycle length. Rated Initial Intensity. - The light intensity of a new LED signal module, operated at rated voltal measured after the burn-in procedure with an integrating photometer. Rated Voltage. - The ac rms voltage at which light output performance and power consumption E specified (117 VAC at 60 Hz). Signal Face.-That part of a signal head provided for contirohng traffic in a single direction a consisting of one or more signal sections. Signal Head.- An assembly containing one or more signal faces. Signal 1ndication.- The illumination of a signal section or other device, or of a combination of sectic or other devices at the same time. Signal Section.- A complete unit for providing a signal indication consisting of a housing, lei reflector, lamp receptacle and lamp. Sun Phantom. - The effect of an outside light source entering the signal assembly and being return 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 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 combination of movements. Vehicle.- Any motor vehicle normally licensed for highway use. VTCSH Standard. - The definitions and practices described in ‘‘Vehicle Traffic Control Signal Heac published in the Equipment and Materials Standards of the Institute of Transportation Engineers. ew p,s 2/26/97 Contract No. 3522 Page61 of 115 86-1.02 Regulations and Code. All electrical equipment shall conform to the standan National Electrical Manufacturers Association (NEMA), the Underwriters’ Laboratories Inc. Electrical Testing Laboratories (ETL), the National Electrical Testing Association, Inc. (NET/ Electronic Industries Association (EIA), wherever applicable. In addition to the requiremer plans, these special provisions, all materials and workmanship shall conform to the require the National Electrical Code, hereinafter referred to as the Code; California Code of Res Title 8, Chapter 4, Subchapter 5, Electrical Safety Orders; Rules for Overhead Electr Construction, General Order No. 95 of the Public Utilities Commission; Standards of the k Society for Testing and Materials (ASTM); American National Standards Institute (ANSI); local ordinances which may apply. Wherever reference is made to any of the standards mentioned above, the reference construed to mean the code, order, or standard that is in effect on the day the Notice to Co for the work is dated. 86-1.03 Equipment List and Drawings. Unless otherwise permitted in writing by the E the Contractor shall, within 15 days following award of the contract, submit to the Eng review a list of equipment and materials which the Contractor proposes to install as spc Section 2-5.3, “Shop Drawings and Submittals.” The list shall be complete as to I manufacturer, size and identifying number of each item. The list shall be supplemented other data as may be required, including schematic wiring diagrams and scale drawings of showing location and spacing of shelves, terminal blocks and equipment, including dimen All of the above data shall be submitted, install as specified in Section 2-5.3, “Shop Draw Submittals”, for review. Where electrical equipment is constructed as detailed on the pl submission of detailed drawings and diagrams will not be required. The Contractor shall furnish 5 sets of controller cabinet schematic wiring diagrams made b blueprint, white background process using iron-sensitized paper, (2) the offset lithograph prc (3) the electrostatic process. The diagrams shall show the location of the installation and all equipment installed in each controller cabinet. In addition, for each signal installa Contractor shall furnish an intersection sketch showing poles, detectors, field wire connectic nals and phasing as shown on the plans. All schematic wiring diagrams of the controller units and auxiliary equipment, all cabinet d and all operation manuals shall be submitted at the time the controller assemblies are deli1 testing. The schematic wiring diagram shall show in detail all circuits and parts. All pad thereon shall be identified by name or number and in such manner as to be readily interprc diagrams, plans and drawings shall be prepared using graphic symbols shown in ANSI pt~ Y32.2, entitled “IEEE Standard and American National Standard Graphic Symbols for Elect Electronic Diagrams.” 86-1.04 Warranties, Guaranties and Instruction Sheets. Manufacturers’ warrant guaranties furnished for materials used in the work and instruction sheets and parts lists with materials shall be delivered to the Engineer prior to acceptance of the project. 0 0 8 *- r,s 2/26/97 Contract No. 3522 Page 62 a 86-1.05 Maintaining Existing and Temporary Electrical !Systems. Existing electrical syster (traffic signal, street lighting, flashing beacon, traffic monitoring, sign illumination and other facilitie or approved temporary replacements thereof, shall be kept in effective operation for the benefit the traveling public during the progress of the work, except when shutdown is permitted, to allow 1 alterations or final removal of the systems. The traffic signal shutdowns shall be limited to norm working hours. Lighting system shutdowns shall not interfere with the regular lighting schedu unless otherwise permitted by the Engineer. The Contractor shall notify the Engineer prior performing any work on existing systems. The Contractor shall notify the local traffic enforceme 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 specified in these special provisions and which is considered by the Engineer as necessary to ke all or any part of the system in effective operation will be paid for as extra work as provided 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 undergoi the functional tests described in Section 86-2.14C, “Functionail Testing.” The Contractor shall ascertain the exact location and depth of existing detectors, conduits, p boxes and other electrical facilities before using any tools or equipment that may damage tho facilities or interfere with any electrical system. Where damage is caused by the Contracto operations, the Contractor shall, at the Contractor’s expense, repair or replace damaged faciliti promptly in accordance with these specifications. If any existing loop conductor, including t portion leading to the detector hand hole or termination pull box, is damaged by the Contracto operations, the Contractor shall immediately notify the Engineer. The affected detectors shall replaced at the Contractor’s expense and as directed by the Engineer within 24 hours. If t Contractor fails to complete the repairs within this period, the repairs will be made by Agency forc at the Contractor’s expense. Should the Contractor fail to perform the required repairs or replac ments, the cost of performing the repairs or replacements will1 be deducted from any moneys due to become due the Contractor. Where roadways are to remain open to traffic and existing lighting systems are to be modified, t lighting systems shall remain in operation and the final connection to the modified circuit shall made so that the modified circuit will be in operation by nightfall of the same day. Tempor: electrical installations shall be kept in effective operation uintil the temporary installations are longer required for the traveling public. Removal of temporary installations shall conform to t provisions in Section 86-7, “Removing, Reinstalling or Salvaging Electrical Equipment.” The provisions will not relieve the Contractor in any manner of the Contractor’s responsibilities 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” sig to direct vehicle and pedestrian traffic through the intersection. All signal faces shall be cover when the system is shut down overnight. Temporary “STOIP AHEAD” and “STOP” signs shall either covered or removed when the system is turned on. “STOP AHEAD” and “STOP” signs sb be furnished by the Contractor and shall conform to the provisions in Section 7-10.3, “Strc Closures, Detours, Barricades.” Minimum size of “STOP” signs shall be 29.53”. One “ST( AHEAD” sign and one “STOP” sign shall be placed for each direction of traffic. For two la approaches, two “STOP” signs shall be placed. Location of the signs shall be as directed by t Engineer. . e= Page 63 of 115 f# 2/26/97 Contract No. 3522 86-1.06 Scheduling of Work. performed until the Contractor has all materials on hand to complete that particular signal lo lighting circuit. Work shall be so scheduled that each traffic signal, lighting and sign illu system shall be completed and ready for operation prior to opening the corresponding secti roadway to traffic. Traffic signals shall not be placed in operation for use by public traffic without the written ap the Engineer. The Contractor shall obtain the written approval of the Engineer no less tt days prior to placing any traffic signal in operation. Traffic signals shall not be placed in operation for use by public traffic without the ener street lighting at the intersection to be controlled if street lighting exists or is being in: conjunction with the traffic signals. Traffic signals shall not be placed in operation until the roadways to be controlled are open traffic, unless otherwise directed by the Engineer. Lighting and traffic signals shall not be I operation, including flashing operation, prior to commencement of the functional tes specified in Section 86-2.14, “Testing,” unless ordered otherwise by the Engineer. Conductors shall not be pulled into conduit until pull boxes are set to grade, crushed roc installed, mortar placed around conduit, concrete bottom of pull boxes placed, and metallic bonded. The initial turn-on shall be made only between the hours of 9:00 a.m. and 2:OO p.m. and through Thursday unless otherwise approved, in writing, by the Engineer. Prior to tui equipment as shown on the plans shall be installed and operable including pedestrian pedestrian push buttons, vehicle detectors, lighting, signs and pavement delineation. All visors, and signal faces shall be directed to provide maximum visibility. Functional tests s on any working day except Friday, or the day preceding a legal holiday. 86-1.07 Safety Precautions. Attention is directed to Section 7-1 0.4.1, “Safety Orders.’ starting work on existing series street lighting circuits, the Contractor shall obtain daily circuit clearance from the serving utility. By-pass switch plugs shall be pulled and “Men signs posted at switch boxes before any work is done. No above ground work, except service equipment, 0 0 86-2 MATERIALS AND INSTALLATION 86-2.01 Excavating and Backfilling. The excavations required for the installation of foundations, and other appurtenances shall be performed in such a manner as to a unnecessary damage to streets, sidewalks, landscaping, and other improvements. The shall not be excavated wider than necessary for the proper installation of the appurtenances and foundations. Excavation shall not be performed until immediate1 installation of conduit and other appurtenances. The material from the excavation shall be a position that will not cause damage or obstruction to vehicular and pedestrian traffic nor with surface drainage. Unless otherwise permitted in writing by the Engineer, all surplus excavated material removed and disposed of, within 48 hours, outside the highway right of way in accordance provisions in Sections 7-8.1, “Cleanup and Dust Control”, 300-1.3, “Removal and Di5 Materials” and 302-6, “Surplus Material”, depending on the origin and nature of the mater removed and disposed. *w p,# 2/26/97 Contract No. 3522 Page 64 ( The excavations shall be backfilled in conformance with the provisions in Sections 300-3 “Structure Backfill” or 306-1.3, “Backfill and Desification,” deplending on the nature of the structure conduit that the excavation being backfilled accommodates. Excavations after backfilling shall kept well filled and maintained in a smooth and well-drained condition until permanent repairs i made. All excavations shall be filled, and sidewalks, pavement, and landscaping restored at ea intersection prior to excavating at any other intersection, unless otherwise permitted by t Engineer. Excavations in the street or highway shall be perfrxmed in such a manner that not mc than one traffic lane is restricted at any time, unless otherwise by the Engineer. 86-2.02 Removing and Replacing Improvements. In addition to the requirements of sectio 7-9, “Protection and Restoration of Existing Improvements’’ and 306-1.5, “Trench Resurfacir Improvements such as sidewalks, curbs, gutters, portland cement concrete and asphalt concrf pavement, underlying material, lawns and plants, and any other improvements removed, broken damaged by the Contractor’s operations, shall be replaced or reconstructed with the same kind material as found on the work or with materials of equal quality. The new work shall be left in serviceable condition. Whenever a part of a square or slab of existing concrete sidewalk, curb, gutter, or driveway broken or damaged, the entire square, section or slab shall be removed and the concrc reconstructed as above specified. The outline of all areas to be removed in portland cemc concrete sidewalks and driveways and in pavements shall be cut to a minimum depth of 2 in. w an abrasive type saw prior to removing the sidewalk, driveways and pavement material. Cuts sh be neat and true along score lines, with no shatter outside the! removal area. 86-2.03 Foundations. Portland cement materials and construction methods shall conform Section 201, “Concrete, Mortar and Related concrete Materials,” for Materials and Section 3( “Concrete and Masonry Construction,’’ for construction methods. Concrete foundations shall rest firm ground. Except when located on structures, foundations for posts, standards, and pedestals, not shown the plans to have mortar pads, shall be placed “in the solid” and monolithic except for the top (: which shall be placed after the post, standard or pedestal is in proper position. After each PO standard, or pedestal on structures, and each standard shown on the plans to have mortar pads, in proper position, mortar shall be placed under the base plate as shown on the plans. The expos portions shall be formed to present a neat appearance. Mortar shall consist of one part by volur of portland cement and 3 parts of clean sand, shall contain only sufficient moisture to permit packi 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 sh conform to the provisions in Section 205-3.3, “Cast-in-Place Concrete Piles,” except that mater resulting from drilling holes shall be disposed of as provided in Section 86-2.01, “Excavating a Backfilling.” The exposed portions of the foundation shall be formed to present a neat appearancc Forms shall be true to line and grade. Tops of foundations for posts and standards, except spec foundations, shall be finished to curb or sidewalk grade or as directed by the Engineer. Forms sh be rigid and securely braced in place. Conduit ends and anchor bolts shall be placed in proF position and to proper height, and shall be held in place by rneans of a template until the concrc sets. Anchor bars or studs and nuts, except for Type 30 and Type 31 lighting standards, shall conform ASTM Designation: A 307. Headed anchor bolts for foundatlions shall conform to the specificatio of ASTM Designation: A 307, Grade B with S1 supplementary requirements. At the option of t Contractor, nonheaded anchor bolts for foundations shall conform either to the specifications ASTM Designation: A 307, Grade C or to the provisions in AASHTO Designation: M 314, Grade 4- tQ 2/26/97 Contract No. 3522 Page 65 of 115 or 55 with S1 supplementary requirements. When nonheaded anchor bolts conformin specifications of ASTM Designation: A 307, Grade C are furnished, the end of each R anchor bolt shall be either coded by end stamping as required in ASTM Designation: A 3( end that projects from the concrete shall be permanently coded with a green colo~ manufacturer. High strength anchor bolts, bars, or studs for Type 30 and Type 31 standards shall conform to ASTM Designation: A 325, A 325M or A 449 and shall comply mechanical requirements of ASTM Designation: A 325 or A 325M after galvanizing. t+ washers for high strength anchor bolts shall conform to ASTM Designations: A 563 or A 5E F 476 or F 476M, respectively. In addition to the requirements of ASTM Designation: A 4r shall be marked on either end as required for bolt heads. All steel parts shall be galvanized in accordance with the provisions in Section 21 0-3.6, “Ga for Traffic Signal Facilities.” The upper threaded portion of all anchor bolts shall be provided with 2 nuts and 2 washei Anchor bars or studs shall be provided with 3 nuts and washers each. Welding sha 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 beforc mortar or before the foundation is finished to final grade. Shims, or other similar devices 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 rr before placing concrete. Forms shall not be removed until the concrete has thoroug Ordinary surface finish, as specified in Section 303-1.9.2, “Ordinary Surface Finish,” shall br to exposed surfaces of concrete. Where obstructions prevent the construction of a planned foundation, the Contractor shall ( an effective foundation as directed by the Engineer. The foundations shown on the plans extended if conditions require additional depth, and the additional work, if ordered by the E 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 rt When a foundation is shown on the plans to be abandoned, the top of foundation, anchor t conduits shall be removed to a depth of not less than 3.25 ft. below surface of sid unimproved ground. The resulting hole shall be backfilled with material equivalen surrounding material. Unless otherwise shown on the plans, all standards to be relocated 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 h least 7 days, and shall be plumbed or raked, as directed by the Engineer. In unpaved 3.25 ft. square, 4 in. thick or of the size shown on the plans, whichever is the larger, raise portland cement concrete shall be placed in front of each controller cabinet. 86-2.04 Standards, Steel Pedestals and Posts. Standards for traffic signals and ligh steel pedestals for cabinets and other similar equipment shall be located as shown on th Workmanship and finish shall be equal to the best general practice of metal fabrication st welding shall conform to AWS D1.l, “Structural Welding Code,” and to the requiremen Section 86-2.04. All welds joining the shafts of the standards and mast arms to their ba shall be as shown on the plans, however, alternative weld joint details may be approve Engineer. Approval of alternative weld joint details will be contingent upon the proposed i passing both weld procedure and nondestructive testing as deemed necessary by the Engi costs of the supplemental testing shall be borne by the Contractor. 0 0 0 ew ri# 2/26/97 Contract No. 3522 Page 66 ( All standards except Type 1, and all signal mast arms, shall have an aluminum identification pla as noted on the plans, attached with stainless steel rivets or screws. Type 1 standards and stc pedestals for controller cabinets shall be constructed of 0.12 in. or thicker galvanized steel; or 4 standard weight galvanized, steel pipe or Size 103, Type 1 conduit, with the top designed i post-top slip-fitter. Standard weight galvanized, steel pipe shall conform to the specifications ASTM Designation: A 53. Materials and construction methods for all ferrous metal parts of standards, with shaft length 15 ft. and longer, shall conform to the details shown on the plans, the requirements of Sections 2C “Miscellaneous Metal Items,” for Materials and Section 304, “Metals Fabrication and Constructioi 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 gra having a minimum yield strength of 40,000 psi, after fabrication. Certified test reports which ver conformance to the minimum yield strength requirements shall be submitted to the Engineer. T test reports may be the mill test reports for the as-received steel or, when the as-received steel h a lower yield strength than required, the Contractor shall provide supportive test data which provid assurance that the Contractor’s method of cold forming will consistently increase the tens properties of the steel to meet the specified minimum yield strength. The supportive test data sh include tensile properties of the steel both before and after cold forming for specific heats a thicknesses. 2) When a single-ply 0.31 in. thick pole is specified, a 2-ply pole with equivalent section modul may be substituted. Standards may be fabricated of full-length sheets or shorter sections. Ea section shall be fabricated from not more than 2 pieces of sheet steel. Where 2 pieces are usc the longitudinal welded seams shall be directly opposite one another. When the sections are bi welded together, the longitudinal welded seams on adjacent sections shall be placed to fol 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. T sleeve shall be 0.12 in. nominal thickness, or thicker, steel having the same chemical compositi as the steel in the standard. When the sections to be joined have different specified minimum yic strengths, the steel in the sleeve shall have the same chemical composition as the higher minimi yield strength steel to be joined. The metal sleeve shall have a minimum length of 12 in. T sleeve shall be centered at the joint and have the same taper as the standard with the outside oft sleeve in full contact with the inside of the standard throughout the sleeve length and circumferenc All welds shall be continuous. The weld metal at the transverse joint shall extend to the slee! making the sleeve an integral part of the joint. Longitudinal welds in steel tubular sections will tested in accordance with California Test 664. The sampling frequency shall be as determined the Engineer. The welds may be made by the electric resistance welding process. All expos welds, except fillet and fatigue resistant welds and welds on top of mast arms, shall be ground flu with the base metal. 4) All exposed edges of the plates which make up the base assembly shall be finished smooth a all exposed corners of the plates shall be neatly rounded unless otherwise shown on the plan: Shafts shall be provided with slip-fitter shaft caps. Standards shall be straight, with a permissi variation not to exceed 1 in. measured at the midpoint of a 29.5 feet or 36 feet standard and not exceed 0.79 in. measured at the midpoint of a 16.5 feet through 20 feet standard. Variation sh not exceed 1 in. at a point 15 feet 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 accordance with the requirements specified for galvanized Grade DH nuts in ASTM Designatio1 A 563 or A 563M. 6) Standards with an outside diameter of 12 in. or less shall be round. Standards with an outsi diameter greater than 12 in. shall be round or multisided. Multisided standards shall have minimum of 10 sides which shall be convex and shall have a minimum bend radius of 4 in. 4- Page67of115 p,s 2/26/97 Contract No. 3522 7) Mast arms for standards, shall be fabricated from material as specified for standards i conform to the dimensions shown on the plans. 8) The cast steel option for slip bases shall be fabricated from material conformins requirements of ASTM Designation: A 271A 27M, Grade 70-40. Other comparable material used if written permission is given by the Engineer. The casting tolerances shall be in acc with the Steel Founder’s Society of America recommendations (green sand molding). One from each lot of 50 castings or less shall be subject to radiographic inspection, in accorda the provisions in ASTM Designation: E 94. The castings shall comply with the acceptancc severity level 3 or better for all types and categories of discontinuities as specified ii Designations: E 186 and E 446. If the one casting fails to pass the inspection, 2 additional shall be radiographed. Both of these castings shall pass the inspection or the entire lot of 5 rejected. Material certifications consisting of physical and chemical properties, and radi films of the castings shall be filed at the manufacturer’s office. These certifications and fil be available for inspection upon request. 9) High-strength bolts, nuts and flat washers used to connect slip base plates shall COI ASTM Designation: A 325 or A 325M and shall be galvanized as specified in Section “Galvanizing for Traffic Signal Facilities.” 10) Plate washers shall be fabricated by saw cutting and drilling steel plate conforming Designation: 101 8, and be galvanized as specified in Section 21 0-3.6, “Galvanizing fc Signal Facilities.” 11) Prior to galvanizing, all burrs and sharp edges shall be removed and holes shall be ch sufficiently on each side to allow the bolt head to make full contact with the washer withou on the bolt. 12) High-strength cap screws shown on the plans for attaching mast arms to standai conform to ASTM Designation: A 325, A 325M or ASTM Designation: A 449 and shall con the mechanical requirements of ASTM Designation: A 325 or A 325M after galvanizing. screws shall be galvanized as specified in Section 21 0-3.6, “Galvanizing for Traffic Signal F The threads of the cap screws shall be coated with a lubricant which is clean and dry to the 13) The galvanized faying surfaces of the connections between signal or lighting mast a poles shall be free of surface imperfections, such as lumps, runs, and scum, which would intimate, uniform contact between the faying surfaces. 14) Handholes in the base of standards shall conform to the details shown on the pli handholes shall be provided with covers. 15) Changes in configuration of mast arms will be permitted, provided the mounting he stability are maintained. Fabricators electing to use larger than minimum arm diameters shl the details as required to permit solid seating of the cap screws. All arms shall be bei approximate configuration shown on the plans. A smooth curving arm is required. 16) Pedestrian push button posts shall be constructed of 2.5 in. standard pipe conformir dimensions shown on the plans. Guard posts shall be constructed of 4 in. galvanized stanc 5.5 feet long. Posts shall be set 3 feet in a block of portland cement concrete, as show plans, and the pipe shall be filled with portland cement concrete. Push button posts ai 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 c The threads of the heavy hex nuts for the slip base bolts shall be coated with an additional which is clean and dry to the touch. Each high strength slip base bolt shall be tightened 10 N.m, plus or minus, of the following values: @ 0 a 4- aS 2/26/97 Contract No. 3522 Page 68 ( Standard Type 1546 30 31 36-20A Torque (Feet-Pound) 150 150 200 165 The ends of conduit shall be threaded and shall be capped with standard pipe caps or “pe protect the raceway against dirt and concrete until wiring is started. When caps or “pent removed, the ends of conduit and conduit fittings shall be provided with conduit bushings. terminating in pull boxes or foundations shall be provided with insulated bonding bushings. A No. 12 copper pull wire or a pull rope shall be installed in all conduits which are to receii conductors. The pull rope shall be nylon or polypropylene with a minimum tensile strengt pounds. At least 0.6-m of pull wire or rope shall be doubled back into the conduit termination. Existing underground conduit to be incorporated into a new system shall be with a mandrel or cylindrical wire brush and blown out with compressed air. Conduit shall be laid to a depth of not less than 18 in. below grade in portland cement ( sidewalk areas and curbed paved median areas, and not less than 2.5 feet below finished all other areas. Conduit may be laid on top of the existing pavement within new curbed being constructed on top of the existing pavement. Conduit couplings shall be located at le from face of foundation. 86-2.06 Pull Boxes. Pull boxes shall be installed at the locations shown on the plar specified. The Contractor may, as an option, at the Contractor’s expense, use pull boxes of standard size than that shown or specified. 86-2.06A Materials. Pull boxes, covers and extensions for installation in the groL sidewalk areas shall be of the sizes and details shown on the plans and shall be p reinforced portland cement concrete (PCC). The designated concentrated force shall be 15 for a No. 3-1/2 pull box and shall be 100 pounds for a No. 5 or No. 6 pull box. When a vert of 6500 N is applied, through a 0.5 in. x 3 in. x 6 in. steel plate, to a non-PCC cover in place box, the cover shall not fail and shall not deflect more than 0.25”. The steel plate shall be on Covers, , shall be secured with 0.35 in. bolts, cap screws, or studs, and nuts which st brass, stainless steel or other non-corroding metal material. Stainless steel holddown b screws or studs, and nuts and washers shall have a chromium content of not less than 1I and a nickel content of not less than 8 percent. All ferrous metal parts shall be galvanized in accordance with the provisions in Section “Galvanizing for Traffic Signal Facilities.” 86-2.068 Cover Marking. Covers for pull boxes, except covers for ceiling pull boxes, marked as shown on the plans. Marking shall be clearly defined and uniform in depth an( placed parallel to either the long or short sides of the cover. Marking letters shall be betw and 3 in. high. Marking shall be applied to each steel or cast iron cover prior to galvanizin of the following methods: (a) Cast iron strips, at least 0.24 in. thick, with the letters raised a minimum of 0.06”. Strip! fastened to covers with 0.24 in. flat-head stainless steel machine bolts and nuts. Bolts peened after tightening. (b) Sheet steel strips at least 0.03 in. with the letters raised a minimum of 0.06 in. a1 surrounding surface of the strips. Strips shall be fastened to covers by spot weld welding or brazing, with 0.24 in. stainless steel rivets, or with 0.24 in. roundhead stain11 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 0.08”. 0 0 0 em p,s 2/26/97 Contract No. 3522 Page 70 01 86-2.06C Installation and Use. Pull boxes shall be installed at the locations shown on the pl and, in conduit runs exceeding 200 feet, shall be spaced at not over 200 foot intervals. . Contractor may, at the Contractor’s expense, install additional pull boxes to facilitate the work. . bottoms of pull boxes installed in the ground or in sidewalk areas, shall be bedded in crushed roc1 shown on the plans and shall be grouted prior to the installation of conductors. The grout shall between 0.5 in. and 1 in. thick and shall be sloped toward the drain hole. A layer of roofing pa shall be placed between the grout and the crushed rock sump. A one in. drain hole shall be provil in the center of the pull box through the grout and the roofing paper. Where the sump of ah exis pull box is disturbed by the Contractor’s operations, the sump shall be reconstructed and, if the si was grouted, the old grout shall be removed and new grout placed. 86-2.08 Conductors. Conductors shall be copper of the gage shown on the plans, unle specified otherwise. Copper wire shall conform to the specifications of ASTM Designations: t and B 8. Wire sizes, other than conductors used in loop detector lead-in cable, shall be based on Americ Wire Gage (AWG), except that conductor diameter shall be niot less than 98 percent of the specif AWG diameter. Conductors used in loop detector lead-in cable shall conform to the specificatic of ASTM Designation: B 286. A Certificate of Compliance conforming to the provisions in Sect 4-1.5, “Certification,” shall be submitted by the manufacturer with each type of cable to be used 01 project. 86-2.08A Conductor Identification. All single conductors in cables, except detector leac cables, shall have clear, distinctive and permanent markingis on the outer surface throughout 1 entire length showing the manufacturer’s name or trademark, insulation type letter designatic conductor size, voltage rating and the number of conductors if a cable. Conductor insulation st be of a solid color or of basic colors with a permanent colored stripe as detailed in the follow table unless otherwise specified. Solid or basic colors shall be homobeneous through the full del of insulation. Identification stripes shall be continuous over the entire length of the conductor. I conductor sizes No. 2 and larger, the insulation may be black and the ends of the conductors st be taped with electrical insulating tape of the required color for a minimum of 19.7” *w p,# 2/26/97 Contract No. 3522 Page 71 of 115 CONDUCTOR TABLE Insulation Colors Identification e Circuit Signal Phase or Stripe Band Symbols Function Base (Note 1) (Note 6) 2,6 .................................... Red, Yellow, Brown Black 2,6 ..................... 4,8 ................................... Red, Yellow, Brown Orange 4,8 ..................... Vehicle Signals 13 ................................... Red, Yellow, Brown None 1,5 ..................... (Note 4) 3,7 ................................... Red, Yellow, Brown Purple 3,7 ..................... 2p,6p ............................... Red, Brown Black 2p,6p ................. Pedestrian Signals 4p,8p ............................... Red, Brown Orange 4p,8p ................. (Note 4) lp,5p ............................... Red, Brown None lp,5p ................. ............................... Purple 3p,7p 3p,7p Red, Brown ................. Pedestrian Push 2p,6p ............................... Blue Black P-2,P-6 ............. (Note 4) 1 p,5p ............................... Blue None P-I ,P-5 ............. Buttons 4p,8p ............................... Blue Orange P-4,P-8 ............. 3p,7p ............................... Blue Purple P-3,P-7 ............. Traffic Signal Ungrounded between Black None CON-1 ............... Controller Cabinet Service ............................ Red None CON-2 ............... Switch & Cabinet .............. Highway Lighting Ungrounded-Line 1 ......... Black None No band required Pull Box to Ungrounded-Line 2 ......... Red None No band required Luminaire (Note 9) Grounded .........................W hite None No band required ML1 ................... ML2 ................... Multiple Highway Ungrounded-Line 1 ......... Black None Ungrounded-Line 2 ......... Red None Ungrounded to @ Lighting Lighting Photoelectric Unit (PEU) .Black None Control Switching leg from PEU unit or SM transformer .... Red None Multiple Service Ungrounded-Line 1 Black None No band required (Signals) .......................... Red (Note IO) None Except per Note 5 Ungrounded-Line 2 (Lighting) c1 ..................... c2 ..................... Sign Lighting Ungrounded-Line 1 ......... Black None SL-1 .................. (Note 8) Ungrounded-Line 2 ......... Red None SL-2 .................. Flashing Beacons Ungrounded between F-Location No. (Note 7) Flasher and Beacons ..... Red or Yellow None (See Note 3) ... Pedestrian Push Buttons .White Black No band required Signals & Multiple Lightinwhite None No band required Flashing Beacons 8 Sign White None No band required Lighting Control ................ White None No band required Multiple Service ................ Common.. ....................... ..White None I ......................... Flash ................................ Orange None I-F ..................... Interconnect Dial 2 ................................ Orange None I-D2 ................... Dial 3 ................................ Orange None I-D3 ................... Common Lighting ............................. hite None c-3 .................... Grounded & Offset ............................... Orange None 1-0 ..................... Railroad Pre-Emption.. Black None R ....................... Spares. ........................ Black None No band required 0 e- p;s 2/26/97 Contract No. 3522 Page 72 c Notes: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 86-2.086 Multiple Circuit Conductors.- Conductors for multiple circuits shall be UL or ETL lisi and rated for 600-V operation. The insulation for No. 14 through No. 4 conductors shall be one the following: 1) Type TW polyvinyl chloride conforming to the requirements of ASTM Designation: D 221 9. 2) Type THW polyvinyl chloride. 3) Type USE, Type RHH or Type RHW cross-linked polyethyilene. At any point, the minimum thickness of any Type TW, THW, USE, RHH or RHW insulation shall 0.04 in. for conductor sizes No. 14 to No. IO, inclusive, and 0.05 in. for No. 8 to No. 2, inclusivc The insulation for No. 2 and larger conductors shall be one! of the types listed above or shall Type THWN. Conductors for wiring wall luminaires shall be stranded copper, with insulation rat for use at temperatures up to 125°C. Overhead lighting conductors shall be No. 8, or largl medium hard drawn copper with weatherproof covering. 86-2.08C Series Circuit Conductors. Conductors for series circuits shall be No. 8, shall be rat for 5000-V operation and shall be insulated with 0.15 in. minimum thickness polyvinyl chloride co pound conforming to the specifications of ASTM Designation: D 221 9, or polyethylene conforming the specifications of ASTM Designation: D 1351. 86-2.08D Signal Cable. Sianal cable shall be installed. Individual conductors are not allowec Signal cable shall conform to the following: 1) The cable jacket shall be black polyethylene with an inner polyester binder sheath, and shall I rated for 600- V and 75°C. All cables shall have clear, distinctive, and permanent markings ( the outer surface throughout the entire length of the cable showing the manufacturer's name trademark, insulation designation, number of conductors, conductor sizes, and the voltage ratii of the jacket. Filler material, if used, shall be polyethylene! material. Individual conductors in tl cable shall be solid copper with Type THWN insulation, arid shall conform to the requirements Section 86-2.08, "Conductors," and ASTM Designation: B 286. The minimum thickness of Tyl THWN insulation, at any point, shall be 0.01 in. for conductor sizes No. 14 and No. 12, ai 0.02 in. for conductor size No. 10. The minimum thickness of the nylon jacket shall be 0.0004 I at any point. On overlaps, insulation is striped for first phase in designation, fix example, a phase (2+3) conductor is stril as for phase 2. Band for overlap and special phases as required. Flashing beacons having separate service do not require banding. These requirements do not apply to signal cable. "S" if circuit is switched on line side of service equipment by utility. Band conductors in each pull box and near ends of termination points. On signal light circuits, a single band r be placed around 2 or 3 ungrounded conductors comprising a phase. Ungrounded conductors between service switch and flasher mechanism shall be black and banded as indica in this column. Conductors between ballasts and sign lighting lamps shall be No. 16 and color shall correspond to that of ballast leads. Both conductors between external H.I.D. ballast and lamp socket shall be black. Black acceptable for size No. 2 and larger. Tape ends for 2.5 feet with indicated color. em p,s 2/26/97 Contract No. 3522 Page 73 of 115 red yellow brown red/black stripe yellow/black stripe brown/black stripe black white/black stripe Color Code Termination red vehicle signal red yellow vehicle signal yellow brown vehicle signal green red/black stripe vehicle signal red yellow/black stripe vehicle signal yellow brown/black stripe vehicle signal green black/red stripe spare, or use as required for red or Don’t Walk spare, or use as required for yellow spare, or use as required for green or Walk ped signal Don’t Walk ped signal Walk black/white stripe black red/white stripe b rown/white stripe Phase 2, 4, 6 or 8 2, 4, 6 or 8 2, 4, 6 or 8 1, 3, 5 or 7 1, 3, 5 or 7 1, 3, 5or7 1) Twenty Eight-Conductor Cable (28CSC). The 28-conductor signal cable shall con: No. 14 conductors and one No. 10 conductor. The cable jacket shall have a minimum thickness of .08 in and shall have a minimum thickness at any point of 0.06 in. The outside diameter of the cable shall not exceed 0.91 in. The color code for the No. 10 c shall be white. The color code and functional connections for the No. 14 conductors st follows: e e 1) The signal commons in each 28-conductor cable shall be kept separate except at ti 2) Each 28-conductor cable shall be labeled in each pull box “Cl” or “C2,. 3) The cable identified “CI” shall be used for signal Phases 1, 2, 3 and 4. The cable ident 4) Each signal cable, except 28-conductor, shall be marked, in each pull box, showing tl control le r. shall be used for signal Phases 56, 7 and 8. standard to which it is connected. 0 em p,# 2/26/97 Contract No. 3522 Page 76 ( 86-2.08E Signal Interconnect Cable (SIC). Signal Interconnect Cable shall consist of six twelve No. 20, minimum, stranded tinned copper conductors as shown on the plans or requir herein. Each conductor shall be insulated with 0.01 in., miriimum nominal thickness, color code polypropylene material. Conductors shall be in twisted pair!;. Color coding shall distinguish ea pair. Each pair shall be wrapped with an aluminum polyester shield and shall have a No. 22 larger, stranded, tinned copper drain wire inside the shielded pair. The cable jacket shall be blac high density polyethylene, rated for a minimum of 300- V and 60°C, and shall have a nominal w thickness of 0.04 in., minimum. The cable jacket or the moisture-resistant tape directly under t outer jacket shall be marked with the manufacturer’s name, insulation type designation, number conductors and conductor size, and voltage and temperature ratings. Splices shall be made 01 where shown on the plans or in controller cabinets. A minimum of one meter of slack shall provided at each splice and 6.5 feet at each controller cabinet. Splices of conductors shall insulated with heat-shrink tubing of the appropriate size and shall overlap the conductor insulation least 0.59 in. The overall cable splice shall be covered with lieat-shrink tubing, with at least 1.57 of overlap of the cable jacket. 86-2.09 Wiring. All conductors shall be run in conduit, except overhead and tempori installations and where conductors are run inside poles. Wiring shall be done in conformance w the regulations and code listed in Section 86-1.02, “Regulations and Code,” and the followi additional requirements: 86-2.0919 Circuitry. Sufficient traffic signal light conductors shall be provided to perform t functional operation of the signal and, in addition thereto, 3 spare conductors shall be provided in conduits containing traffic signal light conductors, unless shown otherwise on the plans. Trai signal light conductors shall not run to a terminal block on a standard unless they are to connected to a signal head that is mounted thereon. Connection to each terminal of a pedestri push button shall be by a single conductor. The common for pedestrian push button circuits sh be separate from the traffic signal light circuit grounded conductors. Where ballasts or transform( are used, series conductors shall be run from ballast to ballasd, transformer to transformer, and frc ballast or transformer to service. 86-2.09B Installation. A UL or ETL listed inert lubricant ishall be used in placing conductors conduit. Conductors shall be pulled into conduit by hand and the use of winches or other po~ actuated pulling equipment will not be permitted. When new conductors are to be added to existi conductors in a conduit, all conductors shall be removed; the conduit shall be cleaned as provided Section 86-2.05C, “Installation”; and both old and new conductors shall be pulled into the conduit a unit. Where traffic signal light conductors are run in lighting standards containing street lighti conductors from a different service point, either the traffic signal light conductors or the lighti conductors shall be encased in flexible or rigid metal conduit, to a point where the 2 types conductors are no longer in the same raceway. Temporary conductors less than 3 m above gra shall be enclosed in flexible or rigid metal conduit. At least one foot of slack shall be left for each conductor at each signal or lighting standard, combined standard, and at least 3 feet of slack at each pull box. At least 3 feet of slack shall be I for each conductor at each splice. Ends of spare conductors or conductors terminated in pull box shall be taped to provide a watertight seal. em p,# 2/26/97 Contract No. 3522 Page77of 115 Conductors within fixtures or service cabinets shall be neatly arranged and shall be cabled with self-clinching nylon cable ties, or other method approved by the Engineer. Traffic si1 conductors, interconnect conductors, service conductors, detector conductors and c controller cabinets and flashing beacon cabinets shall be neatly arranged, and shall b 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 detailed in the conductor table in Section 86-2.08, “Conductors,” or when identification si not available, marking shall be as detailed in the conductor table for special and overlap 2) Where metered and unmetered conductors occupy the same pull box, the unmeten conductors shall be identified, “UNMETERED-STREET LTG,” “UNMETEREC STATION,” or as appropriate to describe the unmetered circuit. Conductors shall be permanently identified as to function. Identification shall be placed conductor, or each group of conductors comprising a signal phase, in each pull box and end of terminated conductors. Identification shall be by direct labeling, tags or bands fa: the conductors in such a manner that they will not move along the conductors. Labeling sh mechanical methods. 86-2.09C Connectors and Terminals. Conductors shall be joined by the use of UL or E crimp type connectors as shown on the plans. Connectors and terminals shall be applied proper type tool as recommended by the manufacturer of the connector or terminal bein Finished connections and terminals shall comply with the requirements of Military Specifica T-7928. All stranded conductors smaller than No. 14 shall be terminated in crimp style lugs. All connectors and terminal lugs for conductor sizes No. 8 and smaller shall be sol1 the hot iron, pouring or dipping method. Open flame soldering will not be permitted. 86-2.09D Splicing and Terminations. Unless specified otherwise or permitted by the E splices shall conform to the details shown on the plans and will be permitted only in the types of circuits at the following locations: 1 ) Grounded conductors in pull boxes. 2) Pedestrian push button conductors in pull boxes. 3) Multiple or series lighting conductors in the pull box adjacent to each electrolier or I location or in the bases of Type 21 standards. Where electroliers are more than 400 fe splices will be permitted in pull boxes at 400 feet, or greater, intervals. 4) When traffic signals are being modified, ungrounded traffic signal light conductors may b in pull boxes at locations shown on the plans. 5) Ungrounded traffic signal light conductors to a terminal compartment or signal he. standard may be spliced to through conductors of the same phase in the pull box adjace standard. 6) All splices and terminal lugs for conductor sizes No. 8 and smaller shall be soldered bj iron, pouring or dipping method. Open flame soldering will not be permitted. 86-2.09E Splice Insulation. All splices shall be capable of satisfactory operatio continuous submersion in water. Multi-conductor cables shall be spliced and insulated to F 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 il and taping shall be applied between the conductors in such a manner as to provide a v 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, 0.01 in. minimum thickness. 0 e- p,s 2/26/97 Contract No. 3522 Page 78 c Property Shrinkage Ratio: Dielectric Strength Resistivity: Tensile Strength: Operating Temperature: Water Absorption: Requirement 33 percent, maximum, of supplied diameter when heated to 125°C and allowed to cool to25”C. 140 kV per .39 in., minimum. 1013 w - mm, minimum. 14 MPa, minimum. -40°C to 90°C (1 35°C Emergency). 0.5 percent, maximum. by the manufacturer of the fused splice connector, onto the line conductors and the conc the ballasts and shall be insulated and made waterproof in accordance with the splice ( manufacturer’s recommendations. Fused splice connectors shall not be used in series Fuses shall be standard midget, ferrule type, with “Non-Time-Delay” feature, and shall in-x 1.50 in. 86-2.10 Bonding and Grounding. Metallic cable sheaths, metal pull box covers, meta equipment grounding conductors, ballast and transformer cases, service equipment, sign and metal poles and pedestals shall be made mechanically and electrically secure tc continuous system, and shall be effectively grounded. Bonding jumpers shall be copp~ copper braid of the same cross sectional area as No. 6 for series lighting systems and larger for all other systems. The jumper size shall be increased to match the load or t breaker size, or shall be as shown on the plans. Equipment grounding conductors shall coded to Code requirements or shall be bare. The bonding jumper in standards with handholes shall be attached by a 0.18 in. or larger t and shall be run to the conduit or bonding wire in the adjacent pull box. Standard handholes shall be bonded by a jumper attached to all anchor bolts, and shall be run to thl or bonding wire in the adjacent pull box. Grounding jumper shall be visible after cap t placed on foundation. Where slip base standards or slip base inserts are installed, the jumper shall not intrude into the slip plane. Bonding shall be accomplished by a bonding SI anchor bolts or a 0.18 in. 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 grc Grounding of metal conduit, service equipment and the grounded conductor at service poin accomplished as required by the Code and the serving utility, except that grounding conductor shall be No. 6, or larger. For equipment grounding purposes in Type 3 conduit copper wire shall be run continuously in circuits used for series lighting, and a No. 8, r copper wire shall be run continuously in all other circuits. The bonding wire size shall be i to match the circuit breaker size, or shall be as shown on the plans. Where Type 3 condu installed for future conductors, ’the copper wire may be omitted. Equipment bonding and E conductors are not required in conduits which contain only loop lead-in cable or signal intc cable or both. At each multiple service disconnect location, a ground electrode shall be furnished and i Ground electrodes shall be one-piece lengths of galvanized steel rod or pipe not less tha diameter, or of copper clad steel rod not less than 0.59 in. in diameter. Ground electrode: installed in accordance with the provisions of the Code. The service equipment shall be t: the ground electrode by use of a ground clamp or exothermic weld and No. 6 or larger cop enclosed in a size 16 or larger diameter conduit. Ground clamp for service grounding and for grounding of equipment on wood poles shall bc galvanized, malleable iron conduit hub with swivel feature. On wood poles, all metallic ec mounted less than 8 feet above ground surface shall be grounded. Bonding of metallic c non-metallic pull boxes shall be by means of bonding bushings and bonding jumpers. Bc metallic conduit in metal pull boxes shall be by means of locknuts, one inside and one outsi box. 0 a 4- p,s U26197 Contract No. 3522 Page 80 ( 86-2.13 Sign Control. Each sign illumination installation shall be provided with a disconne circuit breaker mounted on the sign standard or structure, as shown on the plans. Where the si< lighting is served from a series lighting circuit through a series-multiple transformer, the circi breaker shall be installed in the secondary circuit. Where the sign lighting is served through multiple-multiple transformer, the circuit breaker shall be installed in the primary circuit. Circi breakers shall meet the requirements for circuit breakers in Section 86-2.1 1, “Service.” Enclosui for the circuit breaker shall be NEMA Type 3R, shall be galvainized or shall be cadmium plated, ar shall be provided with dead front panel and a hasp with a 0.43 in. diameter hole for a padlock. Pal locks will be furnished by others. When the sign structure is to be painted, the circuit breaker 1 sign switch enclosure shall be painted the same color as the sign structure on which it is mounted. 86-2.14 Testing. Attention is directed to Section 4-1.4, “Test of Materials.” Testing shall confor to the following: 86-2.14A Materials Testing. Material and equipment to be tested shall be delivered to a testir location designated by the Engineer. Testing will be performed by the Agency. Testing and quali control procedures for Model 170 and Model 2070 controiller assemblies shall conform to tt requirements in “Transportation Electrical Equipment Specifications,” and “Traffic Signal Contr Equipment Specifications,” issued by the State of California, Department of Transportation, and all addendums thereto current at the time of project advertising. Testing and quality contr procedures for all other traffic signal controller assemblies shall conform to the requirements in tt NEMA TS Standards for Traffic Control Systems. In the event equipment submitted for testing does not comply with specifications, the Contract shall remove the equipment for repair within 5 working days after notification that the equipment rejected. In the event the equipment is not removed within that period, it may be shipped to tt Contractor at the Contractor’s expense. The Contractor shall allow 30 days for Agency testing fro the time the material or equipment is delivered to the Agency test site. When equipment beir tested has been rejected for failure to comply with the specifications, the Contractor shall allow I days for Agency retesting. The retesting period shall begin when the corrected equipment is mac available at the test site. All testing subsequent to rejection of the equipment for failure to comply with specificatic requirements will be at the expense of the Contractor. Deductions to cover the cost of that testir will be made from any moneys due or which may become due the Contractor under the contraci The Contractor will be notified when testing of the equipment has been completed and it shall be tt Contractor’s responsibility to deliver the equipment to the site of the work or, at the Contractor‘s r( quest and the Agency’s convenience, the Agency will pack and ship the equipment to the Contract or to the site of work. The sum of $100 or the actual cost of packing and shipping, whichevc amount is greater, will be deducted, for each unit of equipment shipped by the Agency, from ar moneys due to the Contractor under the contract. 86-2.14B Field Testing. Prior to start of functional testing, the Contractor shall perform tt following tests on all circuits, in the presence of the Engineer. 86-2.148(1) Continuity. Each circuit shall be tested for continuity. 86-2.14B(2) Ground. Each circuit shall be tested for grounds. 86-2.14B(3) Insulation Resistance. An insulation resistance test at 500 V DC shall be made c each circuit between the circuit and a ground. The insulation resistance shall not be less thz 10 M% on all circuits, except for inductive loop detector circuits which shall have an insulatic resistance value of not less than 100 M%. *= tp 2/26/97 Contract No. 3522 Page 81 of 115 The insulation resistance test shall not be performed on magnetometer sensing elements. in the pull box adjacent to the magnetometer sensing elements shall not be made prio forming the test on the lead-in conductors between the pull box and the controller cab terminals. 86-2.14C Functional Testing. Attention is directed to Section 86-1.06, “Scheduling c regarding requirements for test periods. A functional test shall be made in which it is demonstrated that each and every part of thc functions as specified. The functional test for each new or modified system shall consist oi than 5 days of continuous, satisfactory operation. If unsatisfactory performance of thc develops, the condition shall be corrected and the test shall be repeated until the 5 continuous, satisfactory operation is obtained. Turn-on of new or modified traffic signals shall be made only after all traffic signal circuits hi thoroughly tested as specified above. Except for new or modified portions of existing lighting circuits and sign illumination syst Agency will maintain the system or systems during the test period and will pay the cost of energy for the operation of all of the facilities that are undergoing testing. The cos necessary maintenance performed by the Agency on new circuits or on the portions of ex cuits modified under the contract, except electrical energy, shall be at the Contractor’s expl 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 interruption or from unsatisfactory performance of Agency-furnished materials shall not ( discontinuity of the functional test. 86-2.15 Galvanizing. Galvanizing shall be in accordance with the provisions in Section “Galvanizing for Traffic Control Facilities,”except that cabinets may be constructed of galvanized prior to fabrication in conformance with the specifications of ASTM Designatio1 or A 525M, Coating Designation G 90, in which case all cut or damaged edges shall be pai at least 2 applications of approved unthinned zinc-rich primer (organic vehicle type) confc the requirements in Section 210-3.5, “Repair of Damaged Zinc Coating.” Aerosol cans Shi used. Other types of protective coating shall be approved by the Engineer prior to installatic Iron or steel pipe standards and pipe mast arms shall be hot-dip galvanized after fabr conformance with the specifications of ASTM Designation: A 53. Galvanized surfaces s spurs removed. Tie-rods, bolts, nuts, washers, clamps and other miscellaneous ferrous parts shall bl galvanized after fabrication in accordance with the provisions in Section 210-3.6, “Galva Traffic Control Faci I i ties. ,, Not less than 10 in, of the upper end of the anchor bolts, anchor bars, or studs, and all washers shall be galvanized in accordance with the provisions in Section 21 0-3.6, “Galva Traffic Control Facilities.” After galvanizing, the bolt threads shall accept galvanized standard nuts without requirin! causing removal of protective coatings. Galvanizing of existing materials in an electrical installation will not be required. 0 em p,s 2/26/97 Contract No. 3522 Page 82 86-2.1 6 Painting. Painting of electrical equipment and materials shall conform to the provisions Section 31 0, “Painting,” with the following additions and modifications. Paint materials for electrical installations, unless otherwise specified, shall conform to the provisio in Section 210, “Paint and Protective Coatings.” Factory or shop cleaning methods for metals will be acceptable if equal to the methods specifil herein. In lieu of the temperature and seasonal restrictions for painting as provided in Section 31 “Painting,” paint may be applied to equipment and materials for electrical installations at any tir permitted by the Engineer. All ungalvanized ferrous surfaces to be painted shall be cleaned prior to applying the prime coa Blast cleaning will not be required. If an approved prime coat has been applied by the manufacturer, and it is in good condition, the fil primer application by the Contractor will not be required. Existing equipment to be painted in the field, including Agency-furnished equipment, shall washed with a stiff bristle brush using a solution of water containing 7.5 ml. of heavy duty deterge powder per liter. After rinsing, all surfaces shall be wire brushed with a coarse, cup shaped, powc driven brush to remove all poorly bonded paint, rust, scale, corrosion, grease or dirt. Any dust residue remaining after wire brushing shall also be removed prior to priming. Immediately afl cleaning, all galvanized surfaces and all non-ferrous metal surfaces shall be coated with o application of Primer (Wash) Pre-Treatment, Section 210-1.5 or wash primer conforming to t1 requirements of Military Specification MIL-P-15328D. The wash primer shall be applied by sprayii 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 painted. New galvanized metal surfaces to be painted in the field shall be cleaned as specified for existi equipment before applying the prime coats specified. Wire brushing of new galvanized surfaces v not be required. After erection, all exterior surfaces shall be examined for damaged primer and the damag surfaces shall be cleaned and spot coated with primer. Galvanized metal guard posts shall not 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 enan coating system conforming to Color No. 14672 (light green) of Federal Standard 595B. All coatin shall be commercially smooth, substantially free of flow lines, paint washout, streaks, blisters, a other defects that would impair serviceability or detract from general appearance. The coatin shall comply with the following requirements: 1) Coating Hardness - The finish shall have a pencil lead hardness of HB minimum using an Ea( Turquoise pencil. 2) Salt Spray Resistance - The undercutting of the film of the coating system shall not exce 0.12 in. average, from lines scored diagonally and deep enough to expose the base metal, afi 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 the coating system to the above requirements may be determined by the application of t Q- aS 2/26/97 Contract No. 3522 Page 83 of 115 coating, to 4 in. x 8 in. x 0.02 in. test specimens of the same material as the cabine‘ same manner as applied to the cabinets. A Certificate of Compliance shall be furnished in accordance with the provisions of Sectil “Certification,” certifying that the coating system furnished complies in all respects with q quirements. Interior of metal signal visors, louvers and front faces of back plates shall be with 2 applications of lusterless black exterior grade latex paint formulated for application tc 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, p push button housings, pedestrian signal sections and visors, and back faces of back plates finished with 2 applications of lusterless black or dark olive green exterior grade la formulated for application to properly prepared metal surfaces. Dark olive green color sh Color Chip No. 68 on file at the CALTWNS Transportation Laboratory. Conduit and conduit fittings above ground shall be prepared and finished in the same manr adjacent standard or post. Relocated, reset or modified equipment previously finished as in this Section 86-2.16, except for galvanized standards previously finished with traffic sign enamel, shall be given a spot finishing application on newly primed areas, followed by one application over the entire surface. If any signal faces or mounting brackets are requir painted under this Section, all signal faces and mounting brackets on the same mounting repainted. Small rusted or repaired areas of relocated or reset galvanized equipment shall be clee painted as provided in Section 21 0-3.6, “Galvanizing for Traffic Control Facilities,”for damaged galvanized surfaces. Equipment number shall be neatly stenciled on the standard or adjacent structure. The designation will be determined by the Engineer. All paint shall be applied either by hand brushing or by spraying machines in the hands operators. The work shall be done in a neat and workmanlike manner. The Engineer resf right to require the use of brushes for the application of paint, should the work done by spraying machine prove unsatisfactory or objectionable, as determined by the Engineer. e e 86-3 CONTROLLER ASSEMBLIES 86-3.01 Controller Assembly. A controller assembly shall consist of a complete mechc controlling the operation of traffic signals or other systems, including the controller uni’ necessary auxiliary equipment, mounted in a cabinet. All equipment required to pro operation shown on the plans and as specified shall be provided. All field conductors No smaller shall terminate with spade type terminals. All field conductors No. 10 and Ian terminate in spade type or ring type terminals. 86-3.02 Type 90 Controller Assembly. Each Type 90 controller assembly shall con complete traffic signal controller assembly which conforms to the requirements in the N Standards for Traffic Control Systems. The provisions of Sections 86-3.03, “Model 170 ar 2070 Controller Assemblies,” 86-3.04, “Controller Cabinets,” 86-3.05, “Cabinet Accessor 86-3.06, “Components,” shall not apply to Type 90 controller assemblies. 86-3.03 Model 170 and Model 2070 Controller Assemblies. Model 170 and Model 207 170/2070) controller assemblies shall consist of a Model 170, 170E or 2070 controller unit cabinet and all auxiliary equipment required to control the system as shown on the plan5 0 e- p,s 2/26/97 Contract No. 3522 Page 84 ( specified in these special provisions. Model 170/2070 controller assemblies shall conform to t requirements in “Transportation Electrical Equipment Specifications,” (TEES) and “Traffic Sigr Control Equipment Specifications” (TSCES), issued by the State of California, Department 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 Type 1 as shown in the TSCES. The provisions of Sections 86-3.04, “Controller Cabinets,” 86-3.( “Cabinet Accessories,” and 86-3.06, “Components,” shall not apply to Model 170/2070 control assemblies. 86-3.04 Controller Cabinets. Unless otherwise specified, controller cabinets for other than Ty 90 and Model 170/2070 controllers shall conform to the following: 86-3.04A Cabinet Construction. The cabinet shall be a rainproof cabinet with dimensions shown on the plans. The cabinet top shall be crowned 0.51 in. or slanted to the rear to prew standing water. The cabinet and doors shall be fabricated of either 0.07 in. minimum thickness c( rolled steel, 0.07 in. minimum thickness stainless steel or 0.12 in. minimum thickness aluminum. exterior seams for cold rolled steel and aluminum cabinets and doors shall be continuously welde All overlapping exterior seams for stainless steel cabinets and doors shall meet the requirements Type 4 enclosures in the NEMA Enclosure Standards. All exterior welds shall be ground smoot All edges shall be filed to a radius of 0.31 in., minimum. Cabinets fabricated from cold rolled steel shall be finished with a polymeric or an enamel coati system conforming to Color No. 14672 of Federal Standard 5958. All coatings shall commercially smooth, substantially free of flow lines, paint washout, streaks, blisters, and ott defects that would impair serviceability or detract from general appearance. The coatings st comply with the following requirements: 1) Coating Hardness- The finish shall have a pencil lead hardness of HB minimum using an Ea! Turquoise pencil. 2) Salt Spray Resistance- The undercutting of the film of the coating system shall not exceed 0. in. average, from lines scored diagonally and deep enough to expose the base metal, after 3 hours exposure in a salt spray cabinet in accordance with ASTM Designation: B 117. 3) The cabinet shall suffer no coating loss when subjected to the following: Two test specimei 4 in. x 8 in., of the same material and coating as the cabinet supplied, shall be furnished for t tests. Two 9 in. diagonal scratches exposing bare metal will be made on a specimen. It will soaked in demineralized water for 192 hours. A 1 in. wide strip of masking tape shall be tigt affixed to this surface and removed with one quick motion; evidence of blistering, softening, peeling of the paint or coating from the base metal shall be cause for rejection. 4) Testing will be in accordance with California Test 645, except that conformance to the 1 Degree Bend Test will not be required. 5) Metal preparation shall be the 3-step iron phosphate conversion coating bonderizing technique The inside walls, doors and ceiling of the housing shall be finished the same as the outside fink Cabinets fabricated from stainless steel shall conform to the following: I. Annealed or quarter hard stainless steel sheet shall be used and shall comply with requirements of ASTM Designation: A 666 for Type 304, Grades A or B, stainless steel sheet 11. Welding on stainless steel cabinets shall be by the gas tungsten arc welding (GTAW) proc using bare stainless steel welding electrodes. Ill. Electrodes shall conform to the requirements of the American Welding Society (AWS) A5.9 ER308 chromium-nickel bare arc welding electrodes. *= p,s 2/26/97 Contract No. 3522 Page 85 of 115 IV. Procedures, welders and welding operators for welding on stainless steel shall confo requirements and practices recommended in AWS C5.5. V. The exposed, exterior surfaces of stainless steel cabinets shall be ground or brushed to to 1.3-vm finish using iron-free abrasives or stainless steel brushes. VI. The stainless steel cabinet, after grinding or brushing, shall not show any rust discolora subjected to the following: A. Forty-eight hours of exposure in a salt spray cabinet in accordance with ASTM Des B 117; B. Twenty-four hours of exposure in a tap water spray cabinet with the water ter between 38°C and 45°C. C. Any cabinet which shows any rust discoloration anywhere on its surface after the tt rejected. D. Stainless steel cabinets that have been rejected because of surface discoloratioi cleaned, passivated and resubmitted for testing. Cabinets fabricated from aluminum sheet shall conform to the requirements of ASTM Desii 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: using bare aluminum welding electrodes. Electrodes shall conform to the requiremer American Welding Society (AWS) A5.10 for ER5356 aluminum alloy bare welding electrc 11. Procedures, welders and welding operators for welding on aluminum shall be qL accordance with the requirements of AWS B3.0, “Welding Procedure and Per Qualification,” and to the practices recommended in AWS C5.6. Ill. The surfaces of each aluminum cabinet shall be finished to conform to the require Military Specification MIL-A-8625C “Anodic Coatings for Aluminum and Aluminurn All( Type 11, Class I coating, except that the anodic coating shall have a minimum thic 0.00008 in. and a minimum coating weight of 0.04-mg/mm2. The anodic coating shall I in a 5 percent aqueous solution of nickel acetate (pH 5.0 to 6.5) for 15 minutes at 97°C 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 Diverse equivalent, 45-60 grams per liter, 71 “C for 5 minutes. B. Etch in a solution of 11 g of sodium fluoride, plus 30-45 g of sodium hydroxide pc distilled water at 60-65°C for 5 minutes. C. Rinse in cold water. D. Desmut in a 50 percent by volume nitric acid solution at room temperature for 2 mini E. Rinse in cold water. a 0 The cabinet shall have a single front door equipped with a lock. The door width shall no 44.09 in. When the door is closed and latched, the door shall be locked. The handle st provision for padlocking in the closed position. The handle shall have a minimum length of shall be provided with a 0.59 in. minimum, steel shank. The handle shall be fabricatec aluminum or of zinc-plated or cadmium-plated steel. The cabinet door frame shall be des that the latching mechanism will hold tension on and form a firm seal between door gaskc door frame. Cabinet locks shall be the solid brass, 6-pin tumbler rim type. The lock st e- @ %? 2/26/97 Contract No. 3522 Page 86 a rectangular, spring-loaded bolts. The locks shall be left hand, and rigidly mounted with stainle steel machine screws approximately 2 in. apart. Keys shall be removable in the locked and u locked positions, and 2 keys furnished with each cabinet. The front position of the lock shall exte 0.12-0.35 in. beyond the outside surface of the door. The latching mechanism shall be a 3-PO cabinet latch with nylon rollers. The center catch and pushrods shall be zinc-plated or cadmiui plated steel. Pushrods shall be turned edgewise at the outer supports and shall be 0.24 in. x 0. in. minimum. The nylon rollers shall have a minimum diameter of 0.79 in. and shall be equippl with ball bearings. All cadmium plating shall meet the requirements of Military Specification MI 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 larc than 22 in. in width or 22 in2 in area shall be provided with catches tolhold the door open at both degrees and 180 degrees, plus or minus 10 degrees. The catches shall be 0.35 in. in diametc minimum, plated steel rods. The catches shall be capable of holding the door open at 90 degrees a 56 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 lo keyed for a master police key. Two keys shall be furnished with each cabinet for the police locl Each police key shall have a shaft at least 1.77 in. in length. Police panels shall not be furnished 1 controller assemblies that do not control traffic signals. Door hinges, pins, and bolts shall be made of stainless steel. Hinges on aluminum cabinets may aluminum with a stainless steel hinge pin. The hinges shall be bolted to the cabinet. The hinge pi and bolts shall not be accessible when door is closed. Gasketing shall be provided on all dc openings and shall be dusttight. Gaskets shall be permanently bonded to the metal. The mati surface of the gasketing shall be covered with a silicone lubricant to prevent sticking to the mati surface. Details of alternative designs shall be submitted for review and approval prior to the fabrication the cabinets. Substantial metal shelves or brackets shall be provided to support controller unit and auxilii equipment. Machine screws and bolts shall not protrude beyond the outside wall of the cabine Conduit shall enter the controller cabinet at the front unless shown otherwise on the plans. A pliat seal, composed of caulking compound or mastic, shall be placed between each controller cabir and the concrete foundation to prevent water, dust and did from entering the cabinet. 86-3.04B Cabinet Ventilation. Each controller cabinet shall be provided with 8 screened, rainti! vent holes, 0.47in. in diameter or larger, in the lower side or bottom of the cabinet, or at the option the Contractor, louvered vents with a permanent metal mesh or 4-ply woven polypropylene air fil held firmly in place, which will permit the fan to pass the volume of air specified, may be substitutt Each controller cabinet shall be equipped with an electric fan with ball or roller bearings and capacity of at least 2.83 m3/min. The fan shall be thermostatically controlled and shall be manui adjustable to turn on between 32°C and 65°C with a differential of not more than 6°C betwe automatic turn on and turn off. The cabinet fan circuit shall be fused at 125 percent of the ampac of the fan motor installed. The fan and cabinet vent holes shall be located with respect to ea other so as to direct the bulk of the air flow over the controller unit or through the ventilating holes the controller unit where those holes exist. 86-3.04C Cabinet Wiring. All conductors used in controller cabinet wiring shall be No. 22, larger, with a minimum of 19 strands. Conductors shall conform to Military Specification MIL-’ 168780, Type B or better. The insulation shall have a minimum thickness of 0.01 in. and shall nylon jacketed polyvinyl chloride or shall be irradiated cross-link polyvinyl chloride, polyhalocarb 4- a4 2/26/97 Contract No. 3522 Page 87 of 115 or polychloro-alkene, except that, at the Contractor’s option, conductors No. 14 and larger UL Type THHN. At the Contractor’s option, flat cable may be used in lieu of individual con Cable shall be constructed of No. 28, or larger, conductors. Conductor insulation shall be 300 V and shall be rated for use at 105°C. Cables shall be provided with strain relief. Wiri controller cabinets shall be neatly arranged and laced, or enclosed in plastic tubing or race conductors used in controller cabinet wiring shall conform to the following color-code require 1) The grounded conductor of a circuit shall be identified by a continuous white or nat color. 2) The equipment grounding conductor shall be identified by a continuous green colo 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 at Conductors used in cabinet wiring shall terminate with properly sized captive or spring sp; terminals or shall be soldered to a through-panel solder lug on the rear side of the termin: All crimp-style connectors shall be applied with a proper tool which prevents opening of the until the crimp is completed. An equipment grounding conductor bus shall be provided controller cabinet. The bus shall be grounded to the cabinet and shall be connected to tl conduit system or other approved ground with a No. 8, or larger, grounding conductor. Wi* cabinet equipment in place and connected, the resistance between the grounded conductor bus and the equipment grounding conductor bus shall be 50 MQ, minimum, when measure( applied voltage of 150 V DC. If DC- is to be grounded, it shall be connected to equipmen only. Two or more terminal blocks shall be provided for field connections. Field terminals installed within 22 in. of the face of the cabinet and shall be oriented for screwdriver operai the door opening. All terminals shall be a minimum of 5 in. above the foundation. No mor conductors shall be brought to any one terminal. Two flat metal jumpers, straight or U shap also be placed under a terminal screw. At least 2 full threads of all terminal screws shall engaged when the screw is tightened. No live parts shall extend beyond the barrier. Attc directed to Section 86-1.03, “Equipment List and Drawings,” regarding wiring diagrams. 86-3.05 Cabinet Accessories.- The following accessories shall be furnished with each assembly for other than Type 90 and Model 170/2070 controllers: 86-3.05A Labels. A permanent printed, engraved or silk screened label shall be providei 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-i equipment shall be on the face of the shelf below the item. Labels for wall-mounted equipm be below the item. 86-3.058 Convenience Receptacle. A convenience receptacle shall be mounted in i accessible location inside the cabinet. Convenience receptacle shall be a duplex, 3-prong Type 5-1 5R grounding type outlet and shall meet the requirements of UL Standard 943. 863.05C Lighting Fixture. Each cabinet shall be provided with a fluorescent lightim mounted on the inside top of the cabinet near the front edge. Fixture shall be provided F15T8, cool white lamp operated from a normal power factor UL or ETL listed ballast. The switch for the lighting fixture shall be either of the following: @ 0 , a *w p,# 2/26/97 Contract No. 3522 Page 88 oi 1) 2) A toggle switch mounted on the inside door panel. A door-actuated switch that turns the light on when the door is open, and off when the dc is closed. 86-3.05D Surge Arrestor. The surge arrestor shall reduce the effects of power line voltac transients and shall have ratings as follows: 1) Recurrent peak voltage 2) 184 V Energy rating, maximum 3) 20 JPower dissipation, average 4) 0.85-W Peak current for pulses less than 7 ps 5) 1250 AStandby current shall be one milliampere or less for 60 Hz sinusoidal input. 86-3.05E Terminal Blocks. All terminal blocks shall be rated 600 V, minimum, AC and shall provided with nickel, silver, or cadmium plated brass binder head screw terminals. Heavy dl terminal blocks shall be rated at 20 A and shall be provided with 12 poles with No. IO x 8-mm nicl plated brass binder head screws and nickel plated brass inserts. Each pole position shall I provided with 2 terminal positions. The terminal blocks shall be the barrier type, with shorting bz in each of the 12 positions, and shall be provided with integral type marking strips. Light dl terminal blocks shall be rated at 5 A and shall be provided with 12 poles with No. 6 x 3-mm bind head screws. Each pole position shall be provided with one terminal position. 86-3.06 Components. Components used in the construction of control equipment for other th, Type 90 and Model 17012070 controllers shall conform to the following: 86-3.06A Toggle Switches. Toggle switches shall have poles as required and shall be rated 200 percent of circuit current for circuits of 10 A or less and 125 percent of circuit current for circu over 10 A. Circuit breakers used as toggle switches shall be UL or ETL listed for switch1 operation. 86-3.06B Cartridge Fuses. Cartridge fuses shall be installed in panel mounted fuseholders. Fu type and rating shall be as recommended by the fuse manufacturer for the type of load bei protected. 86-3.06C Circuit Breakers. Circuit breakers shall be as specified for circuit breakers in Secti 86-2.1 1, “Service,” except that the breakers shall have a minimum interrupting capacity of 5000 rms. 86-3.06D Connectors. Connectors used for interconnecting various portions of circuits togett shall be designed and constructed for the application involved. Connectors shall be designed provide positive connection of all circuits, and easy insertion and removal of mating contact Connectors shall be permanently keyed to prevent improper connection of circuits. Connectors, devices plugging into connectors, shall be provided with positive means to prevent any individl circuit from being broken due to vibration, pull on connecting cable or similar disruptive force. 86-4 TRAFFIC SIGNAL FACES AND FITTINGS 86-4.01 Vehicle Signal Faces. Each vehicle signal face shall be of the adjustable ty conforming to the provisions in Institute of Traffic Engineers (ITE) Publication: ST-O08B, “Vehi Traffic Control Signal Heads.” The signal heads shall be plastic and shall meet the requirements California Test 605. Any fracture within the housing assembly, or a deflection of more than degrees in either the vertical or horizontal plane after the wind load has been removed from the frc QB p,s U26/97 Contract No. 3522 Page 89 of 115 of the signal face, or a deflection of more than 6 degrees in either the vertical or horizon after the wind load has been removed from the back of the signal face will be considered : failure. Vehicle signal faces, except arrow and “X faces, shall meet the requirements of ( Test 604. Adjustment shall permit rotation of 360 degrees about a vertical axis. The nur type of sections shall be as specified herein or as shown on the plans. Each vehicle si! shall be installed at the location and mounted in the manner shown on the plans. Unless c shown on the plans, all vehicle signal faces shall contain 3 sections arranged vertically; yellow-center, green-bottom. All new vehicle signal faces, except programmed visibi installed at any one intersection shall be of the same manufacture and of the same material 86-4.01A Optical Units. Each optical unit for 300 mm (12-inch) and 200 mm (8-in) traffic si1 assemblies shall meet the requirements of section 209-4.01A (1 ) for incandescent illuminati yellow or green signals or section or 209-4.01A(2) for light emitting diode illumination of red 86-4.01A(I) Optical Units - Incandescent. Each optical unit for yellow or green, circul arrow, signals shall consist of a lens, a reflector or reflector assembly, a lamp receptac clear traffic signal lamp. Lenses, reflectors, reflector assemblies, lamp receptacles and wi light distribution shall conform to the provisions in ITE Publication: ST-008B. Each lens SI best quality glass, true to color and free of imperfections. All reflectors shall conform to the provisions in ITE Publication: ST-008B except that reflec be made of silvered glass or of specular aluminum with an anodic coating. Reflector rir shall be made of cast aluminum. A single piece formed metal reflectorhing holder may t Top openings of signal faces shall be sealed with neoprene gaskets. 86-4.01A(2) Optical Units - Light Emitting Diode. Each optical unit for red, circular signals shall consist of an assembly that utilizes light emitting diodes as the light source in incandescent lamp for use in traffic signal sections and shall conform to the following: 1. A single piece formed metal reflectorlring holder may be used. 2. Top openings of signal faces shall be sealed with neoprene gaskets. 3. The LED signal assembly lens may be tinted with an appropriate color to reduce sun ph: affect and enhance on/off contrast. If the lens material is tinted, the tinting should be uni across the face of the lens. 4. Glass lenses shall be used. 5. LED signal module shall be a sealed unit with two conductors for connecting to power, a circuit board, power supply, a red lens and gasket, and shall be weather proof after insta and connection. The circuit board and power supply shall be contained inside the modul Circuit boards shall conform to Chapter 1, Section 6 of the State of California Departmer Transportation “Transportation Electrical Equipment Specifications”. 6. The LED signal module shall have prominent and permanent directional marking(s), that “UP arrow”, the word “UP” or “TOP,” for correct indexing and orientation within a signal h for units with refracted lens or arrow indications. 7. The manufacturer’s name, trademark, serial number and other necessary identification s 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 shall be the same model. 9. A label shall be placed on the LED signal module certifying compliance to the VTCSH St 1 O.The lens of the LED signal module shall be capable of withstanding ultraviolet (direct SUI exposure for a minimum time period of five years without exhibiting evidence of deterior: 11 .The LED signal module shall be a single, self-contained device, not requiring on-site ass for installation into an existing traffic signal housing. 12.LED traffic signal modules shall be designed as retrofit replacements for existing optical signal lamps and shall not require special tools for installation. 0 a 4- p,s 2/26/97’ Contract No. 3522 Page 90 13.LED signal modules shall fit into existing traffic signal section housings built to the VTCSH without modification to the housing. 14.lnstallation of a LED signal module shall only require the removal of the optical unit component5 Le., 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. 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 conforr 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.lf 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. 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 Sectio 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 +IoC 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 pr MIL-STD-883, Test Method 1010. The temperature range shall be from -34OC (-29OF) to +74OC (+I 65OF), 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-operatin! 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 supplie per MIL-STD-883, Test Method 2007. Signal assemblies under test shall be subjected to three 4-minute cycles along each X, Y, and 2 axis at 21/2 minimum, 2 Hz to 120 Hz. The loosening c 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 pt MIL-STD-883, Test Method 1004. Testing shall be performed in a non-changing environment c 71OC (+16OoF) 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 causi for rejection. 30.LED signal modules shall be tested for mechanical impact and certified test results supplied pe MIL-STD-883, Test Method 2002. The lens face of each signal module shall be subjected to fi\i blows of 1000 grams for a duration of 0.5 seconds each. Any evidence of cracking, chipping, o crazing of the lens or entire signal assembly shall be cause for rejection. e- p,# 2/26/97 Contract No. 3522 Page 91 of 115 31 .LED signal assemblies shall be tested for resistance to electrostatic discharge and certifi results supplied per MIL-STD-883, Test Method 3015. Signal assemblies under test sha subjected to 5 discharges of 1,000 volts, 500 Q, 300 pF to electrical leads, Any damage internal electrical components and/or LED light sources is cause for rejection. Each signal section housing shall be structural plastic. Maximum height of a signal section shall be 10.25 in. or each 8 in. section and e each 12 in. section. The housing of each signal section shall be provided with a one-piece, hinged, shaped door designed to permit access to the section for relamping without the use The door shall be secured by a method that will hold the door closed during the loac specified in this Section. The lens shall be mounted in the door in a watertight manner. All exposed hardware, such as hinge pins and door latching devices, shall be Typ 305 stainless steel. All interior screws and fittings shall be stainless steel or steel with a corrosion plating or coating. An opening shall be provided in the top and bottom of each signal section to receiv pipe. The 8 in. and 12 in. signal sections of an individual manufacturer shall be capable 1 to form a signal face in any combination. This interchangeability is not required metal and plastic signal sections. All gaskets, including those for the door, lens, reflector and lamp holder, shall be rr material that is not affected when installed in a signal section with a metal or plastic that is operated continuously for 336 hours. 86-4.01B(I) Plastic Signal Sections. Housings shall be either molded in one piece or fabricated from 2 or more pieces joined into a single piece. The plastic shall have t stability, shall be unaffected by the heat of the lamp used and shall be self-extinguishing. I and doors shall be colored throughout and shall be black matching Color No. 17038, : 37038 of Federal Standard 5958. Each section in a face shall be joined to the adjacent s one of the following methods: I. 0 864.01 B sections shall conform to the following: 1) 2) 3) 4) 5) 6) 7) 8) 9) Signal Sections. e A minimum of 3 machine screws for 8 in. sections and 4 machine screws for 12 in. installed through holes near the front and rear of the housings. Machine screws sh: 10 and each shall be provided with a nut, flat washer and lock washer. Two machine screws (each with a nut, flat washer and lock washer) installed throi near the front of the housings, plus a fastening through the 1-1/2 in. pipe openir fastening shall consist of two large flat washers to distribute the load around opening and three carriage bolts, each with a nut and lock washer. Minimun machine screws shall be No. 10. Minimum size of carriage bolt shall be 0.24 in. II. The supporting section of each signal face supported solely at the top or bottom shall be with reinforcement. Reinforcement plates shall be either sheet aluminum, galvanized stee aluminum. Each plate shall be not less than 0.1 1 in thick and shall have a hole concentric 1-1/2 in. pipe mounting hole in the housing. Sheet aluminum reinforcement plates shall t both inside and outside the housing; galvanized steel reinforcement plates shall be plac only; and cast aluminum reinforcement plates shall be placed outside only. Reinforceme placed outside of the housing shall be finished to match the color of the signal housing an( designed to permit the proper serrated coupling between signal face and mounting harc 9 4- a# 2/26/97 Contract No. 3522 Page 92 ( minimum of three No. 10 machine screws shall be installed through holes in the plates ar matching holes in the housing. Each screw shall have a round or binder head and shall be provide with a nut and lock washer. Where a signal face is to be supported by a Type MAS side attachment slip-fitter inserted between sections, a spacer or spacers shall be placed between the 2 sections. The vertical dimension 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 fastenir through the large openings in the housings, the 2 sections shall be joined with at least 2 machir screws through holes near the front of the housings and the spacers, and through matching holes a reinforcing plate installed in each housing. Machine screws shail be No. 10 minimum size Spacers shall be made of the same material as the signal housings. Reinforcing plates ar machine screws shall be as specified above. Reinforcing plates will not be required where tt housing is provided with reinforcing webs connecting the rear of the housing with the top, botto and sides. Holes for machine screws shall be either cast or drilled during fabription of the signal section Each hole shall be surrounded by a 1/8 in. minimum width boss to permit contact between sign sections about the axis of the hole. Each plastic signal face shall be provided with plastic or met visors. Plastic signal faces which require backplates shall be provided with plastic backplates. serrated nylon washer shall be inserted between each plastic signal section and a metal mountir assembly. Each washer shall be not less than 0.16 in. nor more than 0.24 in thick. Serrations Shi match those on the signal section and the mounting assembly. 864.01 C Electrical Components. The electrical components for 300 mm (1 2-inch) and 200 mm (8-in) traffic signal assemblies shall meet the requirements of section 209-4.016 (1) for incandescent illumination for yellow or green signals or section 209-4.01 C(2) for light emitting diodc i I I u mi na t ion of red signa Is. 864.01C(I) Electrical Components - Incandescent. Each optical unit for yellow or gree circular ball or arrow, signals shall meet the requirements of this section. Lamp receptacles ar wiring shall conform to ITE Publication: ST-008B. The threaded portion of the lamp receptacle Shi be metal. Aluminum shall not be used. Each lamp receptacle shall be wired with a conductc connected to the shell of the receptacle, with white insulation, and a conductor, to the bottom or er terminal of the receptacle, with black insulation or with insulation color-coded. These conduct0 shall, in turn, be connected to a terminal block mounted inside at the back of the housing. Tt terminal block shall have sufficient screw shall be permanently identifidd or conductors shall be col coded to facilitate field wiring. Lamp receptacle conductors shall be No. 18, or larger, 600-V, a pliance wiring material (AWM), with 0.75 mm (30 mil) thickness insulation rated 105°C or wi insulation that conforms to Military Specification MIL-W-16878 D, Type B, with vinyl nylon jack rated 1 15°C. The manufacturer‘s name or trademark, conductor size, insulation type lett designation and temperature rating shall be marked on the insulation or a Certificate of Complianc conforming to the provisions in Section 4-1 .5, “Certification,” shall be submitted by the manufactur with each shipment of traffic signal faces. 864.01 C(2) Electrical Components - Light Emitting Diodes. All electrical components for f red, circular or arrow, signals shall consist of an assembly that utilizes light emitting diodes as tt light source in lieu of an incandescent lamp for use in traffic signal sections and shall conform to tt 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 ai temperature rating shall be marked on the insulation or a Certificate of Compliance conforming the provisions in Section 4-1.5, “Certification,” shall be submitted by the manufacturer with eac em p,s 226197 Contract No. 3522 Page 93 of 115 shipment of traffic signal faces. 3. The LED signal module shall be rated for use in the ambient operating temperature rang 4. The LED signal module shall be dust and moisture tight to protect all internal LED and elf components. 5. The LED signal module shall be capable of withstanding exposure to an environment of i (+165OF)/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 VTCSt standard. 7. Two captive, 2-color coded, 1 m (36”) long, 600 V, 18 AWG minimum, jacketed wires, wit1 disconnect terminals attached conforming to the National Electric Code and Section 209- “Electrical Components,” of these specifications and rated for service at 105OC, 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 135 volts rms. Nominal rated voltage for all measurements shall be 11 7 volts rms. The ( shall prevent flicker over this voltage range. The circuitry shall prevent flicker at all voltas 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 peak transient of 600 volts of each polarity for 100 ms duration. 1 O.The individual LED light sources shall be wired so that a catastrophic failure of one LED I source will not result in the loss of illumination in more than 20 percent of the LED light sc 11 .The LED signal module shall be operationally compatible with currently used controllers E conflict monitors. 12.The LED signal circuitry shall prevent false controller conflict monitor action due to exces high off-state input impedance. 13.The LED signal module on-board circuitry may provide dimming capability, triggered by a on-board photodiode to sense ambient light. The dimming operation shall diminish light c 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 burn-in procedure (described in the defir section) in order to cause any electronic infant mortality to occur and to detect any electrc 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 signa 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 ratc intensity (described in the definition section). This may be done using an integrating pho. The test data shall be kept on file for a minimum period of six years. LED signal module! meeting minimum light intensity per Table 1 of VTCSH shall be rejected. 19.LED signal modules representative of typical average production units shall be measurec output performance according to VTCSH, Section 11 .OO, after a 30 minute warm-up time (module is illuminated at rated voltage). 20.Each LED signal module shall be tested for light output at 80, 117, and 135 volts. LED si 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 1OC hours of continuous operation from -4OOC to 74OC. 22.The individual LEDs shall be wired such that a catastrophic failure of one LED will result i loss of not more than 5 percent of the signal module light output. 23.The failure of an individual LED in a string shall only result in the loss of that LED, not the string or indication. 24.The LED signal modules tested or submitting for testing shall be representative of typical average production units. -34OC (-29OF) to +74OC (+165OF). 0 e 0 QW r.# 2/26/97 Contract No. 3522 Page 94 a 25.Circular modules shall be tested according to California Test No. 604. 26.AII optical testing shall be performed with the module mounted in a standard traffic signal sectio 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 25OC. 28.LED signal modules shall be rated for a minimum useful life of 48 months and shall maintain no less than 85 percent of the standard light output values found in the ITE publication ST-0086, “Vehicle Traffic Control Signal Heads” (VTCSH ST-01 7), after 48 months of continuous use in a traffic signal operation over the temperature range of -4OOC to +74OC. 29.The LED red arrow indication shall meet existing specifications stated in the VTCSH Section 9.C 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 5,501 candela/m2, as measured by the VTCSH. All measurements shall be performed at rated operating voltage of 120 VAC. 86-4.01D Visors. Each signal section shall be provided with a removable visor conforming to 11 Publication: ST-008B. Visors are classified, on the basis of lens enclosure, as full circle, tunn (bottom open), or cap (bottom and lower sides open). Unless otherwise specified, visors shall I the full circle type. The visor shall be a minimum of 9.5 in. in length for nominal 300-mm roui lenses and 7 in. in length for nominal 8 in. round lenses, with a downward tilt between 3 degre and 7 degrees. Metal visors shall be made from 0.05 in., minimum thickness, aluminum all sheets. Plastic visors shall conform to the following: 1) Visors shall be either formed from sheet plastic or assembled from one or more injectic 2) Sections shall be joined using thermal, chemical or ultrasonic bonding or with aluminum rive 3) Visors shall be of black homogeneous colored material with a lusterless finish. Each visor shall be secured to its door in a manner that will prevent its removal or permane deformation when the wind load specified in California Test 605 for plastic visors or 666 for me visors is applied to the side of the visor for 24 hours. 86-4.02 Directional Louvers. Where shown on the plans, directional louvers shall be furnishc and installed in signal visors. Directional louvers shall be so constructed as to have a snug fit in tl signal visors. The outside cylinder shall be constructed of 0.03 in. nominal thickness, or thickt sheet steel and the vanes shall be constructed of 0.02 in. nominal thickness, or thicker, sheet st€ or the cylinder and vanes shall be constructed of 5052-H32 aluminum alloy of equivalent thicknes Dimensions of louvers and arrangements of vanes shall be as shown on the plans. 86-4.03 Backplates. Where shown on the plans, backplates shall be furnished and installed signal faces. Dimensions, materials and installation details shall be as shown on the plans. I background light shall show between the backplate and the signal face or between sections. Plaz backplates shall be either formed from sheet plastic or assembled from extruded, molded or ci sections. Sections shall be factory joined using (1) an appropriate solvent cement, (2) alumint rivets and washers painted or permanently colored to match the backplate, or (3) No. 10 machi screws with washer, lock washer and nut, painted to match the backplate. Backplates shall be black homogeneous colored material with a lusterless finish. Each plastic backplate shall secured to the plastic signal face in a manner that will prevent its removal or permanent deformati when the wind-load test is applied to either the front or the rear of the signal face. The pennanc deformation of any portion of the backplate shall not exceed 5 degrees forward or backward af the wind loading has been applied for 24 hours. rotational or blow molded plastic sections. and washers permanently colored to match the visor. em tl# 2/26/97 Contract No. 3522 Page 95 of 115 When a plastic backplate requires field assembly, it shall be joined with at least four No. 10 screws at each field assembled joint. Each machine screw shall be provided with an ir captive flat washer, a hexagonal head slotted for a standard screwdriver, and either (1) a lo with an integral or captive flat washer, or (2) a nut, flat washer and lockwasher. Machint nuts and washers shall be stainless steel or steel with a zinc or black oxide finish. When backplate consists of 2 or more sections, the sections shall be fastened with rivets or with t bolts peened after assembly to prevent loosening. In lieu of the screws shown on the plar backplates may be fastened to the plastic signal face using self-threading No. 10 steel scrc screws shall have an integral or captive flat washer and a hexagon head slotted for a screwdriver, and shall be stainless steel or steel with a zinc or black oxide finish. 86-4.04 Programmed Visibility Vehicle Signal Faces. Each programmed visibility sic and the installation thereof shall conform to the provisions in Sections 86-4.01, “Vehic Faces,” 86-4.03, “Backplates,” and 86-4.06, “Signal Mounting Assemblies,” except provisions in Section 86-4.01A, “Optical Units,” shall not apply. Each programmed visibil section shall provide a nominal 12 in. diameter circular or arrow indication. Color and arrou ration shall conform to ITE Publication: ST-008B. Each section shall be provided with a ci Each signal section shall be provided with an adjustable connection that permits incremer from 0 to 10 degrees above or below the horizontal while maintaining a common ver through couplers and mountings. Terminal connection shall permit external adjustment i mounting axis in 5 degree increments. The signal shall be mountable with ordinary tools and capable of being serviced withoi Adjustment shall be preset at 4 degrees below the horizontal, unless otherwise specifi( visibility of each programmed visibility signal face shall be capable of adjustment or prog within the face. When programmed, each signal face’s indication shall be visible only in thc or lanes to be controlled, except that during dusk and darkness a faint glow to each sid permissible. Prior to programming, each signal section with a yellow indication shall I: minimum luminous intensity of 2500 cd on the optical axis, and a maximum intensity of 1OC degrees horizontal from the axis. Each signal section with a yellow indication shall be ci having its visibility programmed to achieve the following luminous intensities: a minimum 01 on the optical axis, a maximum of 100 cd at from 0.5 to 2 degrees horizontal from the a: maximum of 10 cd at from 2 to 15 degrees horizontal from the axis. Under the same condi intensities of the red indication and the green indication shall be at least 19 and 38 respectively, of the yellow indication. Each signal face or each signal section shall includc means for regulating its luminous intensity between limits in proportion to the individual ba luminance. Lamp intensity shall not be less than 97 percent of uncontrolled intensity at ’, and shall reduce to 15 *2 percent of maximum intensity at less than 10 Ix. The dimmin shall operate over an applied voltage range of 95 to 130 V, 60 Hz and a temperature range to 74°C. The Contractor shall program the head as recommended by the manufacture1 directed by the Engineer. 86-4.05 Pedestrian Signal Faces. Message symbols for pedestrian signal faces shall WALKING PERSON and Portland orange UPRAISED HAND conforming to the requiremer Institute of Transportation Engineers Standards: “Pedestrian Traffic Control Signal lndicati the ”Manual on Uniform Traffic Control Devices.” The height of each symbol shall be not I 10 in. and the width of each symbol shall be not less than 6.5 in. The luminance of the UF HAND symbol shall be 3750 cd/m2, minimum, and the luminance of the WALKING PERSOI shall be 5300 cd/m2, 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 IL area and the lowest luminance area. The luminance difference between a nonilluminatec 0 0 0 *w aS 2/26/97 Contract No. 3522 Page 96 ( and the background around the symbol shall be less than 30 percent when viewed with the vis and front screen in place and at a low sun angle. Brightness measurements for signals designed f an incandescent lamp will be made when the signal is equipped with an A-21 traffic signal Ian operated at a voltage to produce 665 Im. Each housing, including the front screen, shall ha! maximum overall dimensions of 18.5 in. width, 19 in. height and 11.5 in. depth. All new pedestri; signal faces installed at any one intersection shall be the same make and type. Each pedestri; signal face shall be installed at the location and mounted in the manner shown on the plans. 864.05A Types. Pedestrian signal faces shall be Type A unless otherwise specified and sh conform to the following: 86-4.05A(I) Type A. Each Type A signal shall consist of a housing, two-color message plate, reflector assembly, 2 incandescent lamps with sockets and a front screen. Each message pla shall be one piece and shall be made of 0.12 in. minimum thickness, ultraviolet stabilizi polycarbonate plastic or 0.19 in. tempered glass. The symbols shall be applied to the inside smoc surface of the message plate. Each reflector assembly shall consist of a double reflector or 2 sing reflectors. Each reflector shall be made of either aluminum or plastic. All reflectors shall conform the provisions in Institute of Traffic Engineers Publication: ST-O08B, “Vehicle Traffic Control Sigr Heads.” Plastic reflectors shall consist of molded or vacuum-formed plastic with a vacuur deposited aluminum reflecting surface. The plastic material shall not distort when the reflector used with the lamp of the wattage normally furnished with the signal. In addition, the 1 nonmechanical loading temperature of the material shall exceed, by at least 10°C, the maximu temperature in the signal section with the lamp “ON” and measured in an ambient air temperature 25°C in accordance with UL Publication UL 746B. Each completed reflector shall, when operatc with the appropriate lamp.and lens, provide the message brightness specified. 864.056 Front Screen. One of the following types of front screen shall be provided on Type signal: 1) An aluminum honeycomb screen with 0.2 in. cells, 0.39 in. thick or a plastic screen of 0.39 i squares, 0.51 in. thick with wall thickness of 0.06 in. shall be installed tilting downward, at i angle of 15 22 degrees out from the top. The screen shall completely cover the message platt The screen shall have a clear front cover of 0.12 in. minimum thickness acrylic plastic sheet 0.06 in. minimum thickness polycarbonate plastic. Screen and cover shall be held firmly in plai by the use of stainless steel or aluminum clips or stainless steel metal screws. 2) A 1.5 in. deep eggcrate or Z-crate type screen of 0.03 in. nominal thickness polycarbonate. TI screening shall be mounted in a frame constructed of 0.04 in. minimum thickness aluminum alli or polycarbonate. The screen shall be installed parallel to the face of the message plate ai shall be held in place by the use of stainless steel screws. The visor described in Section 8 4.05D, “Visors,” is not required with this type screen. The front screen shall not fracture, separate at the welds, or compress more than 0.12 in. when a in. diameter, 1.8-kg steel ball is dropped onto the screen from a height of 4 feet above the screer The screen will be lying in a horizontal position and supported on its edges for this test. TI message plate will be removed from the pedestrian signal housing, when the pedestrian housing used to support the front screen during the test, so there will be no back support for the screer The screen and frame shall be fabricated from aluminum anodized flat black, or finished wi lusterless black exterior grade latex paint formulated for application to properly prepared mel surfaces, or shall be fabricated from flat black plastic. Alternate methods of screening may I substituted for the above screens provided that the results are at least equal to those obtained wi the above specified screens as determined by the Engineer. 864.0% Housing. Pedestrian signal housings shall conform to the provisions in Section 8 em t.s 2/26/97 Contract No. 3522 Page97of 115 4.01 B, “Signal Sections.” 86-4.05D Visors. The visor shall be of a material similar to the housing. The top of the v extend a minimum length of 6 in. at the top and 5in. at the bottom when measured from surface of the line. The front shall be normal to the top. 86-4.05E Finish. The exterior of each housing and visor and the interior of visors shall bc in accordance with the provisions in Section 86-2.1 6, “Painting.” 86-4.05F Control. All pedestrian signals shall be capable of being controlled by the s switching devices specified for traffic signal controller assemblies. 86-4.056 Terminal Blocks. Each pedestrian signal face shall be provided with a I terminal block conforming to the provisions in Section 86-4.01 C, “Electrical Components.” All field wiring shall connect to this terminal block. 864.06 Signal Mounting Assemblies. Signal mounting assemblies shall consist of 2 in. weight steel galvanized pipe conforming to the specifications of ASTM Designation necessary fittings, slip-fitters and terminal compartments. Pipe fittings shall be duc galvanized steel, aluminum alloy Type AC-84B No. 380, or bronze. Mast arm slip-fitters cast bronze or hot-dip galvanized ductile iron. Post top slip-fitters and terminal compartmt be cast bronze, Type 356-T6 aluminum or hot-dip galvanized ductile iron. After installa exposed threads of galvanized pipe brackets and all areas of the brackets damaged by Y vise jaws shall be cleaned with a wire brush and painted with 2 applications of approved i zinc-rich primer (organic vehicle type) conforming to the requirements in Section 210, “F Protective Coatings.” Aerosol cans shall not be used. Each terminal compartment shall be fitted with a terminal block containing a minimum of each with 2 screw type terminals. Each terminal shall be designed to accommodate at le 14 conductors. A cover shall be provided on the compartment to give ready access to the block. Where used to bracket mount signals, the terminal compartment shall be designc securely to a pole or standard. The horizontal dimension of mounting assembly members the vertical centerline of the terminal Compartment or slip-fitter and the vertical centerlinc signal face, shall not exceed 11 in. except where required to provide proper signal face alig permit programming of programmed visibility signal faces or when otherwise directec Engineer. Each mounting assembly shall be oriented to provide maximum horizontal clei the adjacent roadway. All mounting assembly members shall be either plumb or le! metrically arranged and securely assembled. Construction shall be such as to permit all cc to be concealed. Mounting assemblies shall be watertight and free of sharp edges or protrusions whi damage conductor insulation. For post-top mounting of signals, a slip-fitter shall be used. Slip-fitter shall fit over a 0.6 ir diameter pipe or tapered standard end. Each slip-fitter shall be provided with cadmium-pl: set screws, arranged as shown on the plans. Each slip-fitter used to post-top mount sic brackets shall be provided with an integral terminal compartment. Each mounting assembi provided with positive locking, serrated fittings, which when mated with similar fittings on 1 faces shall prevent faces from rotating. Fittings shall permit fastening at increments of than 7 degrees. Signal faces shall not be installed at any intersection until all other signal equipment, incl complete controller assembly, is in place and ready for operation at that intersection, excer signal faces may be mounted if they are not directed toward traffic or if they are covered. em 0 (I) p,# 2/26/97 Contract No. 3522 Page 98 86-4.07 Flashing Beacons. Each beacon shall consist of a single section traffic signal fac conforming to the provisions in Section 86-4.01, “Vehicle Signal Faces,” with yellow or red lens shown on the plans. The beacon flasher unit shall be independent of the intersection flasher unit. 86-4.07A Backplates. Each beacon shall be provided with a backplate conforming to tl requirements in Section 86-4.03, “Backplates.” 86-4.07B Visors. Each beacon shall be provided with a full circle type visor conforming to ti requirements in Section 86-4.01 D, “Visors.” 86-4.07C Flashing Beacon Control Assembly. Each flashing beacon control assembly sh consist of switches, circuit breakers, terminal blocks, flasher, dimming relay, wiring and electric components necessary to provide proper operation of the beacons, all housed in a single enclosur 86-4.07C(I) Enclosure. The enclosure shall be NEMA Type 3R, and shall be provided with del front panel and a hasp to permit padlocking of the cover. The padlock will be furnished by other: The enclosure shall be hot-dip galvanized or, at the option of the Contractor, shall be provided w a factory applied rust resistant prime coat and finish coat. 86-4.07C(2) Circuit Breakers and Switches. A 15-A circuit breaker shall be installed to conti each ungrounded conductor entering the enclosure. A switch to permit manual operation of the sir lighting circuit shall be provided. Switches shall be of the single-hole-mounting toggle type, sing1 pole, single-throw, rated at 12 A, 120 V. Switches shall be furnished with an indicating nameplz reading “Auto - Test” and shall be connected in parallel with the load contacts of the photoelect control circuit. A 15-A circuit breaker may be used in place of the toggle switch. 86-4.07C(3) Flasher. The flasher shall meet the requirements of Section 8, “Solid-state Flasher! of NEMA Standards Publication No. TS 1. The flasher shall be a solid-state device with no con& points or moving parts. The flasher shall provide 2 output circuits to permit alternate flashing signal faces and shall be capable of carrying a minimum of 10 A per circuit at 120 V. 86-4.076(4) Wiring. Conductors and wiring in the enclosure shall conform to the requirements Section 86-3.04C, “Cabinet Wiring.” 86-4.07C(5) Terminal Blocks. Terminal blocks shall be rated at 25A, 600V, shall be mold( from phenolic or nylon material and shall be the barrier type with plated brass screw terminals ai integral type marking strips. 86-4.076(6) Dimming Relay. A heavy duty dimming relay shall be provided to reduce the voltac to the lamps at night. Heavy duty relays shall be designed for continuous duty. Relays sh operate during ambient temperatures from -18°C to 71°C. Each relay shall operate in the 8-F Jones-type socket shown on the plans. Relays shall be provided with double-pole, double-thrc contacts. Contact points shall be of fine silver, silver-alloy, or superior alternative material. Contz points and contact arms shall be capable of operation for 250 000 cycles with 20 A of tungsten lo, per contact at 120 V, 60 Hz AC. Coils shall have a power consumption of 10 V-A or less and sh be designed for continuous duty on 120 V AC. Heavy duty relays shall be enclosed with removable, clear plastic cover. 4- Page 99 of 115 p,s 2/26/97 Contract No. 3522 86-5 DETECTORS @ 86-5.01 Vehicle Detectors. Vehicle detectors shall be the type or types shown on the F sensor units, control units, and amplifiers shall meet the requirements of California Test E units shall not be affected by transient voltages when tested in accordance with California ‘ 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 \ detector is detecting a vehicle. Each detector shall operate over the range of voltages frc to 135 V at 60 Hz. Circuitry shall be solid-state except relays with normally closed contact used for the output circuit. Units shall be designed to provide ease of maintenance with ( cessible electronic components. Each detector shall provide vehicle detection without rea( from -18°C to 71°C. Units shall use printed circuit boards designed to facilitate identif components. This shall be done by either part identification markings or by providing i diagram showing physical location and identification of each component. Each printed circ shall have the following minimum quality requirements: NEMA FR-4 glass cloth base ep board, 0.06 in. minimum thickness, organic solder masking and gold plated c( lntercomponent wiring shall be copper track with a minimum mass of 600 g/m2. Printt design shall be such that components may be removed and replaced without permanent d; boards or tracks. Splices shall conform to the provisions in Section 86-2.09, “Wiring.” 86-5.01A Inductive Loop Detectors. Inductive loop detectors shall conform to the followi 86-5.01A(I) General. The term “inductive loop detector” applies to a complete in consisting of a loop or group of loops installed in the roadway, as shown on the plans, leac and a sensor unit with power supply installed in a controller cabinet. 86-5.01A(3) Sensor Unit Construction. “Card” type sensor units shall conform requirements in “Traffic Signal Control Equipment Specifications,” issued by the State of C Department of Transportation, and to all addendums thereto current at the time c advertising. Shelf mounted sensor units shall conform to the requirements in Section ’ NEMA Standards Publication No. TS 1. Capacitors or inductors necessary for loop tuning be mounted external to the sensor unit. 86-5.01A(4) Construction Materials. Conductor for each inductive loop detector 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 crc polyethylene insulated, No. 12, stranded copper wire. The minimum insulation thickne: point shall be 0.04 in. 2) Type 2 loop wire shall consist of a conductor inside of plastic tubing. The conductor Type THWN or Type XHHW, No. 14, stranded copper wire. The tubing shall be polyetl vinyl, rated for use at 105”C, and shall be resistant to oil and gasoline. The tubing shs maximum outside diameter of 0.28 in. and a minimum wall thickness of 0.03 in. The cc shall not be spliced inside the tubing. @ Conductors for loop detector lead-in cable shall be 2 No. 16 (19 x 29) stranded tinned copp detector lead-in cable shall conform to the calculated cross sectional area of ASTM Desi 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 0.02 in. of high-density polyethyler conductors shall be twisted together with at least 6 turns per meter and the twisted pail protected with a copper or aluminum polyester shield. A No. 20, minimum, copper c e em %# 2/26/97 Contract No. 3522 Page 100 l shall be provided and connected to the equipment ground within the cabinet. The cable shall t provided with a high-density polyethylene or high-density polypropylene outer jacket with nominal thickness of 0..03 in. An amorphous interior moisture penetration barrier of nonh droscopic polyethylene or polypropylene fillers shall be provided. 2) Type C lead-in cable shall conform to International Municipal Signal Association (IMS, Specification No. 50-2. A No. 20, minimum, copper drain wire shall be provided and connectc to the equipment ground within the cabinet. 86-5.01A(5) Installation Details. Installation and tests shall conform to the details and not( shown on the plans. Unless shown otherwise each loop shall consist of 3 turns of conductor i specified in Section 86-5.01 A(4), “Construction Materials.” Slots cut in the pavement shall t washed clean, blown out and thoroughly dried before installing conductors. Residue resulting fro slot cutting operations shall not be permitted to flow across shoulders or lanes occupied by pub traffic and shall be removed from the pavement surface before any residue flows off of tt pavement surface. Residue from slot cutting operations shall be disposed of outside the highw; right of way in accordance with Section 7-8.1, “Cleanup and Dust Control.” After conductors a installed in the slots cut in the pavement, the slots shall be filled with sealant to within 0.12 in. of the pavement surface. The sealant shall be at least 1 in. thick above the top conductor in tt saw cut. Before setting, surplus sealant shall be removed from the adjacent road surfaces withc the use of solvents. The sealant for filling slots shall conform to one of the following: 1 ) Elastomeric Sealant.- Elastomeric sealant shall be a polyurethane material of a compositil that will, within its stated shelf life, cure only in the presence of moisture. Sealant shall suitable for use in both asphalt concrete and portland cement concrete. The cured sealant sh have the following performance characteristics: 2) Asphaltic Emulsion Sealant.- Asphaltic emulsion sealant shall conform to the State of Califori Specification 8040-41A-15 and shall be used only for filling slots in asphalt concrete pavemer This material shall not be used in slots which exceed 0.63 in. in width or where the slope caus the material to run from the slot. The material shall not be thinned in excess of t manufacturer’s recommendations and shall not be placed when the air temperature is less th 7°C. 3) Hot-Melt Rubberized Asphalt Sealant.- Hot-melt rubberized asphalt shall be in solid form room temperature and fluid at an application temperature of 190°C to 205°C. Fumes from 1 material shall be non-toxic. Sealant shall be suitable for use in both asphalt concrete a portland cement concrete. Performance characteristics of the cured hot-melt rubberized aspt- shall be as follows: em aS 2/26/97 Contract No. 3522 Page 101 of 115 Property Cone Penetration Flow, 60°C Resilience Softening Point, Ductility, Flash Point, COC, "C Viscosity, Brookfield Thermosel, @ Measuring Standard (ASTM Designation) Results Conditions ASTM D 3407, Sec. 5 ASTM D 3407, Sec. 6 ,ASTM D 3407, Sec. 8 25%. rnin. 25°C ASTM D 36 82 "C, rnin. ASTM D 113 300 mrn, min. 25°C 50 rnm/min ASTM D 92 288 "C, min. ASTM D 4402 2.5-3.5 Pass 3.5 rnrn, max. 5 mm, rnax. 25°C 150 g, 5 s No. 27 Spindle, 20 rpm, 190Y MS Connector Circuit Magnetic Detector (-) Magnetic Detector (+) AC+, 120 V Chassis Ground Detector Common Output N.O. Output N.C. AC-, Grounded Conductor 18-8 Pin A B C D E F G H 1) Switching unit shall have a stainless steel plunger actuator and shall be provided with U- 2) Switch shall have an operating force of 9 to 13 ounces and a minimum release force of 4 3) Pretravel shall be 1/64 in maximum. 4) Overtravel shall be 7/32 in minimum. 5) Differential travel shall be 0.0004 to 0.002 in. 6) Actuator shall have a minimum diameter of 1.97 in. Where a pedestrian push button is attached to a pole, the housing shall be shaped i curvature of the pole and secured to provide a rigid installation. Saddles shall be provided a neat fit when required. Where a pedestrian push button is to be mounted on top of a diameter post, the housing shall be provided with a slip-fitter fitting and screws for securing the post. Pedestrian push button signs shall be porcelain enameled metal or structural Push button and sign shall be installed on the crosswalk side of the pole. Arrows on pu5 signs shall point in the same direction as the corresponding crosswalk. Where Type A pus1 are specified, each push button assembly shall be equipped with red and green indicatoi Lamps shall be so connected that, when the push button has been activated, the red lamp energized and continue so until the next pedestrian walk interval, at which time the green I: be energized in lieu of the red lamp. At the termination of the pedestrian walk interval, tl shall be de-energized until the next actuation of the push button. Lenses for the lamps shz visible diameter of approximately 1.25 in. and a length of approximately 0.87 in. On the 7 Type B push button assembly, the sign shall attach to and be securely supported by the frz With Type C pedestrian push buttons, the instruction sign shall be mounted, using 2 st saddle brackets, on the same standard as the push button assembly. Straps and saddle shall be as shown on the plans and shall be corrosion-resisting chromium nickel steel confc the specifications of ASTM Designation: A 167, Type 302. Theft-proof bolts shall be stain1 with a chromium content of at least 17 percent and a nickel content of at least 8 percent. permit recessed mounting in push button housing. a @ 86-6 LIGHTING 86-6.01 High Pressure Sodium Luminaires. High pressure sodium luminaires shal enclosed type with a horizontal burning lamp. Luminaires shall be the cutoff type. Each shall consist of a housing, a reflector, a refractor or a lens, a lamp socket, an integral I terminal strip and a lamp. Housings shall be fabricated from aluminum. Housings that arc shall withstand a 1000-hour salt spray test as specified in ASTM Designation: B 117. metal parts of the housing shall be fabricated from metal at least equal in corrosion resist; finish to the metal in the housing. Each housing shall be provided with a slip-fitter ci mounting on a 2 in. pipe tenon and of being adjusted 5 degrees from the axis of the ter clamping brackets of the slip-fitter shall not bottom out on the housing bosses when adjusl the *5 degree range. No part of the slip-fitter mounting brackets on the luminaires shall c permanent set in excess of 0.02 in. when the four 0.4 in. diameter cap screws used for are tightened to 13 N-m. All luminaires to be mounted on horizontal mast arms, when accordance with California Test 61 1, shall be capable of withstanding cyclic loading Acceleration of Gravity): 1) a vertical plane at a minimum peak acceleration level of 3.0 G peak-to-peak sinusoid: (same as 1.5 G peak) with the internal ballast removed, for a minimum of 2 million cycle failure of any luminaire parts. 2) a horizontal plane perpendicular to the direction of the mast arm at a minimum peak acc level of 1.5 G peak-to-peak sinusoidal loading (same as 0.75-G peak) with the intern installed, for a minimum of 2 million cycles without failure of any luminaire parts. a 4- p,# 2/26/97 Contract No. 3522 Page 104 I s55 S66 S50 S67 S5 1 150 140 200 140 250 175 31 0 21 0 400 260 16 000 22 000 27 000 37 000 50 000 150 200 250 31 0 400 86-6.01 A( 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 thz 7.5 percent from rated lamp watts. 2) The ballast shall be designed so that a capacitance variance of *6 percent will not cause mol than a k8 percent variation in lamp wattage regulation throughout rated lamp life for nomin input voltage. 3) The lamp current crest factor shall not exceed 1.8 for input voltage variation of k10 percent 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 ar secondary windings electrically isolated and, when operated with the appropriate lamp, sh: 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 nominal line voltage with a nominally rated reference lamp. Lamp wattage regulation spread at any lamp voltage from nominal through life shall r vary by more than 18 percent for *lo percent input voltage variation. Lead-Type Regulator Ballasts.- Each lead-type regulator ballast (CWA-constant wattar autoregulator) shall, when operated with the appropriate lamp, have the followii 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 nomi b) Lamp wattage regulation spread at any lamp voltage from nominal through life shall I 86-6.0lA(2) Autotransformer or Reactor Type Ballasts. Each nonregulating reactc autotransformer, or high reactance ballast shall, when operated with the appropriate lamp, have tt 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 lir 2) Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary I 3) For nominal input voltage and lamp voltage, the ballast design center shall not vary more th: 4) The lamp current crest factor shall not exceed 1.8 for input voltage variation of f5 percent at ai 86-6.01B High Pressure Sodium Lamps. High pressure sodium lamps shall conform to the AN Standard: C 78, “Lamp Specifications, Physical and Electrical Characteristics of High-lntensi Discharge Lamps,” when tested in accordance with ANSI Standard: C 78.388, “Methods Measurement of High Pressure Sodium Lamp Characteristics.” High-pressure sodium lamps sh have a minimum average rated life of 24 000 hours. 86-6.065 Internally Illuminated Street Name Signs. Internally illuminated street name sig shall conform to the details shown on the plans. The general design of signs shall be as shown the plans. Minor details of construction shown are typical and may be modified subject to appro\ by the Engineer. The sign fixture shall be designed and constructed to prevent deformation failure when subjected to 11 3 km/h wind loads as set forth in the AASHTO publication, “Standa Specifications for Structural Supports of Highway Signs, Luminaires and Traffic Signals,” a amendments thereto. The sign panels shall not deform or warp under a 11 3 kmlh wind loading. Certificate of Compliance conforming to the provisions in Section 4-1.5, “Certification,” shall be SL mitted by the manufacturer with each lot of internally illuminated street name signs. The certifiG 2) line voltage with a nominally rated reference lamp. vary by more than 30 percent for *10 percent input voltage variation. voltage with a nominally rated reference lamp. more than 25 percent for k5 percent input voltage variation. 7.5 percent from rated lamp watts. lamp voltage from initial through life. em r,s 2/26/97 Contract No. 3522 Page 107 of 115 shall state that the internally illuminated street name signs meets the wind load requiren described above. All material used in fabrication shall be new. If not covered herein, material and workmanship shall be of the best quality consistent with the intended purpl ferrous parts shall be galvanized or cadmium plated, unless otherwise specified herein c otherwise on the plans. Signs shall be Type A or Type B. 1) Housing.-The top and bottom shall be formed or extruded aluminum and shall be at formed or cast aluminum end fittings. The design shall provide continuous sealing bet and bottom assemblies and the end fittings. The housing shall be rigidly constructed torsional twist and warp. Provisions shall be made for ease of maintenance of all corn The opening or removal of one panel shall permit access to the interior of the sign and replacement of lamps, ballasts and fuses. Photoelectric unit sockets will not be allo\ Type A signs, both sides shall be hinged at the top to permit installation or removal 01 panels, and to permit access to the interior of the sign. On Type B signs, the sign panel slide-mounted into the housing. 2) Reflectors.-At the option of the Contractor, reflectors may be used to provide the reqi brightness. Reflectors, if used, shall be formed aluminum with acrylic baked white enamc having a minimum reflectance of 0.85. 3) Sign Panels.-The sign panels shall be slide-mounted or rigid mounted in a frame, v legend, symbols, arrows, and border on each face, as shown on the plans. The backgrc be green. The entire surface of the sign panel shall be evenly illuminated. The ai brightness readings for the letters shall be 500 cd/m2, minimum. The light transmissior the sign panel shall provide a letter to background brightness ratio of between 10 to 1 an The luminance of the background shall not vary by more than 40 percent from the a background brightness reading. The luminance of the letters, symbols and arrows shal by more than 20 percent from the average brightness reading of letters, symbols and arrc sign panels shall be translucent panels of high impact resistant plastic of one of the types: 0 0 a) Glass fiber reinforced acrylated resin. b) Polycarbonate resin. c) Cellulose acetate butyrate plastic. d) Paint on the outside of the plastic shall be protected by a plastic film which shal front surface of the panel and filter out ultraviolet radiation. Paint shall be acry type. e) All surfaces shall be free of blemishes in the plastic or coating that may ir serviceability or detract from the general appearance and color matching of the si f) The white or green color shall not fade or darken when the sign is expos accelerated test of ultraviolet light which is equivalent to 2 years of outdoor expo5 green color of the sign, when not illuminated, shall conform to Color No. 14109 c Standard 5958. g) The sign panels shall not crack or shatter when a 1 in. diameter, steel ball with i 67 grams is dropped from a height of 2.6 m above the sign panel to any point a panel. The panels shall be lying in a horizontal position and supported within tt for this test. 4) Gaskets.- On Type A signs, gaskets shall be installed between the sign panel framc fixture housing to prevent the entrance of water between the frame and the fixture Gaskets shall be uniform and even textured and shall be the closed cell, sponge neopr designed for use at temperatures between -20°C and +70"C. Gaskets shalt be neatly , thoroughly degreased, clean surfaces with a suitable heat-resistant adhesive which will 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 st lamps at -20°C and above. Ballasts for Type A signs shall be rated at 200 mA. Bi 0 em r,s 2/26/97 Contract No. 3522 Page 108 c Type B signs shall be rated at 430 mA. Ballasts shall be listed by UL or ETL for operation on 1 to 125 V, 60 Hz circuits, and shall conform to the requirements of ANSI Standard: C 82.1 a 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 w silver coated contacts and waterproofed entrance leads for use with a rapid-start fluoresce lamp. Removal of the lamp from the socket shall de-energize the primary of the ballast. Ea lamp holder shall be provided with a heat-resistant, circular cross section, partially recess neoprene ring to seal against the lamp ends and protect electrical contacts from moisture and c or other injurious elements. One lamp holder for each lamp shall be of the spring-loaded typc The distance between the face of the lamp holders for each lamp shall provide a compression at least 0.1 in. on the spring-type lamp holder when the lamp is in place. The lamp shall ha positive mechanical and electrical contact when the lamp is in place. The socket on the sprir type lamp holder shall have sufficient travel to permit installation of the lamp. Springs for lar holders shall not be part of the current carrying circuit. Lamp holders shall match lar requirements and shall not increase cathode filament circuit resistance by more than 0.1 0-Q. 7) Lamps.- Lamps shall be of the types shown on the plans and shall meet the requirements ANSI Standard: C 78. 8) Terminal Blocks.- All wiring connections in the fixture shall be terminated on molded, phenol barrier type, terminal blocks rated at 15 A, 1000 V, and shall have integral type, white, waterpri marking strips. All current carrying parts of the terminal block shall be insulated from the fixti with integral plugs or strips to provide an insulating value in excess of the line-to-ground flashol voltage. provided with an integral barrier on each side and shall be capable of rigid mounting E alignment. Terminal screws shall be size No. 10, minimum. 9) Fuses.- Fuses shall be Type 3AG, miniature, slow blowing type with appropriate current a voltage ratings. Fuseholder shall be a panel-mounting type with threaded or bayonet type kn which grips the fuse tightly for extraction. A separate fuse shall be provided for each ballast. 10) Weep Holes.- Screened weep holes shall be provided at strategic locations in all membc subject to the collection of moisture. Weep holes shall be shielded to prevent light leakage frc the fixture. 11) Fasteners.- All fasteners, screws, and hardware shall be of passive stainless steel (Type 302 304) or aluminum Type 6060-T6. 12) Mounting Assemblies.- The top of the fixture housing shall have 2 free-swinging mount1 brackets. Each of the brackets shall be adjustable vertically for leveling the sign to eithei straight or curved mast arm. The bracket assembly shall permit the fixture to swing perpendicu to the sign panel. Hinge pins for the free-swinging brackets shall have a minimum diameter 0.24 in. At least 15 feet clearance shall be provided between the bottom of the fixture and 1 roadway. 13)Message.- The message, as shown on the plans, shall be displayed on both sign panels. If shown on the plans, the message, and the size of symbols or arrows will be furnished by Engineer at the request of the Contractor. Unless shown otherwise, letters shall be 8 in. up case and 6 in. lower case, Series E. 14) Mas- The total mass of the complete sign assembly, including lamps, ballasts, mounf brackets and appurtenances shall not exceed 30 kg. 15) Conductors.- All fixture conductors shall be UL or ETL listed appliance wiring material (AM stranded copper wire with 0.03 in., minimum, thermoplastic insulation, rated at 1000 V and ra for use at 90°C. Conductors shall be No. 16, minimum, and shall match the color coding of ballast leads. The size of conductors from the sign disconnect to the fuse block shall be as shc on the plans. All conductors within the fixture shall be secured with easily removable spring crc straps (not clamped) in the chassis or fixture. Straps shall be installed not more than 12 in. ap Stranded copper conductors connected to screw type terminals shall terminate in approved cri type ring connectors. Splices will not be permitted within the fixture unless approved in writing the Engineer. If the Contractor elects to use sectionalized terminal blocks, each section shall 4- p,# 2/26/97 Contract No. 3522 Page 109 of 115 16) Equipment List and Drawings.-Within 15 days following approval of contract, the C shall submit 3 sets of shop drawings and a list of equipment and materials he proposes as specified in Section 2-5, “Plans and Specifications.” The shop drawings shall message for each sign and shall include the size of letters, symbols or arrows, as shov plans or as furnished by the Engineer. The list of equipment shall include the nan manufacturer of all materials and sufficient detail to identify the materials. If reque Contractor shall supply, without cost to the Agency, sufficient samples of materials to b the fabrication of the sign, or a complete sign assembly, to permit adequate testing and E of conformance to the specified requirements. 86-6.07 Photoelectric Controls. Photoelectric controls, as specified in these special pro as shown on the plans, shall be capable of switching multiple lighting systems directly. photoelectric control shall be used unless otherwise shown on the plans or required by the: 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 I an enclosure. 2) Type II photoelectric control shall consist of a remote photoelectric unit, a separate located in a service equipment enclosure, and a test switch located in the service e enclosure unless shown otherwise. 3) Type Ill photoelectric control shall consist of a remote photoelectric unit, and a separate and a test switch housed in an enclosure. 4) Type IV photoelectric control shall consist of a photoelectric unit which plugs into an E twist lock. 86-6.07A Types. The types of photoelectric controls shall be as follows: located in a service equipment enclosure. e a) receptacle integral with the luminaire. b) Type V photoelectric control shall consist of a photoelectric unit, contactor and tE A switch to permit manual operation of the lighting circuit shall be provided for each Type I Type Ill, and Type V photoelectric control. Switches shall be of the single-hole mounting to! single-pole, single-throw, rated at 12 A and a voltage rating to match the circuit. Switche: furnished with an indicating nameplate reading “Auto-Test” and shall be connected in pal the load contacts of the photoelectric unit. Test switch shall not have an “OFF” position. Photoelectric units for Types I, II and Ill photoelectric controls, shall be pole-top mountc otherwise specified. 86-6.078 Equipment Details. Equipment details shall conform to the following: 86-6.076(1) Photoelectric Unit. The photoelectric unit shall provide an output in resF changing light levels. Components of the unit shall not require periodic replacement. Ur have a “turn-on” between 10 and 50 lux and a “turn-off“ at between 1.5 and 5 times “tt Measurements shall be by the procedures set forth in EEI-NEMA Standards for Phys Electrical Interchangeability of Light-Sensitive Control Devices Used in the Control of F Lighting. Photoelectric controls, except Type IV and Type V, shall be furnished with a 4 in. r inside diameter pole-top mounting adaptor containing a terminal block and with cable sur clamps to support pole wires. The photoelectric unit receptacle shall be the EEI-NEM Mounting brackets shall be used where pole-top mounting is not possible. Photoelectric shall be installed at the locations shown on the plans and oriented as directed by the Enginl switching 480 V, 60 Hz circuits, a 100 V‘A, minimum, 480/120-V transformer shall be install1 contactor enclosure to provide 120 V for the photoelectric control unit. Where more t photoelectric unit is to be installed at the same location, a single transformer, with a volf 4- p,s 2/26/97 Contract No. 3522 Page 110 o a @ rating capable of handling the total controlled load, may be used. Photoelectric units shall I 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 operating temperature range shall be from -29°C to 65°C. 4) The power consumption shall be less than 10 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 pli mounting. 7) Units shall be provided with a “fail-on” feature. 86-6.078(2) Contactor. The contactor shall have contacts rated to switch the specified lightii load and shall be normally open, unless otherwise specified. The contactor shall be either tl mechanical armature type or the mercury displacement type. The contacts of the mechanic armature type contactor shall be either fine silver, silver alloy, or superior alternative material. TI contactor shall have a minimum rating of 30 A, per contact, inductive load. 86-6.07B(3) Contactor and Test Switch Housing. The enclosure for Type I and Type photoelectric controls shall be NEMA Type 3R. The enclosure shall be provided with a facto applied rust resistant prime coat and finish coat. Two applications of paint to match the color of tl standard shall be applied as specified in Section 86-2.16, “Painting.” The enclosure may be hot-d galvanized in lieu of painting. A minimum of 2.56 in shall be provided between contactor termin2 and end of enclosure for wiring connections. The enclosure shall be mounted on the same standa as the photoelectric unit at a height of approximately 6 feet above the base. 86-6.07B(4) Wiring. Conductors between the photoelectric unit and an external contactor shall t No. 14 and shall be run inside the lighting standard, or in conduit, unless otherwise shown on tt plans. 86-6.078(5) Terminal Blocks. Terminal blocks shall be rated at 25A, 600 V, shall be moldc from phenolic or nylon material and shall be the barrier type with plated brass screw terminals ar integral type marking strips. 86-6.09 Transformers. Multiple to multiple and series to multiple transformers shall be of tt single-phase, dry type designed for operation on a 60 Hz supply. 86-6.09A Electrical Requirements. Transformer ratings shall be 120/480 V, 240/480 V 480/120 V for multiple to multiple units and 6.6 N120 V or 6.6 N480 V for series to multiple units other ratings as shown on the plans. Secondary 480-V windings shall be center tapped. Vo ampere ratings shall be as shown on the plans. Transformer efficiency shall exceed 95 percent f multiple to multiple units and 80 percent for series to multiple units. Secondary voltage regulatic and tolerance shall be k3 percent from half load to full load for multiple to multiple units and +10 PE cent (maximum) at no load to k3 percent at full load for series to multiple units. Transformers Shi have a decal showing a connection diagram. The diagram shall show either color coding or taggir of wires with primary (H1 , H2) or secondary (X1 , X2) markers, and shall also show the primary ar secondary voltage and volt-ampere rating. 86-6.09B Physical Requirements. External leads for multiple to multiple and series to multip secondary connections shall be Type USE, No. 10, rated 600 V AC. Primary conductors for serif to multiple transformers shall be rated for use on 5000-V AC circuits. Transformer leads Shi em rrs 2126197 Contract No. 3522 Page 111 of 115 extend a minimum of 11.8 in from the case. Transformer insulation shall be NEMA 185°C Series to multiple transformers shall withstand the application of 12 000 V AC from core tc coil and from coil to coil for a one minute period. Series to multiple transformer second( multiple to multiple transformers shall withstand the application of 2200 V AC from core to ( for multiple units only, from coil to coil for a one minute period. The above tests shall immediately after operation of the transformer at full load for 24 hours. Non-sut transformers shall be provided with metal half-shell coil protection, shall have moisture synthetic varnish impregnated windings and shall be suitable for outdoor operation in a enclosure. Each transformer to be installed in a pull box shall be the submersible type an( provided with a handle and a hanger. 0 86-7 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT 86-7.01 Removing Electrical Equipment. Attention is directed to Section 7-9, “Protec Restoration of Existing Improvements.” Existing electrical equipment shown on the specified in these special provisions to be removed and not reused or salvaged, and pi conduit and detector frames not reused, shall become the property of the Contractor and removed from the highway right of way in accordance with the provisions in 300-1, “Cle; Grubbing,’’ except, if not interfering with other construction, underground conduit may be at: in place after all conductors have been removed. Care shall be exercised in salvaging el so that it will not be damaged or destroyed and will remain in its existing condition b possible. Mast arms shall be removed from standards. Luminaires, signal heads, ai mounting assemblies shall be removed from standards and mast arms. Attention is directed to the provisions in Section 7-9, “Protection and Restoration of Improvements” and 300-1.2, “Preservation of Property.” The Contractor will be required to replace, at the Contractor’s expense, any electrical equipment to be salvaged which, as de by the Engineer, has been damaged or destroyed by reason of the Contractor’s ope Attention is directed to the provisions in Section 86-2.03, “Foundations,” regarding foundatic abandoned or removed. Holes resulting from removing pull boxes and detector frames filled with material equivalent to the surrounding material. 0 86-8 PAYMENT 86-8.01 Payment. The contract lump sum price or prices paid for signal, flashing beacon sign illumination, traffic monitoring station, closed circuit television systems, or combination: for modifying or removing those systems; for temporary systems; or the lump sum or UI paid for various units of those systems; or the lump sum or per meter price paid for cond various sizes, types and installation methods listed in the Engineer’s Estimate shall inc compensation for furnishing all labor, materials, tools, equipment and incidentals, and for the work involved in furnishing and installing, modifying, or removing the systems, combin units thereof, as shown on the plans, as specified in these special provisions, and as directc Engineer, including any necessary pull boxes (except when the type required is sho separate contract item); excavation and backfill; concrete foundations (except when sho separate contract item); pedestrian barricades; furnishing and installing illuminated stre signs; installing Agency-furnished sign panels on pedestrian barricades, on flashing standards, and on traffic signal mast arms; restoring sidewalk, pavement and appurl damaged or destroyed during construction; salvaging existing materials; and making all tests. a *w r,s 2/26/97 Contract No. 3522 Page 112 c Full compensation for all additional materials and labor, not shown on the plans or specified, whic are necessary to complete the installation of the various systems, shall be considered as included the prices paid for the systems, or units thereof, and no additional compensation will be allowe therefor, except as provided in Section 86-1.05, “Maintaining Existing and Temporary Electric Systems.” When shown as a contract item, the contract price paid per meter for cast-in-drilled-hole concrei pile (signal foundation) shall include full compensation for furnishing all labor, materials, tool equipment, and incidentals, and for doing all the work involved in constructing reinforced concrei pile foundations of the size shown on the Engineer’s Estimate, including drilling holes, disposing I the material resulting from drilling holes, furnishing and placing anchor bolt assemblies and rei1 forcing steel, complete in place, as shown on the plans, and as specified in these special provisior and as directed by the Engineer. When shown as a contract item, non-reinforced portland cement concrete foundations will t measured and paid for in the manner as provided in Section 303-1 .I 1, “Payment.” When shown as a separate contract item by the lump sum or per meter, interconnection conduit ar conductor shall include all interconnection conductors, but shall only include conduit and pull box€ containing interconnection conductors and no other conductors. The quantity of interconnectic conduit and conductor to be paid for by the meter shall be the length of that conduit. Compensatic for conduit containing interconnection conductors and other conductors shall be considered as ii cluded in the contract price paid for the item requiring the other conductors. Full compensation for furnishing, installing, maintaining and removing falsework lighting equipmei shall be considered as included in the contract prices paid for the items of work involved in tt- structure which requires the falsework lighting and no additional compensation will be allowe therefor. SECTION 210 - PAINT AND PROTECTIVE COATINGS 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking, Modify as follows: Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chevron and curbs shall be rapid dry water borne conforming to CALTRANS Specification No. 8010-91D-31 Paint for pavement legends, pavement symbols, pavement arrows, cross walks, parking st: markings and stop bars shall be alkyd thermoplastic conforming to CALTRANS Specification Ni 8010-21C-19. Glass beads to be applied to the surface of the rapid dry water borne paint and tt molten thermoplastic material shall conform to the requirements of CALTRANS Specification Ni 801 0-21 C-22 (Type 11). CALTRANS Specifications for water borne paint, thermoplastic materi and glass beads may be obtained from the CALTRANS Transportation Laboratory, P.O. Box 1912 Sacramento, CA 9581 9, telephone number (916) 227-7000. Add the following section: 210-3.6 Galvanizing for Traffic Signal Facilities. The requirements of this section shall perta only to the preparation and galvanizing of traffic signal facilities. Galvanizing of products fabricate from rolled, pressed and forged steel shapes, plates, bars and strip 0.13 in thick or thicker, sh: conform to the specifications of ASTM Designation: A 123, except that complete seal welding ( tightly contacting surfaces of these products prior to galvanizing is required only where seal weldir is shown on the plans or specified in these special provisions. Except for pre-galvanized standai pipe, galvanizing of material 0.13 in thick or thicker shal! be performed after fabrication into tt- largest practical sections. em aS 2/26/97 Contract No. 3522 Page 113of 115 At the option of the Contractor, material thinner than 0.13 in shall be galvanized eithi fabrication in conformance with the requirements of ASTM Designation: A 525M, Designation 2600, or after fabrication in conformance with the requirements of ASTM Des A 123, except that the weight of zinc coating shall average not less than 365 g per square actual surface area with no individual specimen having a coating weight of less than : square meter. Galvanizing of standard pipe shall conform to the requirements of ASTM Designatio1 Galvanizing will not be required for stainless steel, monel metal and similar corrosion resist, Fabrication shall include all operations such as shearing, cutting, punching, forming, drillinl bending, welding and riveting. All welded areas shall be thoroughly cleaned prior to galvi remove all slag or other material that would interfere with the adherence of the zinc. V necessary to straighten any sections after galvanizing, the work shall be performed withou to the zinc coating. Galvanizing of iron and steel hardware and nuts and bolts, when specified or shown on I shall conform to the specifications of ASTM Designation: A 153, except whenever thread1 bolts, nuts, and washers are specified to conform to ASTM Designation: A 307, A 325, A 449, A 563, A 563M, or F‘436 and zinc coating is required, they shall be hot-dip zinc ( mechanically zinc coated in accordance with the requirements of the ASTM Designations otherwise specified, galvanizing shall be performed after fabrication. Components I assemblies shall be galvanized separately before assembly. Tapping of nuts or other threaded parts to be used with zinc coated bolts, anchor bars or studs shall be dc galvanizing and shall conform to the requirements for thread dimensions and ov allowances in ASTM Designation: A 563 or A 563M. When specified, painting of zinc coated surfaces shall be in accordance with the proct Section 210-1, “Paint.” Galvanized surfaces that are abraded or damaged at any time after the application of coating shall be repaired by thoroughly wire brushing the damaged areas and removing and cracked coating, after which the cleaned areas shall be painted with 2 applications of I zinc-rich primer (organic vehicle type) conforming to the provisions in Section 21 0-3.5, “ Damaged Zinc Coating.” Aerosol cans shall not be used. 0 e a em r,s 2/26/97 Contract No. 3522 Page 114 I PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS 307-3 STREET LIGHTING CONSTRUCTION. Modify as follows: Section 86, “Signals, Lightii and Electrical Systems” found in section 209 herein, shall replace Section 307-3, “Electric Components”, of the SSPWC in all matters pertaining to the specifications for measuremei payment, warranty, and methods of construction for all elements of street lighting and traffic signal 307-4 TRAFFIC SIGNAL CONSTRUCTION. Modify as follows: Section 86, “Signals, Lighting ai Electrical Systems” found in section 209 herein, shall replace Section 307-4, “Electric Components”, of the SSPWC in all matters pertaining to the specifications for measuremei payment, warranty, and methods of construction for all elements of street lighting and traffic signal ew p,# 2/26/97 Contract No. 3522 Page 115of 115 =p%- :% I): 756 LTE-SE-J iQ TP $8 -- - 4P =-E tfE ,-- dklp 4 1998 22.. %.d Recording requested by: CITY OF CARLSBAD When recorded mail to: City Clerk City of Carlsbad 1200 Carlsbad Village Dr. 3arlsbad, CA 92008 d 1998- 476297 Space above this line for Res< NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter descri 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 June 18, 1998. 6. The name of the contractor, if any, for such work of improvement is HMS Construction. 7. The property on which said work of improvement was completed is in the City of Carlsbad, COL Diego, State of California, and is described as the traffic signal at the intersection of College Aston Avenue, Project No. 3522. 8. The address of said property is within the limits of the City of Carlsbad. ITY OF CARLSBA Public Works DirectorKity Engineer VERIFICATION OF CITY CLERK 1, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 920( , 1998, accepted the above described work as corr ordered that a Notice of Cbmplehon b& filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on .adk 2 7 , 1998, at Carlsbad, California. Council of said City on 6_3_1, 2?, -7 . \- ' CITY OF CARLSBAD City Clerk Exhibit 3 July 29, 1998 County Recorder PO Box 1750 San Diego CA 921 124147 Enclosed for recordation idare the following described document(s): Notice of Completion Project No. 3522, Traffic Signal at College Blvd. & Aston Ave. HMS Construction Also enclosed are instructions on how the City is to be billed for the recordation fees incurred. Thank you for your assistance with this item. **Ley- W’ KATHLEEN D. SHOUP Sr. Office Specialist 1200 Carlsbad Village Drive - Carisbad, California 92008-1 989 - (760) 434-2801 *t, 3 * 0 Recording requested by: CITY OF CARLSBAD When recorded mail to: City Clerk City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92008 Space above this line for Reco NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter descrit 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 June 18, 1998. 6. The name of the contractor, if any, for such work of improvement is HMS Construction. 7. The property on which said work of improvement was completed is in the City of Carlsbad, Cour Diego, State of California, and is described as the traffic signal at the intersection of College Aston Avenue, Project No. 3522. 8. The address of said property is within the limits of the City of Carlsbad. CITY OF CARLSBA Public Works DirectorKity Engineer 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 Council of said City on d & 2T. , 1998, accepted the above described work as compl ordered that a Notice of Cbmplebon be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on wk 2 7 , 19%, at Carlsbad, California. CITY OF CARLSBAD 4 om-- ALETHA L. RNJTENKRANZ - 1 City Clerk Exhibit 3 w w J