HomeMy WebLinkAboutHMS Construction; 1998-07-22; 3369I “q&
I.
1
I
I
I
CITY OF CARLSBAD
I San Diego County
California
I CONTRACT DOCUMENTS AND SPECIL I PROVISIONS
Io FOR
I
I
I
I
I
I
I
1
AVIARA PARKWAY AND
BLACK RAIL ROAD TRAFFIC SIGNA1
CONTRACT NO. 3369
April 1998
4- a@ 1/08/98 Contract No. 3369 Page 1 of 119 P
I*
I
I
I
I
I
I
1
D e BiDDERi DiSCLOSURE OF DiSCiPLiNE RECORD .......................................... I.......
I
1
I
I
I
I
TABLE OF CONTENTS I ;.m - P
NOTICE INVITING BIDS ........................................................................................................
CONTRACTOR’S PROPOSAL
BID SECURITY FORM ...........................................................................................................
BIDDER’S BOND TO ACCOMPANY PROPOSAL ..................................................................
.GUIDELINES FOR COMPLETING THE “DESIGNATION OF SUBCONTRACTOR AMOUNl OF SUBCONTRACTORS BID” AND “DESIGNATION OF OWNER OPERATOWLESSOR 8
AMOUNT OF OWNER OPERATOWLESSOR WORK FORMS
DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTORS BID .........
DESIGNATION OF OWNER OPERATOWLESSOR & AMOUNT OF OWNER OPERATOWLESSOR WORK ..............................................................................................
BIDDER’S STATEMENT OF FINANCIAL RESPONSlBlLl TY
BIDDERS STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE ..............................
BIDDERS CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS’ LlABI.LITY, AUTOMOTIVE LIABILITY AND WORKERS’ COMPENSATION .........................
BIDDER S STATEMENT OF RE-DEBARMENT ...................................................................
...............................................................................................
....................................... 1
................................................
NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID .............................................................................
CONTRACT PUBLIC WORKS
LABOR AND MATERIALS BOND ..........................................................................................
FAITHFUL PERFORMANCENVARRANTY BOND
REPRESENTATION AND CERTIFICATION .........................................................................
ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION (OPTIONAL) .............................................................
...............................................................................................
..................................................................
S P ECl AL PROVISIONS
SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORK CONSTRUCTION PART 1, GENERAL PROVISIONS
SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCT10 N PART 2, CONSTRUCTION MATERIALS.. ..........
SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WOf CONSTRUCTION PART 3, CONSTRUCTION METHODS ..................................................
...........................................................
1
4iw
P
1 ks 1/08/98 Contract No. 3369 Page 2 of 11
.)
?<
I
I
I
I
I
I
I.
I
I
I
I
I
I
I
CITY' OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Carlsbac
Drive, Carlsbad, California 92008-1989, until 4:OO P.M. on the 28th day of May, 1998, i
time they will be opened and read, for performing the work as follows:
I.
AVIARA PARKWAY AND BLACK RAIL ROAD TRAFFIC SIGNAL
CONTRACT NO. 3369 I 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 specification: work include the Standard SPecifications for Public Works Construction 1997 Edition, all he1
designated "SSPWC as issued by the Southern California Chapter of the American Public Association and as amended by the special provisions sections of this contract. Reference i:
made to the specifications for full particulars and description of the work.
The City of Carlsbad encourages the participation of minority and women-owned businesses
The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and COI
to utilize recycled and recyclable materials when available, appropriate and approved
Engineer.
The City of Carlsbad may disqualify a contractor or subcontractor from participating in biddi
a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisc
the State of California as an irresponsible bidder.
No bid will be received unless it is made on a proposal form furnished by the Pu
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 witht
the Contract has been fully executed. The security submitted by all other unsuccessful bidd
be returned to them, or deemed void, within ten (IO) days after the Contract is awarded. f
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 tc
performance under this Contract. section 10263 of the Public Contract Code requires m
securities to be deposited with the City or a state or federally chartered bank in Californi escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omit
the agent in connection with the handling of retentions under this section in an amount not I
$1 00,000 per contract.
The documents which comprise the Bidder's proposal and that must be completed,
executed and notarized are:
I
e=
I.
I ts 1/08/98 Contract No. 3369 Page 3 of 11
I
I
I
I
I
I
I
1
1
I.
1
I
I
II
I
1
1. Contractor's Proposal 8. Certificate of Insurance
2. Bidder's Bond 9. Bidder's Statement Re Debarment
3. Non-Collusion Affidavit 10. Bidder's Disclosure of Discipline Record
4. Designation of Subcontractors and Amount 1 1. Purchasing Department Representation
5. Designation of Owner Operator/Lessors & 12. Escrow Agreement for Security Deposits (optional, must be completed if the Bidd wishes to use the Escrow Agreement fo
Security )
of Subcontractors Bid Certification
Amount of Owner Operator/Lessor Work
6. Bidder's Statement of Financial
7. Bidder's Statement of Technical Ability and
Responsibility
Experience
All bids will be compared on the basis of the Engineer's Estimate. The estimated quant
approximate and serve solely as a basis for the comparison of bids. The Engineer's Esti
$92,000.
No bid shall be accepted from a contractor who is not licensed in accordance with the prov California state law. The contractor shall state their license number, expiration d
classification in the proposal, under penalty of perjury. The following classifications are ac
for this contract: C-I 0 in accordance with the provisions of state law.
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 SI
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 Pu
Department, City Hall, 1200 Carlsbad Village Drive, Carlsbad, California, for a non-refundak
$10 per set. If plans and specifications are to be mailed, the cost for postage should be add
Any prospective bidder who is in doubt as to the intended meaning of any part of the d
specifications or other contract documents, or finds discrepancies in or omissions from the (
and specifications may submit to the Engineer a written request for clarification or correcti
response will be made only by a written addendum duly issued by the Engineer a coy of \n
be mailed or delivered to each person receiving a set of the contract documents. No additi
modification of or interpretation of any provision in the contract documents will be given c
may any bidder rely on oral directions.
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 sectioi
1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a curr
of applicable wage rates is on file in the Office of the City Engineer. The Contractor to w
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.
'
em
I.
I ts 1/08/98 Contract No. 3369 Page 4 of 11'
I
I
1
I
I
The Prime Contractor shall be responsible for insuring compliance with provisions of sectioi
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 officer
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.
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 Contracf
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 rejectior
Bonds to secure faithful performance and warranty of the work and payment of labo
materials suppliers, in an amount equal to one hundred percent (100%) and fifty percer
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 authi
transact the business of insurance in California and whose assets exceed their liabiliti
amount equal to or in excess of the amount of the bond. The bonds are to contain the
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 ii
commissioner.
If the bid is accepted, the City may require copies of the insurer's most recent annual stater
quarterly statement filed with the Department of Insurance pursuant to Article 10 (commen
section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calenda
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 Kc
Guide of at least A-:V, and (2) are admitted and authorized to transact the business of ins1
the State of California by the Insurance Commissioner. Auto policies offered to I
specification of this contract must: (1) meet the conditions stated above for all insurance cc
and (2) cover anv 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 i
certificate must state the coverage is for "any auto" and cannot be limited in any manner.
0
1
I
1
1
10
I documents:
1
1
I
I
II
I
em
I.
I * GS 1/08/98 Contract No. 3369 Page 5 of 11
I
I
1
i
I
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 sc
third lowest bidder and the bid security of the lowest bidder may be forfeited.
The prime contractor and all subcontractors are required to have and maintain a valic
Carlsbad Business License for the duration of the contract.
Approved by the City Council of the City of Carlsbad, California, by Resolution No. 98-103,
on the 14 day of April, 1998.
0
I
I
19 ?E # &+a Ddte Aletha L. Rautenkranz, city Cldrk '
1
1
Io I
1
I
I
I
1
I
I
4-
I.
I ts 1/08/98 Contract No. 3369 Page 6 of 11
fl/4J* 1
B
I
I
I
I
1 ’ e Item
I
I
I
CITY OF CARLSBAD
AVIARA PARKWAY AND
BLACK RAIL ROAD TRAFFIC SIGNAL
CONTRACT NO. 3369
CONTRACTORS PROPOSAL
1.
City Council
City of Carlsbad
1200 Carlsbad Village Drive I Carlsbad, California 92008
The undersigned declares he/she has carefully examined the location of the work, read th
Inviting Bids, examined the Plans, Specifications, Special Provisions and addenda ther
hereby proposes to furnish all labor, materials, equipment, transportation, and services rec
do all the work to complete Contract No. 3369 in accordance with the Plans, Specifications
Provisions and addenda thereto and that he/she will take in full payment therefor the folio\
prices for each item complete, to wit:
Approximate
Quantity Unit
- No. DescriDtion and Unit Price Tc
1 Traffic Signal Complete In Place LS 87, 33-6, Od 87,3a--
and Operating at
TIL.&~~ s(u(A/ -- ~-&C~.JSA uo T#/u4T
//-4mv F, m-7 /h~r4 R.1 I Dollars (Lump Sum)
Total amount of bid in words: & 16HT7’ S&V&AJ 7RooJ;qU THGG ~-/c.~~fit~ F//=c
PaLdU &D /La &?C
Total amount of bid in numbers: $
Price(s) given above are firm for 90 days after date of bid opening.
Addendum(a) No@). NodG hadhave been received and idare include
gz 3.50-a I
I proposal.
@ 6z e@ 5=2
I
$
em
I.
I %@ 1/08/98 Contract No. 3369 Page 7 of 11
I
The Undersigned has carefully checked all of the above figures and understands that the not be responsible for any error or omission on the part of the Undersigned in preparing this
The Undersigned agrees that in case of default in executing the required Contract with ne
bonds and insurance policies within twenty (20) days from the date of award of Contract by
Council of the City of Carlsbad, the City may administratively authorize award of the contra1
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 licensf
business or act in the capacity o a contractor within the State of California, validly license
license number q823 2s Jt which ex
, and that this statement is true and correct and has the I gal
1
I.
i
I
I
I
1
I
1
1
1
1
I
I
, classification A, 8 i C I 0 4
11/36I=i9 A/
an affidavit. GK/ e&@
A bid submitted to the City by a Contractor who is not licensed as a contractor pursuar
Business and Professions Code shall be considered nonresponsive and shall be rejected by 5 7028.15(e). In all contracts where federal funds are involved, no bid submitted I
invalidated by the failure of the bidder to be licensed in accordance with California law. Hov
the time the contract is awarded, the contractor shall be properly licensed. Public Contrac 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 PE
interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder
representation, oral or in writing, of the City Council, its officers, agents, or employees has I
him/her to enter into this Contract, excepting only those contained in this form of Contract
papers made a part hereof by its terms; and
2. That this bid is made without connection with any person, firm, or corporation making l
the same work, and is in all respects fair and without collusion or fraud.
Accompanying this proposal is BOND (Cash, Certified Chec
or Cashier's Check) for ten percent (1 0%) of the amount bid.
The Undersigned is aware of the provisions of section 3700 of the Labor Code which requirl
employer to be insured against liability for workers' compensation or to undertake self-insu
accordance with the provisions of that code, and agrees to comply with such provision
commencing the performance of the work of this Contract and continue to comply until the
is complete.
The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2
to the general prevailing rate of wages for each craft or type of worker needed to exe
Contract and agrees to comply with its provisions.
1 e
I
ew
I.
I %@ 1/08/98 Contract No. 3369 Page 8 of II!
i, 1-
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
COuntyof San Dieao
before me, Luz Ma. Liberato, Notary Public
NAME TITLE OF OFFICER E G ”JANE DOE NOTARY PUBLIC
personally appeared nfi i C\kl,Cd, cfr. ’
NAME(S) OF SIGNER(S)
pers@(s) acted, executed the instrun
WITNESS my hand and official seal.
SIGNATURE OF NOTARY
Though the data below IS not required by law, it may prove valuable to persons relying on the document and could
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUN
eOnbac.5
TITLE OR TYPE OF DOCUMENT TITLE(S)
[? GENERAL a
ATTORNEY-IN-FACT NUMBER OF PAGES
GUARDIAN/CONSERVATOR 5-*%-%f
DATE OF DOCUMENT - SIGNER IS REPRESENTING:
NAME OF PERSON(SI OR ENTITY(IES)
SIGNER(S) OTHER THAN NAMED ABC
PI I - --cI-lbuI)-c_IIy-L-.IYI~^^-Y- **” ‘Xs&-SV”LI’TA-S z-dfl&-c--
01 993 NATIONAL NOTARY ASSOCIATION 8236 Remmet Ave P 0 Box 71 84 Canoga Pari
-
II e *
I
I
1
I
I
I
I
IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE:
(1) Name under which business is conducted
(2) Signature (given and surname) of proprietor
(3) Place of Business 2089 GUGC~G ST
City and State FAcLBROO~C, a -
(4) Zip Code %.~?3 Telephone No. 766 73/-61~-&9
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 madc
by a general partner)
@ I
(Street and Number)
I
(3) Place of Business
(Street and Number) 1 @ City and State
(4) Zip Code Telephone No.
IF A CORPORATION, SIGN HERE:
(1) Name under which business is conducted I
(Signature) I (2)
I
1
I
1
(Title)
Impress Corporate Seal
... ... ... ... ...
em
I.
1 %@ 1/08/98 Contract No. 3369 Page 9 of 11
I
I
1
D
I
1
1
I.
I
I
I
I
1
1
I
(3) Incorporated under the laws of the State of
(4) Place of Business (Street and Number)
City and State I (5) Zip Code Telephone No.
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTA
List below names of president, vice president, secretary and assistant secretary, if a corporz
partnership, list names of all general partners, and managing partners: I
4-w
4
I 6$ 1/08/98 Contract No. 3369 Page 10 of 11'
I
I
I
1
BID SECURITY FORM
(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 (
CARLSBAD, in the sum of I
dollars ($
this amount being ten percent (10%) of the total amount of the bid. The proceeds of this chc
become the property of the City provided this proposal shall be accepted by the City throug
of its legally constituted contracting authorities and the undersigned shall fail to execute a
and furnish the required Performance, Warranty and Payment Bonds and proof of in
coverage within the stipulated time; otherwise, the check shall be returned to the undersigr
proceeds of this check shall also become the property of the City if the undersigned shall v
his or her bid within the period of fifteen (15) days after the date set for the opening thereol
otherwise required by law, and notwithstanding the award of the contract to another bidder.
I
1
1
I.
I
I
I
I
1
1
II
BIDDER
*Delete the inapplicable word.
(Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on the 1
pages shall be executed--the sum of this bond shall be not less than ten percent (10%) of amount of the bid.)
e=
I.
I ts 1/08/98 Contract No. 3369 Page 11 of 11s
i
t I E31DDERS BOND TO ACCOMPANY PROPOSAL
0 KNOW ALL PERSONS BY THESE PRESENTS:
That we, DBA: BMS CONSTRUCTION
as Surety are held and firmly bound unto the City of Carisbad, California, in an amount as foilows:
(must be at least ten percent (10%) of the bid amount) TEN PERCIWX OF AMOUNT BID for whicl payment, well and truly made, we bind ourselves, our heirs, executors and administrators
successors or assigns, jointly and severally, firmry by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of th above-bounden Principal for:
MICHAEL C. HIGH WASHINGTON INTERNATIONBZ
, as Principal, and INSURANCE COMPANY
AVIARA PARKWAY AND BLACK RAIL ROAD TRAFFIC SIGNAL
CONTRACT NO. 3369
in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into an
execute a Contract including required bonds and insurance policies within twenty (20) days from th
date of award of Contract by the City Council of the City of Carisbad, being duly notified of sail
award, then this obligation shall become null and void; othewise, it shall be and remain in furl forcl and effect, and the amount specified herein shall be forfeited to the said City.
(BID DATE: 5-28-98)
..__
...-
..._
.... * ....
....
....
....
....
....
....
....
....
-
4% ts 1/08/98 Contract No. 3369 Page 12 of 119 Page
P 0
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of CALIFORNIA
County of SAN DIEGO
5-26-98 before me, ARACELY BELTRAN, NOTARY PUBLIC
DATE NAME, TmE OF OFFICER - EG . -JANE WE. NOTARY PUBLIC
personally appeared VALERIE M. PEARCE
!?!I personally known to me - OR - % me c:: x
to be the person(S) whose name(6) is
subscribed to the within instrument an(
knowledged to me thatWshem exec
. the same in %%/her/Xh@@ author
capacity(ZtB), and that by htdherh
signature@) on the instrument the persa
or the entity upon behalf of which
person@) acted, executed the instrurr
WITNESS my hand and official seal.
NAME(S) OF SIGNER(S)
n
Though the data below IS not required by law, it may prove valuable to persons relying on the document and could
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATACHED DOCUM
TITLE OR TYPE OF DOCUMENT m(S)
AlTORNEY-IN-FACT NUMBER OF PAGES
c] GUARDIANCONSERVATOR
DATE OF DOCUMENT
SIGNER IS REPRESENTING: NAME OF PERSoN(S) OR Ern(IES)
SIGNER(S) OTHER THAN NAMED ABOL
80-1133 3/94 01993 NATIONAL NOTARY ASSOCIATION - 8236 Rernmet Ave.. P 0 Box 7184 * Canoga Park.
# , In tie event Principal executed this bond as an individual, it is agreed that the death of Pn'nciF shall not exonerate the Surety from its obligations under this bond.
Executed by PRINCIPAL this 26TH Executed by SURETY this 26m day
PRINCIPAL: SURETY: MICHAEL C. HIGH
DBA: HMS CONSTRUCTION
(name of Princi ai)
0 day of MAY ,19=. MAY ,192.
WASHINGTON INTERNATIONAL INSURANCE c(
(name of Surety)
300 PARK BOULEVARD, SUITE 500
(address of Surety)
(telephone number of Surety)
By:
big
/ ,ITASCA. IL 60143-2625 By: kJ&/g
(sign e )
MICHAEL C. HIGH (630)227-4700 - (print name here)
(Title and Organization of Signatory)
By: VALERIE M. PEARCE, ATTORNEY-IN-FACT
_y (sign here)
(print name here) (Attach carporate resolution showing cum
(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 on
one officer signs, the corporation must attach a resolufion certified by the secretary or assistai secretary under corporate seal empowering that officer to bind the corporation.)
(printed name of Attomey-in-Fact)
power of attorney.)
e
APPROVED AS TO FORM: RONALD R. BALL
City Attorney
w
Contract No. 3369 Paae f3 of 119 Paae5 %$ ?/OW98 e
WASHING TON IN TERNA TIONA L INSURANCE COMPANY * * POWER OFATTORNEY
KNOW ALL BY THESE PRESENTS: That the Washington International Insurance Company, a corporation organized and existin
of @%te of Arizona, and having its principal office in the Village of Itasca, Illinois does hereby constitute and appoint
JEROLD D. HALL, SANDRA J. LITLE, CHRIS A. LYDICK, LETlClA SANMARTIN,
EACH IN THEIR SEPARATE CAPACIN
CHRISTINE A. PATERSON, VALERIE M. PEARCE, BARTB. STEWARTAND J.T. WARNOCK
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
contracts of indemnrty 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 :
International Insurance Company as fully and amply, to all intents and purposes, as if the same has been duly executed and acki 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, 197
July 3, 1980 and October 21, 1986 which read, in part, as follows:
I. The Chairman of the Board, President, Vice President, Assistant Secretary, Treasurer and Secretary may designate Attorr
authorize them to execute on behar of the Company, and attach the Seal of the Company thereto, bonds, and undertakings
contracts of indemnrty and other writings obligatory in the nature thereof, and to appoint Special Attorneys-in-Fact, who are h to ceMy copies of any power-of-attorneyissued in pursuant to this section and/or any of the By-Laws of the Company, and I
time, any such-Attorney-in-fact or Special Attorney-in-Fact and revoke the authority given him.
The signatures of the Chairman ofthe Board, the President, Vice President, Assistant Secretary, Treasurer and Secretary, a
seal of the Company, may be afied to any Power of Attorney, certificate, bond or undertaking relating thereto, by facsimile.
of Attorney, certificate bond or undertaking bearing such facsimile signature or facsimile seal affixed in the ordinary course
2.
ington International Insurance Company has caused this instrument to be signed and its cor
ATIONAL INSURANCE COMPANY
COUNTY OF DUPAGE)
On this 12th day of May, 1998, before me came the individual who executed the preceding instrument, to me personally known, and,
sworn, said that he is the therein described and authorized officer of the Washington International Insurance Company; that the s
instrument is the Corporate Seal of said Company;
e day and year first above written.
Notaty PuMic. State of lilinois
STATE OF ILLINOIS)
COUNTY OF DUPAGE)
I, the undersigned, VicePresident of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA Corporation, DO HI
that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked, and furthermore that A 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 for(
Signed and sealed in the County of Dupage. Dated the 26THday of MAY ,I9 98.
Jfis4. Carpedr, Vice-president e
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT I
State of California
County of San Dieao
before me, Luz Ma. Liberato, Notary Public
NAME TITLE OF OFFICER - E G JANE DOE NOTARY PUBLIC
personally appeared hfl
1? personally known to me - OR - @proved to me on the basis of satisfactory evidt
to be the pers>n(s) whose nap$e(s) i@
subscribed to the within instrument and
persNn(s) acted, executed the instrurr
WITNESS my hand and official seal.
LdL LAG, LLbUdb
SIGNATURE OF NOTARY
Though the data below IS not required by law, It may prove valuable to persons relying on the document and could
fraudulent reattachment of this form
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUM
Q-onsv/s c k- 0 CORPORATE OFFICER
TITLE OR TYPE OF DOCUMENT TITLE(S)
\
NUMBER OF PAGES
5 -- 2% c 9 g
DATE OF DOCUMENT
--2-
SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(1ES)
SIGNER@) OTHER THAN NAMED AB0
01993 NATIONAL NOTARY ASSOCIATION 8236 Remmet Ave P 0 Box 7184 Canoga Park
1
a
I
I
1
1
1
1
I.
1
1
1
1
I
1
1
I
GUIDE FOR COMPLETING
THE "DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTORS BID"
AND
"DESIGNATION OF OWNER OPERATOWLESSOR AND
AMOUNT OF OWNER OPERATOWLESSOR WORK' FORMS
0
REFERENCES Prior to preparation of the following Subcontractor and Owner Operato
disclosure forms Bidders are urged to review the definitions in section 1-2 of the SSPWC ar
Special Provisions to this Contract especially, "Bid", "Bidder", "Contract", "Contractor", 'I(
Price", "Contract Unit Price", "Engineer", "Subcontractor" and "Work" and the definitions in
1-2 of the Special Provisions especially "Own Organization" and "Owner Operator/Lessor."
are further urged to review sections 2-3 SUBCONTRACTS of the SSPWC and section
these Special Provisions.
CAUTIONS Bidders are cautioned that failure to provide complete and correct informat
result in rejection of the bid as non-responsive. Any bid that proposes performance of more
percent of the work by other than the Contractor's own organization will be rejected
responsive.
INSTRUCTIONS Bidders shall use separate disclosure forms for each Subcontractor o
Operator/Lessor (O+O) of manpower and equipment that is proposed to be used to comi
All items of information must be completely filled out.
Where the bid item will be installed by more than one Subcontractor or Owner Operator/Le
percentage of the bid item installed by the Subcontractor or Owner Operator/Lessor being
the line of the form must be entered under the column "O/O of Item by Sub" or "O/O of Item I
as applicable. If a Subcontractor or Owner Operator/Lessor installs or constructs any por
bid item the entire amount of the Contract Unit Price shall be multiplied by the Quantity o
item that the Subcontractor or Owner Operator/Lessor installed.
Suppliers of materials from sources outside the limits of work are not subcontractors. The
materials and transport for materials from sources outside the limits of work, as shown on tt
shall be assigned to the Contractor, the Subcontractor, or the Owner Operator/Lessor as '
may be, installing them. The value of material incorporated in any Subcontracted 01
Operator/Lessor installed bid item that is supplied by the Contractor shall not be include(
part of the portion of the work that the Contractor is required to perform with its own organizi
The item number from the "CONTRACTOR'S PROPOSAL" (Bid Sheets) shall be entered in
Item No." column.
When a Subcontractor or Owner Operator/Lessor has a Carlsbad business license the numl
be entered on the form. If the Subcontractor does not have a valid business license enter "F
1 Work.
B the appropriate space.
Bidders shall make any additional copies of the disclosure forms as may be necessary tc
the required information. The number of additional form pages shall be entered on the 1
page of each type so duplicated. @
*= p,I@ 1/08/98 Contract No. 3369 Page 14 of ll!
I
I
I
I
I
I
I
I.
I
I
I
R
I
I
m
Bidder may, at its option, combine bid items on a single row in the chart on the disclosure
using this option the Bidder must indicate the bid item numbers to which the information in
pertains. This option may not be used where the subcontractor or Owner Operator
constructing or installing less than 100 percent of a bid item. The percentages and dollar
may be the sums of the bid items listed in that row.
When the Bidder proposes using a subcontractor or owner operator/Lessor to construct
less than 100 percent of a bid item the Bidder must attach an explanation sheet to the de!
of subcontractor or designation of Owner Operator/Lessor forms as applicable. The ex1
sheet must clearly apprise the Agency of the specific tasks, materials and/or equipment
proposed to be so supplied.
Determination of the subcontract and Owner Operator/Lessor amounts for purposes of awa
contract shall determined by the City Council in conformance with the provisions of the
documents and these Special Provisions. The decision of the City Council shall be final.
0 I
I
43
1.
I ts 1/08/98 Contract No. 3369 Page 15 of 11
I
1
I
I
I
1
I
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTORS BID ITEMS
The Bidder MUST complete each information field on this form for each subcontractc proposes to use. Additional copies of this form may be attached if required to accommo Contractor's decision to use more than one subcontractor. This form must be submitted as the Bidder's sealed bid. Failure to provide complete and correct information may result in rej the bid as non-responsive.
The Bidder certifies that it has used the sub-bid of the following listed subcontractors in F this bid for the Work and that the listed subcontractors will be used to perform the portior Work as designated in the list in accordance with applicable provisions of the specificati section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair F Act.'' The Bidder further certifies that no additional subcontractor will be allowed to perf portion of the Work and that no changes in the subcontractors listed work will be made excc the prior approval of the Agency.
Full Company Name of Subcontractor: OR4uj.~ CourJiij sTi2; @)LC,
Complete Address: 183 N PC Xc6 y ST.
I.
I
Street
ORduq e CA . 9 266 8
City State Zip
Telephone Number plus Area Code:
California State Contractors License NO. & Classification: ~Y-~QS.,
Carlsbad Business License No.:
(7 I?) G39- C(S3-0
c-32 - I m
I OWNER OPERATOWLESSOR BID ITEMS
1
I
I
I
I
I
Explanation: Column 1 - Bid Item No. from the bid proposal, page 7. Column 2 - The dollar amount of the item to be performed by the subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor's own forces. Column 4 - The dollar amount of the overhead and profit for the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid pi item on bid proposal page 7.
Page - 1 of / pages of this form
4-
I.
1 t? 1/08/98 Contract No. 3369 Page 16 of 11
1
I
1
I
1
I
1
I
I
I
1
I
I
1
I
DESIGNATION OF OWNER OPERATOWLESSOR AND
AMOUNT OF OWNER OPERATOWLESSOR WORK
The Bidder MUST complete each information field on this form for each owner operator/o
(O+O) that it proposes to use to perform any portion of the Work. Additional copies of this fc
be attached if required to accommodate the Contractor's decision to use more tt-
subcontractor. This form must be submitted as a part of the Bidder's sealed bid. Failure to
complete and correct information may result in rejection of the bid as non-responsive. Excer
individuals listed below the Bidder certifies that no Owner Operator/Lessor will be allowed to
any portion of the Work. The Bidder further certifies that no changes in the Owner Operato
listed work will be made except upon the prior approval of the Engineer. Provide a separa
for each Owner OperatodLessor. See section 1-2 of the Special Provisions for definition c
OperatorlLessor.
Full Owner Operator/Lessor Name:
Complete Address:
Street
I.
City State Zip
Telephone Number plus Area Code: ( ) -
City of Carlsbad Business License No.: I. OWNER OPERATOWLESSOR WORK ITEMS
Exdanation:
Column 1 - Bid Item No. from the bid proposal, page 7.
Column 2 - The dollar amount of the item to be performed by the subcontractor.
Column 3 - The dollar amount of the item to be performed by Contractor's own forces.
Column 4 - The dollar amount of the overhead and profit for the item.
Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid pr
item on bid proposal page 7.
Page of pages of this form
em
I.
I %s 1/08/98 Contract No. 3369 Page 17 of 11
I
I
1
I
1
1
I
1
I.
I
1
I
I
1
1
I
BIDDERS STATEMENT OF FINANCIAL RESPONSlBlLlT
(To Accompany Proposal)
Copies of the latest Annual Report, audited financial statements or Balance Sheets
submitted under separate cover marked CONFIDENTIAL.
I.
SGG m'74cHs~ j?Ac&T
4-
I.
1 FiS 1/08/98 Contract No. 3369 Page 18 of 11!
Date
Contract
1
1
I
I
1
I.
1
I
I
I
1
I
Completed
cyal&.x
519 z
.scl'i 7
2/48 +!l; 8
Name and Phone I
Name and Address No. of Person Type of
of the Employer to Contract Work C
cts;t OF am6AD rim t.lOFFflAh/ TUFF~C S~~ML 9 2
CW OF G C&5orJ qfky scm 9-A4<$4i S'Cj&4L 76
ctrq 06 Ir&a r4*& osOfib6 x1387 TfiA-jC sv+/?L 3'
CJT? d s4w aqit TAM& &41viS S7UC &.&; 62
Wi WW38
30 72G-13W
66 GZFj23fl
J
Cri4 ol? %b Dm gE'&A& ""5 &6pclk,b 6L 7e 3 23 a 72USfiL &4@4' 6
U
I
1
I
I
I
I
I.
1
II
I
1
I
1
BIDDERS CERTIFICATE OF INSURANCE FOR
LIABILITY AND WORKERS’ COMPENSATION
e GENERAL LIABILITY, EMPLOYERS’ LIABILITY, AUTOM01
I (To Accompany Proposal)
As a required part of the Bidder’s proposal the Bidder must attach either of the following to tl
page.
1. Certificates of insurance showing conformance with the requirements herein for: 1
0 Comprehensive General Liability
Employer’s Liability I 0 Automobile Liability
0 Workers Compensation
2. Statement with an insurance carrier’s notarized signature stating that the carrier can, E
payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insui
Comprehensive General Liability, Employer’s Liability, Automobile Liability and
Compensation in conformance with the requirements herein and Certificates of insurani
Agency showing conformance with the requirements herein.
All certificates of insurance and statements of willingness to issue insurance for auto policie
to meet the specification of this contract must: (1) meet the conditions stated in The Noticc
Bids, the Standard Specifications for Public Works Construction and the Special Provision
project for each insurance company that the Contractor proposes, and (2) cover anv vehiclc
the performance of the contract, used onsite or offsite, whether owned, non-owned or hi
whether scheduled or non-scheduled. The auto insurance certificate must state the cover:
“any auto” and cannot be limited in any manner. I
Q-
I.
I ts 1/08/98 Contract No. 3369 Page 20 of 11
1
I
I
I
I
I
BIDDER'S STATEMENT RE DEBARMENT
(To Accompany Proposal)
1. Have you or any of your subcontractors ever been debarred as an irresponsible b
another jurisdiction in the State of California?
I.
--x
Yes no
2. If yes, what wadwere the name(s) of the agency(ies) and what wadwere the per1
debarment(s)? Attach additional copies of this page to accommodate more than two debarr
party debarred party debarred
I agency agency
1 period of debarment period of debarment
I.
1
1
I
I
1
1
BY CONTRACTOR:
/4QS C0~5T&UCrn4 h,
(nam of Contr tor)
(sig ere)
' By: /q
,pWICY4L;-L cJLr;Il OWA/Cr-
(print name/title)
em
I.
1 r,# 1/08/98 Contract No. 3369 Page 21 of 11s
1
I BIDDER’S DISCLOSURE OF DISCIPLINE RECORD
(To Accompany Proposal)
Contractors are required by law to be licensed and regulated by the Contractors’ State
Board which has jurisdiction to investigate complaints against contractors if a complaint reg;
patent act or omission is filed within four years of the date of the alleged violation. A cc
regarding a latent act or omission pertaining to structural defects must be filed within 10 yea1
date of the alleged violation. Any questions concerning a contractor may be referreci
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 C
Contractors’ State license Board two or more times within an eight year period?
I.
1 Yes 45
b. no
I. Yes %
3 no
I
I
I
1
2. Has the suspension or revocation of your contractors license ever been stayed?
Yes
3. Have any subcontractors that you propose to perform any portion of the Work ever t
contractor’s license suspended or revoked by the California Contractors’ State license Boar
more times within an eight year period? I
4. Has the suspension or revocation of the license of any subcontractor’s that you prc
perform any portion of the rk ever been stayed?
Yes
i
i
I
1
1
I
I
I 5. If the answer to either of 1. or 3. above is yes fully identify, in each and every case, I disciplined, the date of and violation that the disciplinary action pertain to, describe the natu
violation and the disciplinary action taken therefor.
0 (Attach additional sheets if necessary)
4- I rrs 1/08/98 Contract No. 3369 Page 22 of 11
I
i BIDDERS DISCLOSURE OF DISCIPLINE RECORD
(CONTINUED)
(To Accompany Proposal)
6. If the answer to either of 2. or 4. above is yes fully identify, in each and every case, ti
who’s discipline was stayed, the date of the violation that the disciplinary action pertains to, (
the nature of the violation and the condition (if any) upon which the disciplinary action was I
I.
I
I
I
I
I
I.
I (Attach additional sheets if necessary)
BY CONTRACTOR:
I qqctor)
I (SI n here)
I (print name/title)
N@S CaUJTiUCr, ON
By:
Ll/rLcM4&~ 4/44 d~vX/Qr
I
I
I
c
em
I.
I p,s 1/08/98 Contract No. 3369 Page 23 of 115
I
I
I
I
I
6
I
I
I
I
I
1
I
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID
PUBLIC CONTRACT CODE SECTION 7106
State of California )
County of 1 ) ss.
I.
/4hn, edAJJTaocmQw MlC dA&L //I6 K , being first duly sworn, del
(Name of Bidder)
and says thaor she is ow btr
(Title)
of /Jvy c COOSTrbJCGi olu (Name of Firm)
the party making the foregoing bid that the bid is not made in the interest of, or on behal
undisclosed person, partnership, company, association, organization, or corporation; that t
genuine and not collusive or sham; that the bidder has not directly or indirectly induced or
any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, c(
connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone sh:
from bidding; that the bidder has not in any manner, directly or indirectly, sought by agi
communication, or conference with anyone to fix the bid price of the bidder or any other bid(
fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or t
any advantage against the public body awarding the contract of anyone interested in the F
contract; that all statements contained in the bid are true; and, further, that the bidder
directly or indirectly, submitted his or her bid price or any breakdown thereof, or the thereof, or divulged information or data relative thereto, or paid, and will not pay, any fe
corporation, partnership, company association, organization, bid depository, or to any mc
agent thereof to effectuate a collusive or sham bid.
I declare under penalt of perjury that the foregoing is true and correct and that this affic
1 0
I executed on the 28 dayof my ,1999.
Subscribed and sworn to before me on the 2% '' day of nqa$ 9
(NOTARY SEAL)
PC Ab- J4j7"2/BO[b D Signature of Notary
e=
1.
1 %# 1/08/98 Contract No. 3369 Page 24 of 11
BOND NO. S-700-1361 I
I
1
I
I
I
1
I.
I
I
i
-1
LABOR AND MATERIALS BOND
WHEREAS, the City Council of the City of Carlsbad, State of California, by R
, adopted JUNE 23, 1998 , has aw
(hereinafter designated as the "Principal"), a Contract for:
NO. 98-195
HMS CONSTRUCTION
I.
AVIARA PARKWAY AND BLACK RAIL ROAD TRAFFIC SIGNAL
CONTRACT NO. 3369
in the City of Carlsbad, in strict conformity with the drawings and specifications, and other
Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of v
incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the term!
require the furnishing of a bond, providing that if Principal or any of their subcontractors st
pay for any materials, provisions, provender or other supplies or teams used in, upon or i
performance of the work agreed to be done, or for any work or labor done thereon of any
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
WASHINGTON 1"ATIONA 1 INSURANCE COMPANY
as Surety, are held firmly bound unto the City of Carlsbad in the sum ofFORTY THREE '
SIX HUNDRED SEVENTY FIVE AND N0/1 OO-------------------------------
($ 43,675.00 ), said sum being fifty percent (50%) of the estimated amount pz
the City of Carlsbad under the terms of the Contract, for which payment well and truly to
we bind ourselves, our heirs, executors and administrators, successors, or assigns, jo
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or hidher subcontrs
to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or i
performance of the work contracted to be done, or for any other work or labor thereon of i
or for amounts due under the Unemployment Insurance Code with respect to such work or
for any amounts required to be deducted, withheld, and paid over to the Employment Devc
Department from the wages of employees of the contractor and subcontractors pursuant tc
13020 of the Unemployment Insurance Code with respect to such work and labor that the S
pay for the same, not to exceed the sum specified in the bond, and, also, in case suit is
upon the bond, costs and reasonable expenses and fees, including reasonable attorney's
be fixed by the court, as required by the provisions of section 3248 of the California Civil Co
This bond shall inure to the benefit of any and all persons, companies and corporations e
file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencing with section :
Surety stipulates and agrees that no change, extension of time, alteration or addition to the
the Contract, or to the work to be performed thereunder or the specifications accompar same shall affect its obligations on this bond, and it does hereby waive notice of any
extension of time, alterations or addition to the terms of the contract or to the work ( specifications.
ew
i
1
* 0
I
I p,s 1/08/98 Contract No. 3369 Page 31 of 11'
~MLI r vnn afi nLwru nru3c nknnOW LEDGMENT ,
State of CALIFORNIA
County Of SAN DIEGO
6-2 9-9 8 before me, ARACELY BELTW, NOTARY PUBLIC
DATE NAME. TllE OF OFFICER. E G . -JANE DOE. VOTARY PUBUC
personally appeared VALERIE M- PEARCE
N personally known to me - OR c pwe+@-m s:: +he+ws of w
to be the person(3) whose name(6) i2
subscribed to the within instrument an(
knowledged to me thatWshew exec
. the same in W/her/X€lSX author
capacitym), and that by Mherk
signature@) on the instrument the perso
or the entity upon behalf of which
person@) acted, executed the instrurr
WITNESS my hand and official seal.
NAMES OF SIGNEA6)
Though the data below IS not required by law, it may prove valuable to persons relying on the document and could F fraudulent reattachment of this form.
DESCRIPTION OF AllACHED DOCUMI CAPACITY CLAIMED BY SIGNER
[7 CORPORATE OFFICER
TITLE OR TfPE OF DOCUMENT
TTLE(S)
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER IS REPRESENTING: NAME OF PERsoN(S) OR E"TY(IES)
SiGNER(S) OTHER THAN NAMED ABOVf
00-1133 3/94 01993 NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave.. P 0 Box 7184 * Canoga Pa&. c
-* L
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
a
personally appeared Name@) of Sign+)
0 personally known to me
F-proved to me on the basis of satisfactory
evidence
to be the person(s) whose name(s) is/-
subscribed to the within instrument and
acknowledged to me that he/smy executed
the same in his/h.&treir authorized
capacity(ies), and that by his/he&keir
signature(s) on the instrument the person(s), or
ted the instrument.
Place Notary Seal Above
0
Though the information below is not required by law, it may prove valuable fo persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Doc
Title or Type of Document: M7!BCN&W?%s 4W.u
Document Date: Number of Pages:
0 Corporate Officer - Title(s):
0 Partner - tl Limited cl General
0 Attorney in Fact
0 Guardian or Conservator
Signer Is Representing:
0 1997 National Notary Association 9350 De Soto Ave.. P.O. Box 2402 Chatsworth, CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free 1-8004 ,a
I
In the event that Contractor is an individual, it is agreed that the death of any such Contrac
not exonerate the Surety from its obligations under this bond.
Executed by CONTRACTOR this 29TH Executed by SURETY this 29TH
I
day of JUNE , 19 98 . of JUNE
1. I
CONTRACTOR: SURETY:
WBSHINGTON INTERNATIONAL INSURB
300 PARK BLVD.. SUITE 500
Im(& IL 60143-2625
I
I
I
I
I
I
I.
u
I
I
I
I
I
(name of Surety)
(address of Surety)
fl/L kiq&L IJ! G; #rq (630) 227-4700
(print name here)
(title and organization of signatory)
Bbvn/4J 61~ ,kh5 @&,&&QQ--
(signature of Attorney-in-Fact
(printed name of Attorney-in-Fa
(attach corporate resolution showing (
power of attorney)
By:
(sign here) VaLERIE N. PEBBCE. BTTORNEY-IN-
(print name here)
(title and organization of signatory) I (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attact
(President or vice-president and secretary or assistant secretary must sign for corporation
one officer signs, the corporation must attach a resolution certified by the secretary or
secretary under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
By: M//&f&f--
4-
I*
I E# 1/08/98 Contract No. 3369 Page 32 of 11
WASHING TON IN TERNA TlONAL INSURANCE COMPANY
POWER OF ATTORNEY
ALL BY THESE PRESENTS: That the Washington lnternational Insurance Company, a corporation organized and existir State of Arizona, and having its prin-cipal office in the Village of Itasca, Illinois does hereby constitute and appoint .. - ..
JEROLD D. HALL, SANDRA J. LITTLE, CHRIS A. LYDICK, LETICIA SAN MARTIN,
EACH IN THEIR SEPARATE CAPACITY
CHRISTINE A. PATERSON, VALERIE M. PEARCE, BARTB. STEWARTAND J.T. WARNOCK
w
itstrue and lawful attorney(s)-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
regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the
International Insurance Company as fully and amply, to all intents and purposes, as if the same has been duly executed and ack
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, 197
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 Attori
authorize them to execute on behatf of the Company, and attach the Seal of the Company thereto, bonds, and undertaking:
contracts of indemnrty and other writings obligatory in the nature thereof, and to appoint Special Attorneys-in-Fact, who are h
to certfy copies of any power-of-attorney issued in pursuant to this section and/or any of the By-Laws of the Company, and 1
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, i
seal of the Company, may be afftxed to any Power of Attorney, certificate, bond or undertaking relating thereto, by facsimile.
of Attorney, certificate bond or undertaking bearing such facsimile signature or facsimile seal affixed in the ordinary course
2.
ent to be signed and its COI
ATIONAL INSURANCE COMPANY
COUNTY OF DUPAGE)
On this 12th day of May, 1998, before me came the individual who executed the preceding instrument, to me personally known, and,
sworn, said that he is the therein described and authorized officer of the Washington International Insurance Company; that the s
instrument is the Corporate Seal of said Company;
IN T "OFFICIAL SEAL"
ER. JOHNSON
~otay p~bii, State oi liiinois
~y#$$b%?~to set my hand and affixed my Official Seal, the day and year first above written.
I-
I'
I/ k Erica h* R. Johnson, Q. Nota Od,*&n Public $ * 'v Commissior bdres 1a'15''1 $ My Commission Expirf$October 15, 2004 CER ~**b~*~+v+fm*--ss?2
STATE OF ILLINOIS)
COUNTY OF DUPAGE)
I, the undersigned, Vice-President of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA Corporation, DO HE that the foregoing and attached'POWER OF ATTORNEY remains in full force and has not been revoked, and furthermore that AI
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 forc
Signed and sealed in the County of Dupage. Dated the 29THday of JUNE ,1998 .
Jaesd. Carper&, Vice-president 0
BOND NO. S-700-1361 I
I FAITHFUL PERFORMANCEWARRANTY BOND
WHEREAS, the City Council of the City of Carlsbad, State of California, by R
NO. 98-195 , adopted JUNE 23, 1998 , has aw
designated as the "Principal"), a Contract for: HMS CONSTRUCTION I (he1
I.
AVIARA PARKWAY AND BLACK RAIL ROAD TRAFFIC SIGNAL
CONTRACT NO. 3369
I
1
I in the City of Carlsbad, in strict conformity with the contract, the drawings and specificati
other Contract Documents now on file in the Office of the City Clerk of the City of Carlsb
which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the term
require the furnishing of a bond for the faithful performance and warranty of said Contract;
NOW, THEREFORE, WE, HMS CONSTRUCTlON , as F
(hereinafter designated as the "Contractor"), and WA.S€IINGTON INTERNATIONAL W3JRA"
, as Surety, are held and firmly bound unto the City of (
in the sum of eighty seven thousand three hundred fifty and no/100-------
), said sum bei
to one hundred percent (100%) of the estimated amount of the Contract, to be paid to (
certain attorney, its successors and assigns; for which payment, well and truly to be made
ourselves, our heirs, executors and administrators, successors or assigns, jointly and :
firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contrac
heirs, executors, administrators, successors or assigns, shall in all things stand to and abid
well and truly keep and perform the covenants, conditions, and agreements in the Contrac
alteration thereof made as therein provided on their part, to be kept and performed at the
in the manner therein specified, and in all respects according to their true intent and meal
shall indemnify and save harmless the City of Carlsbad, its officers, employees and a!
therein stipulated, then this obligation shall become null and void; otherwise it shall rem,
force and effect.
As a part of the obligation secured hereby and in addition to the face amount specified
there shall be included costs and reasonable expenses and fees, including reasonable i
fees, incurred by the City in successfully enforcing such obligation, all to be taxed as c
included in any judgment rendered.
Surety stipulates and agrees that no change, extension of time, alteration or addition to the
the Contract, or to the work to be performed thereunder or the specifications accompai
same shall affect its obligations on this bond, and it does hereby waive notice of any
extension of time, alterations or addition to the terms of the contract or to the work
specifications.
m
I
Dollars ($ 87,350.00 ---______-_____-------------------- I
I
1
I
I
I
I u
I 0
em
I+
1 ts 1/08/98 Contract No. 3369 Page 33 of 11
GAIlPU?'SNIA ALL-PUHPUSE ACKNOWLEDGMENT * =A
State of CALIFORNIA
County of SAN DIEGO
6-2 9- 9 8 before me, ARACELY BELTRALU, NOTARY PUBLIC
OAT€ NAME, TITLE OF OFFICER ~ EG . 'JANE ME. NOTARY PUBUC
personaily appeared VALER1E M. PEARCE
a personally known to me - OR - ii ,A-- cf v
to be the person@) whose name@) i5
subscribed to the within instrument anc
knowledged to me thatXWsheBimy exec
. the same in Q#%/her/Z&S author
capacityw), and that by Mherfd
signature@) on the instrument the perso
or the entity upon behalf of which
person@) acted, executed the instrun
WITNESS my hand and official seal.
NAME(S) OF SIGNERfS) p,
CL2,, a&
Though the data below IS not required by law, it may prove valuable to persons relying on the document and could 1
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATACHED DOCUM
TITLE OR NPE OF DOCUMENT
TFN(S1
5 ATTORNEY-IN-FACT NUMBER OF PAGES
[7 GUARDIANCONSERVATOR
DATE OF DOCUMENT
SIGNER IS REPRESENTING: NAME OF PERW(S) OR ENTTY(IES)
SIGNER(S) OTHER THAN NAMED ABOV
BD-1133 3/94 01993 NATIONAL NOTARY ASSOClATlON - 8236 Remmet Ava.. P.0 Box 7184 * CanOga Park.
..s'
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT e
State of California
bd%+ 8 -&tb-dc/m /&&kc-;
personally appeared ,
Name(s) of Signer@)
0 personally known to me
$.proved to me on the basis of satisfactory
evidence
to be the person(s) whose name(s) ishe
subscribed to the within instrument and
acknowledged to me that he/.she?%y executed
the same in his/hw&teir authorized
capacity(ies), and that by his/be&k=eir
signature(s) on the instrument the person(s), or
Place Notaiy Seal Above
e
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached DQC ment Title or Type of Document: / *!I, ~&&aW&i@? %b&flrnW R-,+
Document Date: Number of Pages: 1
Signer(s) Other Than Named Above: (yih4h e w d pk%%f&
Capacity(ies) Claimed by Signer
0 Individual
Corporate Officer - Title(s):
0 Partner - Limited 0 General
0 Attorney in Fact
0 Guardian or Conservator
Signer Is Representing:
0 1997 National Notary Association * 9350 De Soto Ave., P.O. Box 2402 * Chatsworlh, CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free 1-800-
-e
1
In the event that Contractor is an individual, it is agreed that the death of any such Contra(
not exonerate the Surety from its obligations under this bond.
Executed by CONTRACTOR this 29TH Executed by SURETY this 29TB day c
CONTRACT0 R: SURETY:
I
day of JUNE ,I9 98 . JUNE ,19z
I.
HMS CONSTRUCTION WASHINGTON I”ATI0NAL INSURANCI
I
1 (name of Surety)
300 PARK BLVD., SUITE 500
ITASCA, IL 60143-2625 By: I (address of Surety)
1 (print name here) (telephone number of Surety)
m/L d‘i RC-c h 14 I- (630) 227-4700
By: - ahher-
(Title and Organization of Signatory)
aF pJAq5 eu 4mum dfi
(signature of Attorney-in-Fact) I
I
I.
I
I
1
I
I
1
1
VALERIE M. PEARCE, ATTORNEP-IN-FA( By:
(sign he re) (printed name of Attorney-in-Fact)
(print name here) (Attach corporate resolution showing
power of attorney.)
(Title and Organization of signatory)
(Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attachc
(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 i
secretary under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
4-
Be
I %# 1/08/98 Contract No. 3369 Page 34 of 11E
WASHING TON INTERNA TIONA L INSURANCE COMPANY
POWER OF ATTORNEY
ALL BY THESE PRESENTS: That the Washington International Insurance Company, a corporation organized and existir
>tate of Arizona, and having its principal office in the Village of Itasca, Illinois does hereby constitute and appoint - ..
JEROLD D. HALL, SANDRA J. LITTLE, CHRIS A. LYDICK, LETlClA SAN MARTIN,
EACH IN THEIR SEPARATE CAPACIN
w-
CHRISTINE A. PATERSON, VALERIE M. PEARCE, BART B. STEWART AND J.T. WARNOCK
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 undertaking:
contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required, or permitted by
regulation, contract or otherwise, and the execution of such instrurnent(s) in pursuance of these presents, shall be as binding upon the
International Insurance Company as fully and amply, to all intents and purposes, as if the same has been duly executed and ack
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, 197
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 Attori
authorize them to execute on behatf of the Company, and attach the Seal of the Company thereto, bonds, and undertaking:
contracts of indemnity and other writings obligatory in the nature thereof, and to appoint Special Attorneys-in-Fact, who are h
to cem copies of any power-of-attorney issued in pursuant to this section and/or any of the By-Laws of the Company, and 1
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, i
seal of the Company, may be afiixed to any Power of Attorney, certificate, bond or undertaking relating thereto, by facsimile.
of Attorney, certificate bond or undertaking bearing such facsimile signature or facsimile seal affEed in the ordinary course
2.
ent to be signed and its cor
ATIONAL INSURANCE COMPANY
COUNTY OF DUPAGE)
On this 12th day of May, 1998, before me came the individual who executed the preceding instrument, to me personally known, and,
sworn, said that he is the therein described and authorized officer of the Washington International Insurance Company; that the SI
instrument is the Corporate Seal of said Company;
IN T ' ' -Rto set my hand and affixed my Official Seal, the day and year first above written. VIALSEAL" $ ; . i ERICA R. JOHNSON
Erica R. Johnson, N
~,%vL%~+w*?*--47s& ' '' Cornrnissior Ex'res 10!i5'01 ': My Commission Expi
8 Natary2t!Mi.Sta!eoflilim 1 hm Q-
CER
STATE OF ILLINOIS)
COUNTY OF DUPAGE)
I, the undersigned, Vice-president of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA Corporation, DO HE
that the foregoing and attached'POWER OF ATTORNEY remains in full force and has not been revoked, and furthermore that Ar
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 forc
Signed and sealed in the County of Dupage. Dated the 29TBday of JUNE ,1998 .
Jfiesfi. Carped&, Vice-president ,e
I
I
I
I
CONTRACT
PUBLIC WORKS
This agreement is made this 22nd day of July 9 1998 !
I.
between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"),
and HMS CONSTRUCTION whose principal place of busines
2089 FUERTE STREET, FALLBROOK. CA 97078 (hf called "Contractor").
City and Contractor agree as follows:
1.
I
I for:
Description of Work. Contractor shall perform all work specified in the Contract dc
AVIARA PARKWAY AND BLACK RAIL ROAD TRAFFIC SIGNAL
CONTRACT NO. 3369
(hereinafter called "project")
2. Provisions of Labor and Materials. Contractor shall provide all labor, materia
equipment, and personnel to perform the work specified by the Contract Documents.
3. Contract Documents. The Contract Documents consist of this Contract, Notict
Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation (
Operator/Lessors, Bidder's Statements of Financial Responsibility, Technical Ability and Ex1
Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the PI
Specifications, the Special Provisions, addendum(s) to said Plans and Specifications an(
Provisions, and all proper amendments and changes made thereto in accordance with this
or the Plans and Specifications, and all bonds for the project; all of which are incorporated I
this reference.
Contractor, herlhis subcontractors, and materials suppliers shall provide and install the
indicated, specified, and implied by the Contract Documents. Any items of work not ind
specified, but which are essential to the completion of the work, shall be provided at the Co
expense to fulfill the intent of said documents. In all instances through the life of the Con
City will be the interpreter of the intent of the Contract Documents, and the City's decision r
said intent will be final and binding. Failure of the Contractor to apprise subcontrac
materials suppliers of this condition of the Contract will not relieve responsibility of complian
4. Payment. For all compensation for Contractor's performance of work under this Con1
shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specific,
Public Works Construction (SSPWC) 1997 Edition, hereinafter designated "SSPWC", as i
the Southern California Chapter of the American Public Works Association, and as amendc
Special Provisions section of this contract. The Engineer will close the estimate of work c
for progress payments on the last working day of each month.
I
I
I
i
I
I
1
1
I
I
4-
1.
1 p,# 1/08/98 Contract No. 3369 Page 25 of 11
I
I
I
1
I
i
1
I
1
I
I
1
1
1
1
5. Independent Investigation. Contractor has made an independent investigatioi
jobsite, the soil conditions at the jobsite, and all other conditions that might affect the prc
the work, and is aware of those conditions. The Contract price includes payment for all v
may be done by Contractor, whether anticipated or not, in order to overcome undc
conditions. Any information that may have been furnished to Contractor by City about undc
conditions or other job conditions is for Contractor's convenience only, and City does no1
that the conditions are as thus indicated. Contractor is satisfied with all job conditions,
underground conditions and has not relied on information furnished by City.
6. Hazardous Waste or Other Unusual Conditions. If the contract involves
trenches or other excavations that extend deeper than four feet below the surface Contra(
promptly, and before the fotlowing conditions are disturbed, notify City, in writing, of any:
A. Hazardous Waste. Material that Contractor believes may be material that is hazardoL
as defined in section 25117 of the Health and Safety Code, that is required to be rem0
Class I, Class II, or Class Ill disposal site in accordance with provisions of existing law.
B. Differing Conditions, Subsurface or latent physical conditions at the site differing frc
indicated.
C. Unknown Physical Conditions. Unknown physical conditions at the site of any
nature, different materially from those ordinarily encountered and generally recognized as
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
or do involve hazardous waste, and cause a decrease or increase in contractor's costs c
time required for, performance of any part of the work shall issue a change order u
procedures described in this contract.
In the event that a dispute arises between City and Contractor whether the conditions r
differ, or involve hazardous waste, or cause a decrease or increase in the contractor's c(
time required for, performance of any part of the work, contractor shall not be excused .
scheduled completion date provided for by the contract, but shall proceed with all wo
performed under the contract. Contractor shall retain any and all rights provided either by
or by law which pertain to the resolution of disputes and protests between the contracting p;
7. Immigration Reform and Control Act. Contractor certifies it is aware of the requ
of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has
and will comply with these requirements, including, but not limited to, verifying the elig
employment of all agents, employees, subcontractors, and consultants that are include
Contract.
8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Depa,
Industrial Relations has determined the general prevailing rate of per diem wages in ao
with California Labor Code, section 1773 and a copy of a schedule of said general prevail
rates is on file in the office of the City Engineer, and is incorporated by reference herein.
to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor :
copies of all applicable prevailing wages on the job site.
@
1
1 e
4-
I.
I ks 1/08/98 Contract No. 3369 Page 26 of 11
1
I
1
1
I
1
I
I
1
1.
I
I
1
1
I
I
9. Indemnification. Contractor shall assume the defense of, pay all expenses of defe
indemnify and hold harmless the City, and its officers and employees, from all claims, loss, injury and liability of every kind, nature and description, directly or indirectly arising frc
connection with the performance of the Contract or work; or from any failure or alleged
Contractor to comply with any applicable law, rules or regulations including those relating
and health; and from any and all claims, loss, damages, injury and liability, howsoever t
may be caused, resulting directly or indirectly from the nature of the work covered by the
except for loss or damage caused by the sole or active negligence or willful misconduct of
The expenses of defense include all costs and expenses including attorneys' fees for
arbitration, or other dispute resolution method.
Contractor shall also defend and indemnify the City against any challenges to the awa contract to Contractor, and Contractor will pay all costs, including defense costs for
Defense costs include the cost of separate counsel for City, if City requests separate couns
IO. Insurance. Contractor shall procure and maintain for the duration of the contract i
against claims for injuries to persons or damage to property which may arise from or in c(
with the performance of the work hereunder by the Contractor, his or her agents, represt
employees or subcontractors. Said insurance shall meet the City's policy for insurance as Resolution No. 91-403.
(A) Coverages And Limits Contractor shall maintain the types of coverages and minim
indicted herein:
a. Comprehensive General Liability Insurance: $1,000,000 combined single occurrence for bodily injury and property damage. If the policy has an aggregate limit, a aggregate in the amounts specified shall be established for the risks for which the City or it officers or emproyees are additional insured.
b. Automobile Liability Insurance: $1,000,000 combined single limit per accident 1 injury and property damage. In addition, the auto policy must cover any vehicle USC performance of the contract, used onsite or offsite, whether owned, non-owned or h whether scheduled or non-scheduled. The auto insurance certificate must state the cover, "any auto" and cannot be limited in any manner.
c. Workers' Compensation and Employers' Liability Insurance: Workers' compensa as required by the Labor Code of the State of California and Employers' Liability limits of $1
per incident. Workers' compensation offered by the State Compensation Insurance acceptable to the City.
(B) Additional Provisions. Contractor shall ensure that the policies of insurance requir
this agreement contairl, or are endorsed to contain, the following provisions. General Employers' Liability and Automobile Liability Coverages:
a. The City, its officials, employees and volunteers are to be covered as additional ir respects: liability arising out of activities performed by or on behalf of the Contractor; pro( completed operations of the contractor; premises owned, leased, hired or borrowec
contractor. The coverage shall contain no special limitations on the scope of protection a
the City, its officials, employees or volunteers. All additional insured endorsements
evidenced using separate documents attached to the certificate of insurance; one for each affording general liability, employers' liability and auto liability coverage.
b. The Contractor's insurance coverage shall be primary insurance as respects the officials, employees and volunteers. Any insurance or self-insurance maintained by tht officials, employees or volunteers shall be in excess of the contractor's insurance and
0
1
0 1 contribute with it.
*w I \# 1/08/98 Contract No. 3369 Page 27 of 1'
I
I
1
I
I
I
I
1
1
1
I
1
1
1
1
I
I
c. to the City, its officials, employees or volunteers.
d.
against whom claim is made or suit is brought, except with respect to the limits of the
liability.
(C) "Claims Made" Policies. If the insurance is provided on a "claims made" basis, c
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 E
to state that coverage shall not be nonrenewed, suspended, voided, canceled, or re( coverage or limits except after thirty (30) days' prior written notice has been given to the certified mail, return receipt requested.
(E) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or sel
retention levels must be declared to and approved by the City. At the option of the City, eil
insurer shall reduce or eliminate such deductibles or self-insured retention levels as resr
City, its officials and employees; or the contractor shall procure a bond guaranteeing pa: losses and related investigation, claim administration and defense expenses.
(F) Waiver Of Subrogation. All policies of insurance required under this agreement shal a waiver of all rights of subrogation the insurer may have or may acquire against the City (
its officials or employees.
(G) Subcontractors. Contractor shall include all subcontractors as insured under its pc shall furnish separate certificates and endorsements for each subcontractor. Coverl 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 Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the bu: insurance by the State of California Insurance Commissioner as admitted carriers as eviden listing in the official publication of the Department of Insurance of the State of Californi
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 insurz original endorsements affecting coverage required by this clause. The certifica endorsements for each insurance policy are to be signed by a person authorized by that ii
bind coverage on its behalf. The certificates and endorsements are to be in forms approvc
City and are to be received and approved by the City before the Contract is executed by the
(J) Cost Of Insurance. The Cost of all insurance required under this agreement shall be in the Contractor's bid.
11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be re!
accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, P
(commencing with section 20104) which are incorporated by reference. A copy of Artic
included in the Special Provisions I section. The contractor shall initially submit all cla
$375,000 to the City using the informal dispute resolution process described in Public Code subsections 201 04.2(a), (c), (d). Notwithstanding the provisions of this section of the all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the ( Government Code) for any claim or cause of action for money or damages prior to filing an for breach of this agreement.
Any failure to comply with reporting provisions of the policies shall not affect coverage
Coverage shall state that the contractor's insurance shall apply separately to each
e
1 e
a
4- I %# 1/08/98 Contract No. 3369 Page 28 of 11
I
1
1
1
I
I
I
I
I
I
I
I
I
I
I ...
I
(A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to
must be asserted as part of the contract process as set forth in this agreement an anticipation of litigation or in conjunction with litigation.
(B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, i considered fraud and the Contractor may be subject to criminal prosecution.
(C) Government Code. Contractor acknowledges that California Government Code
12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly s
false claim to a public entity. These provisions include false claims made with deliberate i{
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 t
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 fa may subject the Contractor to an administrative debarment proceeding wherein the Contra be prevented from further bidding on public contracts for a period of up to five years.
(F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections : 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by refere
(G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debai
another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcl
from participating in future contract bidding.
I have read and understand all provisions of Section 11 above.
12. Maintenance of Records. Contractor shall maintain and make available at no cc
City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's princil of business as specified above, Contractor shall so inform the City by certified letter accor
the return of this Contract. Contractor shall notify the City by certified mail of any change oi
of such records.
13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing wit1
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 SL
for any monies withheld by the City to secure performance of this contract for any c
established by this contract. Any other security that is mutually agreed to by the Contract0
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
clause required by law to be inserted in this Contract shall be deemed to be inserted hc
included herein, and if, through mistake or otherwise, any such provision is not inserted,
correctly inserted, then upon application of either party, the Contract shall forthwith be r: amended to make such insertion or correction.
@
(Initial) I @
...
...
em
D*
I p,s 1/08/98 Contract No. 3369 Page 29 of 11
* 1 '2
II
1
I
1
I
1
1.
I
I
I
I
I
1
1
16. Additional Provisions. Any additional provisions of this agreement are set fort
"General Provisions" or "Special Provisions" attached hereto and made a part hereof.
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTA( 1.
I (CORPORATE SEAL)
CONTRACTOR:
4 t?
ATTEST:
rnIC l44CrC /4J c; k 0 WAJCS-' = I ,Q-=Jke (print name and title)
(sign here)
(print name and title)
City Clerk v-
By:
President or vice-president and secretary or assistant secretary must sign for corporation:
one officer signs, the corporation must attach a resolution certified by the secretary or i
secretary under the corporate seal empowering that officer to bind the corporation.
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
By:
ew
B*
I %@ 1/08/98 Contract No. 3369 Page 30 of 1 l!
u E
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
0
personally appeared
personally known to me
proved to me on the basis of satisfactory
to be the person(s) whose name(s) iske
subscribed to the within instrument and
acknowledged to me that heLsk#?Ey executed
the same in his/hc&kkir authorized
capacity(ies), and that by himir
signature(s) on the instrument the person(s), or
ted the instrument.
Place Notary Seal Above
a
Though the information below is not required by law, /t may prove valuable to persons relymg on the document
and could prevent fraudulent removal and reattachment of thls form to another document.
Description of Attached Document
Title or Type of Document: (-~-$+Fk? pL$,c c,Jd~crCs
AJww3
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
0 Corporate Officer - Title(s):
0 Partner - 0 Limited 0 General
0 Attorney in Fact
0 Guardian or Conservator
Signer Is Representing'
Prod No 5907 Reorder Call Toll-Free 1-800- 0 1997 National Notary Association * 9350 De Solo Ave , PO Box 2402 * Chatsworlh CA 91313.2402
a
CITY OF CARLSBAD Purchasing Department 1200 Carlsbad Village Drive Carlsbad CA 92008 REPRESENTATION AND CERTIFICATION
0
The following representation and certification shall be completed, signed and returned tc Carlsbad as a part of the bid package.
REPRESENTATIONS: Mark all applicable blanks. This offeror represents as part of this offer that the ownership, operation and control of the business, in accordance with the specific definitions listed below is:
Are you currently certified by CALTRANS?
Certification #:
CERTIFICATION OF BUSINESS
YES NO -
1 REPRESENTATIONC3):
Mark all applicable blanks. This offeror repres
part of this offer that:
This firm is-, is not- a minority businesr
This firm is-, is not- a woman-owned b
WOMAN-OWNED BUSINESS: A worn;
business is a business of which at least 51 I:
Controlled is defined as exercising the power policy decisions. Operation is defined as involved in the day-to-day management.
FIRM'S PRIMARY PRODUCTS OR SERVICE:
I owned, controlled and operated by a woman o
DEFINITIONS: 0 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: defines the socially and economically disadvantaged
(minorities) as Black American, Hispanic American, Native Americans (Le. American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian-Pacific LICENSE MJfvlBER: Americans (Le., U.S. Citizens whose origins are from Japan, China, the Philippines, Vietnam, Korea, TAXPAYERS 1-D. NO-
Samoa, Guam, the U.S. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia and
Taiwan).
CE RTlFlCATlO N: The information furnished is certified to be factual and correct as of the date submitted.
CLASSIFICATIoN(S):
COMPANY NAME PRINTED NAME
ADDRESS TITLE
CITY, STATE AND ZIP
TELEPHONE NUMBER DATE
S 1 G N ATU RE
<"4J sd-+
P@y.&oJM l9;d
VeC'4
a /3 54AM
-&& *= r.P 1/08/98 Contract No. 3369 Page 35 of 119
I
U
I
I
I
I
OPTIONAL ESCROW AGREEMENT FOR
SECURITY DEPOSITS IN LIEU OF RETENTION
This Escrow Agreement is made and entered into by and between the City of Carlsbad
address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called Ti
whose add
hereinafte
"Contractor" and whose adc
here
1.
D called "Escrow Agent."
For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as fc
1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of Califo
contractor has the option to deposit securities with the Escrow Agent as a substitute for r
earnings required to be withheld by the City pursuant to the Construction Contract ente
between the City and Contractor for Aviara Parkway and Black Rail Road Traffic Signal, '
referred to as the "Contract"). Alternatively, on written request of the contractor, the City sh
payments of the retention earnings directly to the escrow agent. When the Contractor depc
securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within
of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omi:
the escrow agent in connection with the handling of retentions under these sections in an
not less than $100,000 per contract. The market value of the securities at the time
substitution shall be a least equal to the cash amount then required to be withheld as I
under the terms of the contract between the City and Contractor. Securities shall be he1
name of the , and shall designate the Contractc beneficial owner.
2. The City shall make progress payments to the Contractor for such funds which otherwi5
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, thc
agent shall hold them for the benefit of the contractor until such time as the escrow creatc
this contract is terminated. The contractor may direct the investment of the paymt
securities. All terms and conditions of this agreement and the rights and responsibilitk
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 exper 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 escrov
interest earned on that interest shall be for the sole account of Contractor and shall be s
withdrawal by Contractor at any time and from time to time without notice to the City.
No. 3369, in the amount of dated (he I
1 *
I
1
0
I
1
I
u
4-
I.
1 r,@ 1/08/98 Contract No. 3369 Page 36 of ll!
I
1
I
I
8
I
I
1
I.
I
I
1
B
1
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 Cot
Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrc
shall immediately convert the securities to cash and shall distribute the cash as instructe
City.
8. Upon receipt of written notification from the City certifying that the Contract is final and (
and that the Contractor has complied with all requirements and procedures applicabll
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 immediat
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 ci
pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor s
Escrow Agent harmless from Escrow Agent's release, conversion and disbursemen
securities and interest as set forth above.
IO. The names of the persons who are authorized to give written notices or to receive writtc
on behalf of the City and on behalf of Contractor in connection with the foregoing, and exer
their respective signatures are as follows:
For City: Title
0
1
Name
Signature I Address
For Contractor: Title
Name
Signature
Address
For Escrow Agent: Title
Name 1 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.
*=
I.
1 %# 1/08/98 Contract No. 3369 Page 37 of 11
1
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officer
date first set forth above. 1
For City: Title
Name
Signature
I.
1
1
I
1
I.
I
1
I
1:
1
I
1
I Address
For Contractor: Title
Name I Signature
Address
For Escrow Agent: Title
Name
Signature
Address
4-
I.
I %# 1/08/98 Contract No. 3369 Page 38 of 11
I
1
I
1
1
I
1
I
1
1
1
I
SPECIAL PROVISIONS
FOR
AVIARA PARKWAY AND BLACK RAIL ROAD TRAFFIC SIGNA1
CONTRACT NO. 3369
SUPPLEMENTAL PROVISIONS TO
8 PART I, GENERAL PROVISIONS
I.
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCl
SECTION 1 -- TERMS, DEFINITIONS ABBREVIATIONS AND SYMB 1 1-1 TERMS
Add the following section:
1-1 .I Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scl
or words of similar import are used, it shall be understood that reference is made to t
accompanying these provisions, unless stated otherwise.
Add the following section:
1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar ir
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 unde
mean "as required to properly complete the work as required and as approved by the E
unless stated otherwise.
Add the following section:
1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", l
words of similar import are used, it shall be understood such words are followed by the e)
"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 (
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 Contract1
expense, shall perform all operations, labor, tools and equipment, and further, inclu
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 read
including furnishing of necessary labor, materials, tools, equipment, and transportation.
I 0
1
*-
I.
1 \@ 1/08/98 Contract No. 3369 Page 39 of 11
1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall t
exclusively 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 representative.
Dispute Board - persons designated by the City Manager to hear and advise the City Manager c claims submitted by the Contractor. The City Manager is the last appeal level for informal dispu
resolution.
Engineer - the City Engineer of the City of Carlsbad or hidher approved representative. The Ci
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 origin
Contract Price bid.
Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hire(
directed, supervised and paid by the Contractor to accomplish the completion of the Work. Furthe
such employees have their employment taxes, State disability insurance payments, State an
Federal income taxes paid and administered, as applicable, by the Contractor. When used i
Section 2-3.1 "own organization" means construction equipment that the Contractor owns or lease
and uses to accomplish the Work. Equipment that is owner operated or leased equipment with a
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 provide
who is employed by neither the Contractor nor a subcontractor and is neither an agent or employe
of the Agency or a public utility.
Principal Inspector - The Senior Inspectork immediate supervisor and second level of appeal fc
informal dispute resolution.
Project Inspector - the Engineer's designated representative for inspection, contract administratio
and first level for informal dispute resolution.
Project Manager - the Engineer's designated representative of the City of Carlsbad or hidher
approved representative.
Senior Inspector - the Project Inspector's immediate supervisor and first level of appeal fc
informal dispute resolution.
ew p,s 1/08/98 Contract No. 3369 Page 40 of 119 Pages
I
1
1
1
D
i
I
1
I
i
I
I
8
3
I
II
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 I
the Contractor to complete 50 percent of the contract price with its own organization, the
may at its sole discretion elect to cancel the contract or to deduct an amount equal to 10 pf
the value of the work performed in excess of 50 percent of the contract price by other
Contractor's own organization. The City Council shall be the sole body for determinat
violation of these provisions. In any proceedings under this section, the prime contractor
entitled to a public hearing before the City Council and shall be notified ten (10) days in ad
the time and location of said hearing. The determination of the City Council shall be final.
2-4 CONTRACT BONDS, modify as follows: Delete the third sentence of the first p:
having to do with a surety being listed in the latest revision of U.S. Department of Treasury
570.
Modify Paragraphs three and four to read: The Contractor shall provide a
performance/warranty bond and payment bond (labor and materials bond) for this contr:
faithful performance/warranty bond shall be in the amount of 100 percent of the contract f
the payment bond shall be in the amount of 50 percent of the contract price. Both bo1
extend in full force and effect and be retained by the Agency during this project until
released according to the provisions of this section.
The faithful performance/warranty bond will be reduced to 25 percent of the original amounl
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 Engine
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 admi
authorized to transact the business of insurance in California and whose assets excc
liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to cc
following documents:
I) 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 i
commissioner.
If the bid is accepted, the Agency may require a financial statement of the assets and IiE
the insurer at the end of the quarter calendar year prior to 30 days next preceding the di
execution of the bond. The financial statement shall be made by an officer's certificate as (
Section 173 of the Corporations Code. In the case of a foreign insurer, the financial stater be verified by the oath of the principal officer or manager residing within the United States.
1.
e=
1.
I p,# 1/08/98 Contract No. 3369 Page 41 of 1 1
2-5 PLANS AND SPECIFICATIONS.
2-5.1 General, add the following: The specifications for the work include the Standai
Specifications for Public Works Construction, (SSPWC), 1997 Edition, hereinafter designate
"SSPWC", as issued by the Southern California Chapter of the American Public Works Associatioi
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 used fc
this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinaftt
designated SDRS, as issued by the San Diego County Department of Public Works, together wil
the CALTRANS standard drawings, and City of Carlsbad Supplemental Standard Drawings. Copie
of some of the pertinent standard drawings are enclosed as an appendix to these Speci
Provisions.
2-5.2 Precedence of Contract Documents, . add the following: Where CALTRANS specificatior
are used to modify the SSPWC or added to the SSPWC by any of the contract documents th
CALTRANS specifications shall have precedence only to the materials and construction material
referred to in the CALTRANS specifications. The Invitation to Bid, Contract for Public Works, Part
of these Special Provisions and Part 1 of the SSPWC in the order of precedence in section 2-5.2 (
the SSPWC shall prevail over the CALTRANS specifications.
2-5.3.3 Submittals, add the following: When submitted for the Engineer's review, Sho
Drawings shall bear the Contractor's certification that he has reviewed, checked, and approved th
Shop Drawings and that they are in conformance with the requirements of the Contract Document:
The Contractor shall subscribe to and shall place the following certification on all submittals:
"I hereby certify that the (equipment, material) shown and marked in this submittal is that propose
to be incorporated into this Project, is in compliance with the Contract Documents, can be installe
in the allocated spaces, and is submitted for approval.
By: Title:
Date:
Company Name:
Add the following:
2-5.4 Record Drawings, The Contractor shall provide and keep up-to-date a complete "as-built
record set of blue-line prints, which shall be corrected in red daily and show every change from thc
original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipmenl
underground piping, valves, and all other work not visible at surface grade. Prints for this purposc
may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall bc
used only as a record set and shall be delivered to the Engineer upon completion of the work.
Payment for performing the work required by section 2-5.4 shall be included in various bid items an(
no additional payment will be made therefor.
2-9 SURVEYING.
ew tS 1/08/98 Contract No. 3369 Page 42 of 119 Pages
I
I
I
I
I
I
I
1
I
1
I
I
I
I
I
1
I
2-9.1 Permanent Survey Markers, substitute the following: The Contractor shall no
permanent survey monuments or benchmarks without the consent of the Engineer. W
Engineer concurs, in writing, with the Contractor that protecting an existing monument in
impractical, the Contractor shall employ a licensed land surveyor to establish the locatio
monument before it is disturbed. The Contractor shall have the monument replaced by a
land surveyor no later than thirty (30) days after construction at the site of the replaa
completed. The Licensed Land Surveyor shall file comer record(s) as required by 55 8
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
permanent survey monument is located, the Contractor shall adjust the monument frame ai
to the new grade. Monument frames and’covers shall be protected during street sealing or
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
of a land surveyor licensed in the State of California, hereinafter Surveyor, to perform
necessary for establishing control, construction staking, records research and all other s
work necessary to construct the work, provide surveying services as required herein an(
surveying, drafting and other professional services required to satisfy the requirements of
Surveyors Act. Surveyor shall be resident on the site during all surveying operations i
personally supervise and certify the surveying work.
Add the following section:
2-9.3.1 Submittal of Surveying Data, All surveying data submittals shall conforn
requirements of section 2-5.3.3, “Submittals”, herein. The Contractor shall submit grade :
the Engineer before commencing work in the area affected by the grade sheets. The C
shall submit field notes for all surveying required herein to the Engineer within ten
performing the survey. All surveying field notes, grade sheets and survey calculations
submitted in bound form on 8‘/21) by 11” paper. The field notes, calculations and data shall
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 elect1
computer program or documentation for any computer program. The field notes shall be
in conformance with the CALTRANS “Surveys Manual”. The Contractor shall have a R
Survey prepared and filed in conformance with §§ 8700 - 8805 of the State of California
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 t
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 (
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 p
street crown lines where no median exists. Large slopes shall have line point set
construction of the slope. Rough sub-grade stakes for roadway section shall be set a
pavement and top of curbs. Finish sub-grade stakes shall be set prior to placing su
aggregate base for the roadway section. The stakes shall be set at edge of pavement a
curbs. Finish subgrade stakes for the aggregate base for the roadway section shall be i
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 ini
the surveyor. Finish aggregate subbase and aggregate base grade stakes shall be E
intervals at top of curb, edge of pavement, and all crown lines and grade breaks. lntc
stakes between edge of pavement and top of curb shall be set at 15-foot intervals. Stc
4%
0
I 0
@
I ts 1/08/98 Contract No. 3369 Page 43 of 11
staking shall be done at 25-foot intervals. Catch basins shall be staked at centerline and each er of the local depression. Curbs/curbs and gutter shall be staked at 25-foot intervals, center line
driveways, and 1/4, 1/2, 314 delta on returns. Fills to finish grade at 25-foot intervals by the pavir
pass width shall be painted on the pavement prior to placing each lift of asphalt on variab
thickness pavement overlays requiring leveling courses. Intersections showing specific finish€
asphalt grids shall be painted per the grid. Stakes shall be set to show the location and grade
future curbs adjacent to traffic signal locations where the curb is not being built as a part of th
contract. Surveyor shall mark the removal limits and limits of work line shown on the plans. Tt
markings shall consist of continuous painted lines on asphalt and concrete surfaces and red flaggc
or painted laths spaced on centers no more than twenty-five feet on unimproved areas. Tt
markings shall be completed by Surveyor and inspected and approved by the Engineer before tt
start of construction in the area marked. Centerline monuments shall be laid out, their di5
stamped, and a Record of Survey satisfactory to the Engineer filed with the County in accordanc
with the Professional Land Surveyors Act. Water and sewer line stakes shall be set at 25-fo1
intervals with offsets referencing the top and centerline of pipe on main line and laterals. For i
pipeline work the pipe and each access hole, pipe material change, lateral connection, fittin!
appurtenance, or hydrant locatiorl with elevations shall be staked and provided with grade stake
designating the offset of the reference point, station, elevation of reference point, cut (or fill) ar
feature of pipe that is referenced. Habitat mitigation sites and other areas to be preserved that ai
shown on the plans shall be staked and flagged at 25 foot intervals prior to the start of any otht
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 Sectior
2-9.1 through 2-9.3.2 shall be included in the actual bid items requiring the survey work and n
additional payment will be made. Extension of unit prices for extra work shall include fi
compensation for attendant survey work and no additional payment will be made therefor. Paymei
for the replacement of disturbed monuments and the filing of corner records shall be incidental 1
the work necessitating the disturbance of said monuments and no additional payment will be mad
therefor.
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 th Engineer, within San Diego County, accurate books and accounting records relative to all il
activities. The Engineer shall have the right to monitor, assess, and evaluate Contractor performance pursuant to this Agreement, said monitoring, assessments, and evaluations to includc
but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interview
of Contractor’s staff. At any time during normal business hours and as often as the Engineer ma
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 perm
Availability of Records, The Contractor shall provide copies of all records in th
em aS 1/08/98 Contract No. 3369 Page 44 of 119 Pages
1
I)
SI
I
1
I
I
I
I
I’
1
I
I
I
the Engineer to audit, examine, copy and make excerpts or transcripts from such data and
and to make audits of all invoices, materials, payrolls, records of personnel, and other datc
to all matters covered by this Contract. However, any such activities shall be carried manner so as to not unreasonably interfere with Contractor’s ongoing business op
Contractor shall maintain such data and records for as long as may be required by appliE
and regulations.
0
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 ir
Bid Item, the use of this basis for the adjustment of payment will be limited to that portic
change, which together will all previous changes to that item is not in excess of 25 perce
total cost of such item based on the original quantity and Contract Unit Price. Adjust1
excess of 25 percent may, at the option of the Engineer, be paid pursuant to section 3.
3-3.2.2 ( c ) Tool and Equipment Rental, second paragraph, modify as follows: Rega
ownership, the rates and right-of-way delay factors to be used in determining rental and de
shall be the edition of the, “Labor Surcharge & Equipment Rental Rates” published by CAI
current at the time of the actual use of the tool or equipment. The right-of-way delay factor
shall be used as multipliers of the rental rates for determining the value of costs for del,
Contractor and subcontractors, if any, The labor rates published therein are not a pa
con tract.
3-3.2.3 Markup, Delete section 3-3.2.3 from the 1995 and 1996 Supplements to the SSF
replace with the following:
Work by Contractor. The following percentages shall be added to the Contractc
1 Work.
I @
‘ (a) and shall constitute the markup for all overhead and profits:
1) Labor ................................... 20
2) Materials 15
3) Equipment Rental ................... 15
4) Other Items and Expenditures .. 15
To the sum of the costs and markups provided for in this section, 1 percent shall be
compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra work is perforn Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractc
cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted port
extra work and a markup of 5 percent on work added in excess of $5,000 of the subc
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: Pa
extra work will not be made until such time that the Contractor submits completed daily re
all supporting documents to the Engineer.
.............................
I
e=
I*
1 cs 1/08/98 Contract No. 3369 Page 45 of 1‘
3-4 CHANGED CONDITIONS. delete the second sentence of paragraph three, delete paragrar
five (9, and add the following: The Contractor shall not be entitled to the payment of any addition
compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue
change order, or for the happening of any event, thing, occurrence, or other cause, unless he sh; have first given the Engineer due written notice of potential claim as hereinafter specified.
Compliance with this section shall not be required as a prerequisite to notice provisions in Sectic
6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement t
errors of computation as to contract quantities. The written notice of potential claim for change
conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to tt-
time that the Contractor performs the work giving rise to the potential claim. The Contractor’s failui
to give written notice of potential claim for changed conditions to the agency upon their discovei
and before they are disturbed shall constitute a waiver of all claims in connection therewith.
The Contractor shall provide the City with a written document containing a description of th
particular circumstances giving rise to the potential claim, the reasons for which the Contractc
believes additional compensation may be due and nature of any and all costs involved withi
20 working days of the date of service of the written notice of potential claim for changed condition:
Verbal notifications are disallowed.
The potential claim shall include the following certification relative to the California False Claims Ac
Government Code Sections 12650-1 2655.
“The undersigned certifies that the above statements are made in full cognizance of the Californi
False Claims Act, Government Code sections 12650-1 2655. The undersigned further understand
and agrees that this potential claim, unless resolved, must be restated as a claim in response to th
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 Contractc
shall submit substantiation of its actual costs to the Engineer within 20 working days after th
affected work is completed. Failure to do so shall be sufficient cause for denial of any clair
subsequently filed on the basis of said notice of potential claim.
It is the intention of this section that differences between the parties arising under and by virtue c the contract be brought to the attention of the Engineer at the earliest possible time in order thz
such matters be settled, if possible, or other appropriate action promptly taken.
3-5 DISPUTED WORK. Add the following: The Contractor shall give the agency written notice c
potential claim prior to commencing any disputed work. Failure to give said notice shall constitute i waiver of all claims in connection therewith.
Delete second sentence of paragraph one and add the following: Prior to proceeding with disputc resolution pursuant to Public Contract Code (PCC) provisions specified hereinafter, the contract0
shall attempt to resolve all disputes informally through the following dispute resolution chain c
command:
1. Project Inspector
2. Senior Inspector
3. Principal Inspector
4. City Engineer
5. City Manager
4- p,@ 1/08/98 Contract No. 3369 Page 46 of 11 9 Pages
I
I
I
1
I
1
I
I
I
1
1
I
I
I.
I
1
The Contractor shall submit a complete report within 20 working days after completio
disputed work stating its position on the claim, the contractual basis for the claim, along documentation supporting the costs and all other evidentiary materials. At each level of
appeal of claim the City will, within 10 working days of receipt of said claim or appeal
review the Contractor's report and respond with a position, request additional information 01 that the Contractor meet and present its report. When additional information or a mi
requested the City will provide its position within 10 working days of receipt of said i
information or Contractor's presentation of its report. The Contractor may appeal eac
position up to the City Manager after which he may proceed under the provisions of tt-
Contract Code.
The authority within the dispute resolution chain of command is limited to recommc
resolution to a claim to the City Manager. Actual approval of the claim is subject to the char
provisions in the contract.
All claims by the contractor for $375,000 or less shall be resolved in accordance
procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commen
Section 201 04) which is set forth below:
0
II
ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS
20104. (a)(l) This article applies to all public works claims of three hundred seventy-five 1
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 contract
public agency when the public agency has elected to resolve any disputes pursuant to A
(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 Codc
that "public work" does not include any work or improvement contracted for by the sta
Regents of the University of California.
(2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) pa money or damages arising from work done by, or on behalf of, the contractor pursuai
contract for a public work and payment of which is not otherwise expressly provided fc
claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by
agency.
(c) The provisions of this article or a summary thereof shall be set forth in the plans or spec 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.
201 04.2. 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 tl
Claims must be filed on or before the date of final payment. Nothing in this subdivision is in1
extend the time limit or supersede notice requirements otherwise provided by contract for
of claims.
(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 writir
30 days of receipt of the claim, any additional documentation supporting the claim or r(
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 pursu;
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 o
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
i @
@
e- I r,@ 1/08/98 Contract No. 3369 Page 47 of ll
seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all writte
claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt c
the claim, any additional documentation supporting the claim or relating to defenses to the claim th
local agency may have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided pursuant to th
subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local agency's written response to the claim, as further documented, shall be submitted 1
the claimant within 30 days after receipt of the further documentation, or within a period of time n
greater than that taken by the claimant in producing the additional information or requeste
documentation, whichever is greater.
(d) If the claimant disputes the local agency's written response, or the local agency fails to respon
within the time prescribed, the claimant may so notify the local agency, in writing, either withi
15 days of receipt of the local agency's response or within 15 days of the local agency's failure 1
respond within the time prescribed, respectively, and demand an informal conference to meet an
confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule
meet and confer conference within 30 days for settlement of the dispute.
(e) Following the meet and confer conference, if the claim or any portion remains in dispute, th
claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter
(commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. Fc
purposes of those provisions, the running of the period of time within which a claim must be file
shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (z
until the time that claim is denied as a result of the meet and confer process, including any period c
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 shall b
construed to change the time periods for filing tort claims or actions specified by Chapter
(commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Divisio
3.6 of Title 1 of the Government Code.
20104.4. The following procedures are established for all civil actions filed to resolve claims subjec
to this article:
(a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the coui
shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties
The mediation process shall provide for the selection within I5 days by both parties of
disinterested third person as mediator, shall be commenced within 30 days of the submittal, an1
shall be concluded within 15 days from the commencement of the mediation unless a tim
requirement is extended upon a good cause showing to the court or by stipulation of both parties.
the parties fail to select a mediator within the 15-day period, any party may petition the court ti
appoint the mediator.
(b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant tl
Chapter 2.5 (commencing with Section 1141 .IO) of Title 3 of Part 3 of the Code of Civil Procedure
notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article :
(commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure
shall apply to any proceeding brought under the subdivision consistent with the rules pertaining tc
judicial arbitration.
(2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointee
for purposes of this article shall be experienced in construction law, and, upon stipulation of the
parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not tc
exceed their customary rate, and such fees and expenses shall be paid equally by the parties
except in the case of arbitration where the arbitrator, for good cause, determines a different division
In no event shall these fees or expenses be paid by state or county funds.
(3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code a
Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but doe:
not obtain a more favorable judgment shall, in addition to payment of costs and fees under tha
em aS 1/08/98 Contract No. 3369 Page 48 of 119 Pages
I
II
I
I
I
I
I
I
I
I
I
8
1
I
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 mec
20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is un
except as otherwise provided in the contract.
(b) In any suit filed under Section 20104.4, the local agency shall pay interest at the lega
any arbitration award or judgment. The interest shall begin to accrue on the date the suit is
court of law.
arbitration process. I.
SECTION 4 - C.ONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP.
4-1.3.1 General, add the following: The Contractor shall provide the Engineer free a
access to any and all parts of work at any time. Contractor shall furnish Engineer wi
information as may be necessary to keep the Engineer fully informed regarding progrc
manner of work and character of materials. Inspection or testing of the whole or any portio
work or materials incorporated in the work shall not relieve Contractor from any obligation
this Contract.
4-1.4 Test of Materials, add the following: Except as specified in these Special Provis
Agency will bear the cost of testing materials and/or workmanship where the results of si
meet or exceed the requirements indicated in the Standard Specifications and the
Provisions. The cost of all other tests shall be borne by the Contractor.
At the option of the Engineer, the source of supply of each of the materials shall be approve
-before the delivery is started. All materials proposed for use may be inspected or tested at
during their preparation and use. If, after incorporating such materials into the Work, it is fc
sources of supply that have been approved do not furnish a uniform product, or if the prod
any source proves unacceptable at any time, the Contractor shall furnish approved mate
other approved sources. If any product proves unacceptable after improper storage, handli
any other reason it shall be rejected, not incorporated into the work and shall be removed
project site all at the Contractor's expense.
Compaction tests may be made by the Engineer and all costs for tests that meet or exc
requirements of the specifications shall be borne by the Agency. Said tests may be mad
place along the work as deemed necessary by the Engineer. The costs of any retes
necessary by noncompliance with the specifications shall be borne by the Contractor.
4-1.6 Trade names or Equals, add the following: The Contractor is responsible
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 Contract
remove the substituted item and replace it with the originally specified item at no cos
Agency.
' @
I
ew
I.
I tS 1/08/98 Contract No. 3369 Page 49 of 1 l!
SECTION 5 -- UTILITIES
5-1 LOCATION. Add the following: The Agency and affected utility companies have, by a searc
of known records, endeavored to locate and indicate on the Plans, all utilities which exist within tt
limits of the work. However, the accuracy and/or completeness of the nature, size and/or location
utilities indicated on the Plans is not guaranteed.
5-4 RELOCATION. Add the following: In order to minimize delays to the Contractor caused by tt
failure of other parties to relocate utilities that interfere with the construction, the Contractor, upc
request to the Engineer, may be permitted to temporarily omit the portion of work affected by tt
utility. Such omission shall be for the Contractor's convenience and no additional compensation w
be allowed therefor. The portion thus omitted shall be constructed by the Contractor immediate
following the relocation of the utility involved unless otherwise directed by the Engineer.
5-6 COOPERATION. Add the following: Contractor shall coordinate with SDG&E to energize tt
signal.
SECTION 6 -- PROSECUTION, PROGRESS AND
ACCEPTANCE OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete subsection 6-'
and substitute the following: The Contractor shall begin work within ten (IO) calendar days afte
receipt of the "Notice to Proceed".
Add the following section:
6-1 .I Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer w
set the time and location for the Preconstruction Meeting. Attendance of the Contractor
management personnel responsible for the management, administration, and execution of th
project is mandatory for the meeting to be convened. Failure of the Contractor to have th
Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds fc
default by Contractor per section 6-4. No separate payment will be made for the Contractor
attendance at the meeting. The notice to proceed will only be issued on or after the completion (
the preconstruction meeting.
Add the following section:
6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepar
and submit to the Engineer a chart showing individual tasks and their durations arranged with th
tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differin
texture patterns or distinctive line types to show the critical path.
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 an materials, and performing all operations necessary to complete the Project Work as shown on th
Project Plans and as specified in the Specifications. The work includes construction of a traff signal at the intersection of Aviara Parkway and Black Rail Road.
e= Qs 1/08/98 Contract No. 3369 Page 50 of 119 Pages
I
I
1
1
1
I
I
!
1
1
I
I
I
1
I
6-6 DELAYS AND EXTENSIONS OF TIME.
6-6.4 Written Notice and Report, modify as follows: The Contractor shall provide writtc
to the Engineer within two hours of the beginning of any period that the Contractor has pk
workers or equipment on standby for any reason that the Contractor has determined to bc
by the Agency or by any organization that the Agency may otherwise be obligated
Contractor shall provide continuing daily written notice to the Engineer, each work
throughout the duration of such period of delay. The initial and continuing written notic
include the classification of each workman and supervisor and the make and model of each
equipment placed on standby, the cumulative duration of the standby, the Contractor’s o
the cause of the delay and a cogent explanation of why the Contractor could not avoid the
reasonable means. Should the Contractor fail to provide the notice@) required by this se
Contractor agrees that no delay has occurred and that it will not submit any claim@) therefc
6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prose1
work to completion within ninety (90) working days after the starting date specified in the h
Proceed.
6-7.2 Working Day, add the following: Unless otherwise approved in writing by the Engi hours of work shall be between the hours of 7:OO a.m. and 4:OO p.m. on Mondays through
excluding Agency holidays. The Contractor shall obtain the written approval of the Enginc
Contractor desires to work outside said hours or at any time during weekends and/or holidz
written permission must be obtained at least 48 hours prior to such work The Engin approve work outside the hours and/or days stated herein when, in hidher sole opinion, SI
conducted by the Contractor is beneficial to the best interests of the Agency. The Contra(
pay the inspection costs of such work.
6-8 COMPLETION AND ACCEPTANCE. Add the following: All work shall be warrantec
(1) year after recordation of a “Notice of Completion” and any faulty work or materials dis
during the warranty period shall be repaired or replaced by the Contractor, at its expense.
five percent of the faithful performance bond shall be retained as a warranty bond for the c
warranty period.
6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first
of the second paragraph and add the following: For each consecutive calendar day in c
the time specified for completion of Work, as adjusted in accordance with 6-6, the Contra
pay the Agency, or have withheld monies due it, the sum of $500 per each calendar day be
project completion time specified in the notice to proceed.
Execution of the Contract shall constitute agreement by the Agency and Contractor that (4
day is the minimum value of costs and actual damages caused by the Contractor to cor
Work within the allotted time. Any progress payments made after the specified completion (
not constitute a waiver of this paragraph or of any damages.
I 0
I
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR
7-3 LIABILITY INSURANCE. Aadd the following: All insurance is to be placed with ins1 have a rating in Best‘s Key Rating Guide of at least A-:V and are admitted and auth
conduct business in the state of California and are listed in the official publication of the DE
of Insurance of the State of California.
Q=
I.
1 p,s 1/08/98 Contract No. 3369 Page 51 of 11
i
74 WORKERS' COMPENSATION INSURANCE. Add the following: All insurance is to 1:
placed with insurers that are admitted and authorized to conduct business in the state of Californ
and are listed in the official publication of the Department of Insurance of the State of California
Policies issued by the State Compensation Fund meet the requirement for workers' compensatic
insurance.
7-5 PERMITS. Except as specified herein the agency w
obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, and building permi'
necessary to perform work for this contract on Agency property, in streets, highways (except Stal
highway right-of-way), railways or other rights-of-way. Contractor shall not begin work until i
permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits fc
the disposal of all materials removed from the project. The cost of said permit@) shall be include
in the price bid for the appropriate bid item and no additional compensation will be allowed therefor
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 companie during the relocation or construction of their lines. The Contractor may be granted a time extensio
if, in the opinion of the Engineer, a delay is caused by the utility company. No addition;
compensation will be made to the Contractor for any such delay.
7-8 PROJECT SITE MAINTENANCE.
7-8.1 Cleanup and Dust Control, add the following: Cleanup and dust control required herei
shall also be executed on weekends and other non-working days when needed to preserve th
health safety or welfare of the public. The Contractor shall conduct effective cleanup and du:
control throughout the duration of the Contract. The Engineer may require increased levels (
cleanup and dust control that, in hidher sole discretion, are necessary to preserve the health, safei
and welfare of the public. Cleanup and dust control shall be considered incidental to the items c
work that they are associated with and no additional payment will be made therefor.
7-8.5 Temporary Light, Power and Water, add the following: The Contractor shall obtain construction meter for water used for the construction, plant establishment, maintenance, cleanur
testing and all other work requiring water related to this contract. The Contractor shall contact th
appropriate water agency for requirements.
The Contractor shall pay all costs of temporary light, power and water including hookup, service
meter and any, and all, other charges, deposits and/or fees therefor. Said costs shall bl
considered incidental to the items of work that they are associated with and no additional paymer
will be made therefor.
Add the following section:
7-8.8 Noise Control, All internal combustion engines used in the construction shall be equippec
with mufflers in good repair when in use on the project with special attention to the City Noisc
Control Ordinance, Carlsbad Municipal Code Chapter 8.48.
em p,s 1/08/98 Contract No. 3369 Page 52 of 119 Pages
1
I
I
1
I
I
1
I
I
1
i
I
I
I
I
I
7-10 PUBLIC CONVENIENCE AND SAFETY.
0 7-10.3 Street Closures, Detours, Barricades, add the following: Traffic controls st
accordance with the plans, Chapter 5 of the California Department of Transportation "N
Traffic Controls," 1996 edition and these Special Provisions. If any component in the traffi
system is displaced, or ceases to operate or function as specified, from any cause, dl
progress of the work, the Contractor shall immediately repair said component to its original 1
or replace said component and shall restore the component to its original location. In the e
the Contractor fails to install and/or maintain barricades or such other traffic signs, n
delineation or devices as may be required herein, the Engineer may, at hidher sole optic
the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars
per day per traffic sign or device, or the actual cost of providing such traffic contro
whichever is the greater.
Add the following section:
7-10.3.1 Construction Area Signs, Warning and advisory signs, lights and devices in:
placed to provide traffic control, direction and/or warning shall be furnished, installed, ml
and removed by the Contractor when no longer required. Care shall be used in pr
excavation for signs in order to protect underground facilities. Warning and advisory s
remain in place overnight shall be stationary mounted signs. Stationary signs that warr
existent conditions shall be removed from the traveled way or shielded from the view of the
public during such periods that their message does not pertain to existing conditions. AI1 e)
required to install stationary construction area signs shall be performed by hand method!
the use of power equipment. Warning and advisory signs that are used only during worki
may be portable signs. Portable signs shall be removed from the traveled way and shiel
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 Vehic
portable signs shall be illuminated or, at the option of the Contractor, shall be in conform:
the provisions in Section 12-3.06B, "Portable Signs", of the CALTRANS Standard Specific;
Reflexite vinyl microprism reflective sheeting signs; or 3M high intensity reflectorized shc
aluminum substrate signs of Seibulite Brand Ultralite Grade Series, encapsulated lens retro
sheeting signs; or equal.
Stationary mounted signs used for traffic control during construction of the Work shall be
on break-away sign posts as shown on SDRS drawing M-45 or on wood posts in the samf
shown on CALTRANS Standard Plans RS 1, RS 2, RS 3 and RS 4 for installation of roadsi 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 IC
feet.
(c) Construction area sign posts may be installed on above ground temporary platf supports as approved by the Engineer, or the signs may be installed on existin!
standards or other supports as approved by the Engineer.
(d) When construction area signs are installed on existing lighting standards, holes sh: 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 wil 2500 concrete. (9 When break-away sign posts (SDRS M-45) are used one post shall be provided for ea square meters of sign area.
I I)
4-w
I.
Page 53 of 11 II $# 1/08/98 Contract No. 3369
For wood posts post size and number of posts shall be as shown on CALTRANS Standard Plan R
2. Lumber for wood posts shall be as for sight posts.
Sign panels for stationary mounted signs shall conform to the requirements of Section 206-7
“Reflective Sheeting Aluminum Signs”, and the following:
(a) All rectangular sheet aluminum signs over 4.5 feet measured along the horizontal axis, and i
diamond-shaped sheet aluminum signs 5 feet and larger shall be framed unless otherwis
specified.
(b) Frames shall be constructed in accordance with “Framing Details for Sheet Aluminum Signs 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 units shi be capable of being delivered to the site of use and placed in immediate operation. Sign panels fc
portable signs shall conform to the requirements of sign panels for stationary mounted signs in 20C
7, “Reflective Sheeting Aluminum Signs”, or shall be Type IV reflective sheeting, cotton drill fabric
flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during th
hours of darkness. Size, color, and legend requirements for portable signs shall be as described fc
stationary mounted sign panels in Section 206-7, “Reflective Sheeting Aluminum Signs”. Th
height to the bottom of the sign panel above the edge of traveled way shall be at least 12in. A
parts of the sign standard or framework shall be finished with 2 applications of an orange enamf
which will match the color of the sign panel background. Testing of paint will not be required.
portable signs are displaced or overturned, from any cause, during the progress of the work, th
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 Convenienc
and Safety.” Nothing in these Special Provisions shall be construed as relieving the Contractor fror
its responsibility as provided in said Section 7-10. If illuminated traffic cones rather than post-typl
delineators are used during the hours of darkness, they shall be affixed or covered with reflectivi
cone sleeves as specified in CALTRANS “Standard Specifications”, except the sleeves shall b(
seven (7) inches long.
The Contractor’s personnel shall not work closer than six (6) feet, nor operate equipment within twl
(2) feet from any traffic lane occupied by traffic. For equipment the two (2) feet shall be measure( from the closest approach of any part of the equipment as it is operated and/or maneuvered ii
performing the work. This requirement may be waived when the Engineer has given writtei authorization to the reduction in clearance that is specific to the time, duration and location of sucl
waiver or for the work of installing, maintaining and removing traffic control devices. As a conditio1
of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, o
realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers.
Personal vehicles of the Contractor’s employees shall not be parked within the traveled way
including any section closed to public traffic. Whenever vehicles or equipment are parked on tht
shoulder within six (6) feet of a traffic lane, the shoulder area shall be closed with fluorescent traffic
cones or portable delineators placed on a taper in advance of the parked vehicles or equipment an(
along the edge of the pavement at 25-foot intervals to a point not less than 25 feet past the las
vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be use( for the taper. A C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted 01
e= ts 1/08/98 Contract No. 3369 Page 54 of 119 Pages
1
I
1
1
I
1
1
I
1
1
I
1
1
I
a telescoping flag tree with flags. The flag tree shall be placed where directed by the Engit
construction traffic control devices shall be maintained in good order and according to
throughout the duration of work. During the entire construction, a minimum of two pavc
lanes, not less than twelve (12) feet wide, shall be open for use by public traffic in each dir
Add the following section:
7-10.3.3 Traffic Control System for Lane Closure, A traffic control system consists c
traffic lanes in accordance with the details shown on the plans, CALTRANS “Manual c
Control”, 1996 edition and provisions under ”Maintaining Traffic” elsewhere in these
Provisions. The provisions in this section will not relieve the Contractor from its respon:
provide such additional devices or take such measures as may be necessary to mainta
safety.
When lanes are closed for only the duration of work periods, all components of the traffi
system, except portable delineators placed along open trenches or excavation adjacer
traveled way, shall be removed from the traveled way and shoulder at the end work perio
Contractor so elects, said components may be stored at selected central locations, approvc
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 tral
operations, traffic shall be controlled with lane closures, as provided for under “Traffic
System for Lane Closure” of these Special Provisions or by use of an alternative traffic cor
proposed by the Contractor and approved by the Engineer. The Contractor shall not Sti
striping operations using an alternative plan until he has submitted its plan to the Engineer
received the Engineer’s written approval of said plan.
Add the following section:
7-10.3.5 Temporary Pavement Delineation, Temporary pavement delineation
furnished, placed, maintained and removed in accordance with the minimum standards sp
Chapter 5 of the “Traffic Manual”, 1996 edition published by CALTRANS. Whenever
causes obliteration of pavement delineation, temporary or permanent pavement delineatior
in place prior to opening the traveled way to public traffic. Lane line or centerline [
delineation shall be provided at all times for traveled ways open to public traffic. All work nc
including any required lines or marks, to establish the alignment of temporary pavement dc
shall be performed by the Contractor. When temporary pavement delineation is removed
and marks used to establish the alignment of the temporary pavement delineation shall be
by grinding.
Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose
Temporary pavement delineation shall not be applied over existing pavement delineatior
temporary pavement delineation. Temporary pavement delineation shall be maintai superseded or replaced with permanent pavement delineation.
Temporary pavement delineation shall be removed when, as determined by the Engi
temporary pavement delineation conflicts with the permanent pavement delineation or w
traffic pattern for the area and is no longer required for the direction of public traffic
temporary pavement delineation is required to be removed, all lines and marks used to
the alignment of the temporary pavement delineation shall be removed.
0 1 travel.
1 @
I
*w
I.
1 f.@ 1/08/98 Contract No. 3369 Page 55 of 11
Add the following section:
7-1 0.3.6 Modifications and Additions to Traffic Control Plan Sheets,
submit Traffic Control Plans (TCP) for the Engineer’s review for all construction activities.
7-1 0.3.7 Payment,
The Contractor shall prepare and correct TCP and shall furnish all labor and materials to perforr
install, maintain, replace and remove all traffic control as incidentals to the work with which they a
associated. Payment for the traffic control plan shall be included in the lump sum bid price for tt 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 necessa
precautions for the safety of employees on the work and shall comply with all applicable provisioi
of Federal, State and Municipal safety laws and building codes to prevent accidents or injury
persons on, about, or adjacent to the premises where the work is being performed. The Contract
shall erect and properly maintain at all times, as required by the conditions and progress of tt
work, all necessary safeguards for the protection of workers and public, and shall use danger sigr
warning against hazards created by such features of construction as protruding nails, hoists, w(
holes, and falling materials.
7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this wo
include Chapter 1 1.06. Excavation and Grading. If this notice specifies locations or possib
materials, such as borrow pits or gravel beds, for use in the proposed construction project whic
would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditior
established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditior
of the contract.
The Contractor shl
9-3 PAYMENT.
9-3.2 Partial and Final Payment, modify the second paragraph as follows: Each month, thc
Engineer will make an approximate measurement of the work performed to the closure date a:
basis for making monthly progress payments. The estimated value will be based on contract uni
prices, completed change order work and as provided for in Section 9-2 of the Standarc
Specifications (SSPWC). Progress payments shall be made no later than thirty (30) calendar day:
after the closure date. Five (5) working days following the closure date, the Engineer shal
complete the detailed progress pay estimate and submit it to the Contractor for his information.
Should the Contractor assert that additional payment is due, the Contractor shall within ten (10
days of receipt of the progress estimate, submit a supplemental payment request to the Engineei
with adequate justification supporting the amount of supplemental payment request. Upon receip
of the supplemental payment request, the Engineer shall, as soon as practicable after receipt
determine whether the supplemental payment request is a proper payment request. If thc
Engineer determines that the supplemental payment request is not proper, then the request shal
be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt
The returned request shall be accompanied by a document setting forth in writing the reasons wh)
the supplemental payment request was not proper. In conformance with Public Contract Code
Section 20104.50, the City shall make payments within thirty (30) days after receipt of ar
undisputed and properly submitted supplemental payment request from the Contractor. If paymen of the undisputed supplemental payment request is not made within thirty (30) days after receipt b)
the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set fortt
in subdivision (a) of Section 685.01 0 of the Code of Civil Procedure.
*w p,# 1/08/98 Contract No. 3369 Page 56 of 119 Pages
I
I
I
I
1
I
I
1
1
SECTION 9 - MEASUREMENT & PAYMENT
0 9-3 PAYMENT.
9-3.2 Partial and Final Payment, modify the third paragraph as follows: The Agency sha
10 percent of such estimated value of the work done and 10 percent of the value of mate
estimated to have been furnished and delivered and unused or furnished and stored as af
as part security for the fulfillment of the contract by the Contractor, except that at any time l
percent of the work has been completed, if the Engineer finds that satisfactory progress i
made, the Agency may reduce the total amount being retained from payment pursuanl
above requirements to 5 percent of the total estimated value of said work and materials a
also reduce the amount retained from any of the remaining partial payments to 5 percen
estimated value of such work and materials. In addition, on any partial payment made i
percent of the work has been completed, the Agency may reduce the amount withhe
payment pursuant to the requirements of this Section to such lesser amounts as the E
determines is adequate security for the fulfillment of the balance of the work an(
requirements of the contract, but in no event will said amount be reduced to less than 125
of the estimated value of the work yet to be completed as determined by the Engineer
reduction will only be made upon the written request of the Contractor and shall be appi
writing by the surety on the Performance Bond and by the surety on the Payment Bon
approval of the surety shall be submitted to the Engineer; the signature of the person exec1
approval for the surety shall be properly acknowledged and the power of attorney authorii
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 inspec
Engineer will make a Final Payment Estimate and process a corresponding payment. This
will be in writing and shall be for the total amount owed the Contractor as determine1
Engineer and shall be itemized by the contract bid item and change order item with quani
payment amounts and shall show all deductions made or to be made for prior paymc
amounts to be deducted under provisions of the contract. All prior estimates and progress F
shall be subject to correction in the Final Payment Estimate.
The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate
written statement disputing any bid item or change order item quantity or payment amoi
Contractor shall provide all documentation at the time of submitting the statement supp
position. Should the Contractor fail to submit the statement and supporting documentatic
the time specified, the Contractor acknowledges that full and final payment has been mal
contract bid items and change order items.
If the Contractor submits a written statement with documentation in the aforementioned
Engineer will review the disputed item within 30 calendar days and make any aF
adjustments on the Final Payment. Remaining disputed quantities or amounts not approvc
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 asc
basis and amount of said claims. The Engineer will consider and determine the Contract0
and it will be the responsibility of the Contractor to furnish within a reasonable time su(
information and details as may be required by the Engineer to determine the facts or cc
involved in its claims. Failure to submit such information and details will be sufficient 1
denying the claims.
I e
B
i
1
1
1
1
1
4-
I.
I p,s 1/08/98 Contract No. 3369 Page 57 of 11
9-3.2.1 Payment for Claims. Add the following:
Written statement shall be submitted to the Agency within 30 calendar days of receipt of Fin
Payment for all claims for the entire project. No claim will be considered that was not included
this written statement, nor will any claim be allowed for which written notice or protest is require
under any provision of this contract including sections 3-4 Changed Conditions, 3-5 Disputed Wor
6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Tirr
Accounting, unless the Contractor has complied with notice or protest requirements.
The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain th
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 furtht
information and details as may be required by the Engineer to determine the facts or contentior
involved in its claims. Failure to submit such information and details will be sufficient cause fc
denying the claims.
Payment for claims shall be processed within 30 calendar days of receipt of the written statement (
further information, whichever is longer, for those claims approved by the Engineer. The Contract(
shall proceed with informal dispute resolution under subsection 3-5, Disputed Work, for those clair
remaining in dispute.
Add the following section:
9-3.3.1 Delivered Materials,
into the work will not be included in the progress estimate.
The cost of materials and equipment delivered but not incorporate
4- p.# 1/08/98 Contract No. 3369 Page 58 of 119 Pages
Type of Construction
All Concrete Used Within the Right-of-way D
1 0 Trench Backfill Slurry
1
I
Street Light Foundations and Survey Monuments
Traffic Signal Foundations
Concreted-Rock Erosion Protection
Concrete Maximi
Class Slump mm (
330-C-23 (2)
1 15-E-3 200 (t
330-C-23 I00 (L
350-C-27 I00 (f
(560-C-3250) (’)
(1 90-E-400)
(560-C-3250)
(590-C-3750)
(520-C-25OOP)
31 0-C-17 per Table 30
USES
Headers for bituminous pavement up to 50 mm x
100 mm (2”x4”)
Headers for bituminous pavement larger than 50
mm x 100 mm (2”x4”)
GRADES
construction grade Redwood or trez
construction grade Douglas Fir
number I grade Redwood, or treated numbt
grade Douglas Fir
I
1
1
1
i
1
1
1
1
1
1
1
I
1
I
i
Add the following section:
206-7.1.3 Drawings. Modify the “Specifications For Reflective Sheeting Signs, October
follows: Standard signs shall be as per the most recently approved “Approved Sign Spe
Sheets” of the State of California, Department of Transportation. The date of approval sh:
date most closely preceding the date of manufacture of the sign(s) or the date of the ”I
Proceed” of this contract, whichever is most recent.
Add the following section:
206-7.1.4 Reflective Sheeting. Modify the “Specifications For Reflective Sheeting Signs,
1993 as follows: All warning signs and all regulatory signs, excepting only those hereinafl
shall be fabricated with Type Ill encapsulated lens sheeting conforming to the requiremen
specification. Signs listed below shalt be fabricated with Type I1 encapsulated lens
conforming to the requirements of this specification. Regulatory signs which shall be fabric;
Type I1 encapsulated lens sheeting are: R5; R24 through, and including, R32B; R47 throl
including, R53C; R62A through, and including, R62D; R74 through, and including, R96C;
through, and including, R105A.
Add the following section:
206-7.1.5 Substrate. Modify the “Specifications For Reflective Sheeting Signs, October
follows: All permanent traffic signs used for the direction, warning, and regulation o
(including bicycle) and pedestrian traffic shall use aluminum substrate.
Add the following section:
206-7.1.6 Mounting traffic Signs. Traffic signs shall be installed as required by SE
Regional Standard drawing M-45 or, when the sign area exceeds the maximum area allowl
that drawing, on wood posts in the same manner shown on the State of California, Depai
Transportation “Standard Plans” 1995 edition standard plans numbers RS1 , RS2, RS3 anc
installation of roadside signs
Add the following section:
206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of all signs used
direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic during
Contractor’s performance of the Work. Temporary traffic signs include both stationary and
signs.
Add the following section:
206-7.2.1 General. Materials, legend, proportion, size, and fabrication of all temporary trz
used for the direction, warning, and regulation of vehicle (including bicycle) and pedestr
shall conform to the requirements of “Specifications For Reflective Sheeting Signs, Octob
Sheets 1 through 5 that accompany “Specifications For Reflective Sheeting Signs, Octobei
dimensions and details, dated April 1987, and “OPAQUE COLOR CHART”, dated Februi
all published by the State of California, Department of Transportation, Division of Pro
Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 9581
modified herein. Where The “Specification For Reflective Sheeting Signs, October I993 re
Contractor or supplier to notify the Department of Transportation or to certify compliancc
“Specifications For Reflective Sheeting Signs, October 1993”, to provide a quality control pi
to allow testing, approval, observation of manufacturing or assembly operations by the California, Department of Transportation and/or its employees or officials, such rights
vested in the Engineer.
0
1 0
em
I.
I %# 1/08/98 Contract No. 3369 Page 61 of 1’
Add the following section:
206-7.2.2 Drawings. Modify the “Specifications For Reflective Sheeting Signs, October 1993” i
follows: Standard temporary traffic signs shall be as per the most recently approved “Approve
Sign Specification Sheets” of the State of California, Department of Transportation. The date (
approval shall be the date most closely preceding the date of manufacture of the sign@) or the dai
of the “Notice to Proceed” of this contract, whichever is most recent.
Add the following section:
206-7.2.3 Reflective Sheeting. Modify the “Specifications For Reflective Sheeting Signs, Octobt
1993” as follows: All warning signs and all regulatory signs, excepting only those hereinafter listec
shall be fabricated with Type Ill encapsulated lens sheeting conforming to the requirements of th
specification. Signs listed below shall be fabricated with Type II encapsulated lens sheetin
conforming to the requirements of this specification. Regulatory signs which shall be fabricated wil
Type II encapsulated lens sheeting are: R5; R24 through, and including, R32B; R47 through, an
including, R53C; R62A through, and including, R62D; R74 through, and including, R96C; and R9
through, and including, R105A.
Add the following section:
206-7.2.4 Substrate. Modify the “Specifications For Reflective Sheeting Signs, October 1993” a
follows: Excepting only construction warning signs used at a single location during daylight hour
for not more than five (5) consecutive days, all signs used for the direction, warning, and regulatio
of vehicle (including bicycle) and pedestrian traffic shall be stationary mounted and shall us
aluminum substrate.
Add the following section:
206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary traffi
signs shall be installed on wood posts in the same manner shown on the State of Californit
Department of Transportation “Standard Plans” 1995 edition standard plans numbers RSI, RS;
RS3 and RS4 for installation of roadside signs, 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 t
least 2.1 m (7’).
c) Construction area sign posts may be installed on above ground temporary platform sig
supports as approved by the Engineer, or the signs may be installed on existing lightin
standards or other supports as approved by the Engineer. When construction area sign
are installed on existing lighting standards, holes shall not be made in the standards t
support the sign.
d) The post embedment shall be 0.8-m (32”) if post holes are backfilled around the post
with 295-C-17 (500-C-2500) portland cement concrete.
e) When break-away sign posts (SDRS M-45) are used one post shall be provided for eac
0.48 m2 (5 ft2)of sign area.
Post size and number of posts shall be as shown on the plans, except that when stationary mounte
signs are installed and the type of sign installation is not shown on the plans, post size and th
number of posts will be determined by the Engineer. Posts shall be good sound wood post:
suitable for the purpose intended. Sign panels for stationary mounted signs shall consist of Typ
IllA reflective sheeting applied to a sign substrate. Sign panels shall conform to the requirement specified for aluminum signs in the “Specifications For Reflective Sheeting Signs, October 1993”.
e= c@ 1/08/98 Contract No. 3369 Page 62 of I19 Pages
I
8
I
i
I
I
1
1
I
I
I
I
I
t
II
Add the following section:
206-7.2.6 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall c a base, standard or framework and a sign panel. The units shall be capable of being del
the site of use and placed in immediate operation. Sign panels for portable signs shall ca
the requirements of sign panels for stationary mounted signs in the “Specifications For F
Sheeting Signs, October 1993, or shall be cotton drill fabric, flexible industrial nylon fabric,
approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color,
end requirements for portable signs shall be as described for stationary mounted sign F
section 206-7.2 of these Special Provisions. The height to the bottom of the sign panel a
edge of traveled way shall be at least 0.3-m (12”). All parts of the sign standard or framew
be finished with 2 applications of an orange enamel which will match the color of the si1
background. Testing of paint will not be required.
Add the following section:
206-7.2.6 Maintenance of Temporary Traffic Signs. If temporary traffic signs are disF
overturned, from any cause, during the progress of the work, the Contractor shall imr
replace the signs in their original locations. The Contractor shall maintain all temporary tra
used in the Work in a clean, reflective and readable condition. The Contractor shall rf
restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours
marked by graffiti.
Add the following section:
Add the following section:
206-8.1 General. This Section pertains to 10-gage and 12-gage cold-rolled steel p
tubing used for the support and stabilization of signs. All shapes shall have a galvanized f
shall be cold-roll-formed steel conforming to ASTM Designation A-446, Grade A. Galvani;
conform to ASTM A-525, Designation G-90. Galvanizing shall be performed after all fori
punching operations have been completed. Cold-rolled steel perforated tubing shall be p
on all four faces with 1 lmm (7/16”) holes on 25 mm (1”) centers.
Add the following section:
206-8.2 Tolerances. Wall thickness tolerance shall not exceed +0.28 mm, -0.13 mm (+0
0.005”). Convexity and concavity measured in the center of the flat side shall not exceed a
of +0.25 mm (+O.OlO”) applied to the specific size determined at the corner. Straightness
variation shall not exceed 1.6 mm in 1 m (VI6 “ in 3’). Tolerance for corner radius is 4.0mr
plus or minus 0.40 mm (1/64“). Weld flash on corner-welded square tubing shall permit
(9164”) radius gage to be placed in the corner. Using 10-gage or 12-gage square tube, ca
size tubes shall telescope freely for 3.lm (IO’). Tolerance on hole size is plus or minus
(1/64) on a size. Tolerance on hole spacing is plus or minus 3.2 mm in 6.1 m (1/8 i
addition, for the following specific sizes of light gage steel tubing, dimensional tolerances
exceed those listed in tables 206-8.2 (A) and 206-8.2(B).
e
1
206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS.
i 0
4-
I.
1 %@ 1/08/98 Contract No. 3369 Page 63 of 1
Nominal Outside Dimensions
mm (inches)
25 x 25 (1 xl)
32 x 32
38 x 38
44 x 44
51 x51 (2 x 2)
56 x 56
57 x 57
64 x 64
51 x76 (2 x 3)
(1 ‘/4 X 1 ’/J
(1V2 x 1V2)
(1 3/4 X 1 ’//,)
( 23/, 6 X 23/1 6) (2’/4 x zl//,)
(2V2 x 2V2)
Outside Tolerance for II Sides at Corners
mm (inches)
0.1 3 0.005
0.15 0.006
0.15 0.006
0.20 0.008
0.20 0.008
0.25 0.01 0
0.25 0.01 0
0.25 0.010
0.25 0.010
Nominal Outside Dimension
mm (Inches)
(1 x 1) (1 -1/4 X 1 -’/J
(1-V2 x 1-V2)
(1 -3/4 X 1 -3/4)
(2-’/,, x 2-3/16)
(2-’//, x 2-’//,)
(24 x 24)
25 x 25
32 x 32
38 x 38
44 x44
51 x51 (2 x 2)
56 x 56
57 x 57
64 x 64
51 x76 (2 x 3)
Squareness‘’) Twist Permissible in 900 mm (3n
mm (Inches) mm@) (Inches)”)
0.15 0.006 1.3 0.050
0.18 0.007 1.3 0.050
0.20 0.009 1.3 0.050
0.25 0.01 0 1.6 0.062
0.30 0.01 2 1.6 0.062
0.36 0.014 1.6 0.062
0.36 1.014 1.6 0.062
0.38 0.01 5 1.9 0.075
0.46 0.01 8 1.9 0.075
Property
Thickness
Tensile strength
Elongation
Printability
Flexibility
Inks
Message repeat
Foil
Top layer
Bottom layer
Adhesives I * Bond strength
Colors
I
I
1
Method Value
ASTM D2103
ASTM D882
ASTM D882-88
ASTM D2578
ASTM D671-81 Pliable hand
Manufacturing specifications Heat-set Mylex
Manufacturing specifications Every 500 mm(20”)
Manufacturing specifications Dead sowannealed
Manufacturing specifications Virgin PET
Manufacturing specifications Virgin LDPE
Manufacturing specifications
Boiling H,O at 100 degrees Celsius
APWA Code
01 14 mm (0.0056”)
4500g/cm (25 Ibdinch) (5,5r
e50 percent at break
>50 d ynes/sq ua re cent i mett
>30 percent, solid 1.5#/R
Five hours without peel
See Table 207-25.1 (8)
Color
Red
Yellow
Orange
Blue
Green
Brown
Purple
1
I
Utility Marked
Electric power, distribution, transmission, and municipal electric systems.
Gas and oil distribution and transmission, dangerous materials, product and st
Telephone and telegraph systems, police and fire communications, and cable
Water systems.
Sanitary and storm sewer systems, nonpotable.
Force mains.
Reclaimed water lines.
D. General Services Administration, Washington, DC, Public Buildings Service Guidl
Specification for Mechanical and Electrical Equipment - PBS 4-1501, Amendment 2, Pagl
501-14, Paragraph 18, Subparagraph 18.1, Clause 18.1.1.
E. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC
National Electrical Safety Code for Underground Construction for remote and immediate hazards
SECTION 209 - ELECTRICAL COMPONENTS
209 ELECTRICAL COMPONENTS. Modify as follows: Section 209, “Signals, Lighting and Traffi
Electrical Systems”, herein, shall replace Section 209, “Electrical Components”, of the SSPWC in a
matters pertaining to the specifications for measurement, payment, warranty, and materials anc
methods of construction for all elements of street lighting and traffic signals. For electric;
components provided and installed in systems not including street lighting and traffic signals sectioi
209 SSPWC is unmodified except as specified in sections other than section 209, “Signals, Lightin!
and Electrical Systems”, herein. For section 209, “Signals, Lighting and Electrical Systems”, bot1
construction materials and construction methods have been combined into a single section.
SECTION 209 - SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS
209-1 GENERAL
209-1 .Ol Description. Electrical work shall consist of furnishing and installing, modifying o
removing one or more traffic signals, traffic signal master controller assemblies and interconnectioi
facilities, flashing beacon systems, lighting systems, sign illumination systems, traffic monitorin!
stations, communication systems, electrical equipment in structures, falsework lighting, provision!
for future systems, or combinations thereof, all as shown on the plans, and as specified in thest
special provisions.
The locations of signals, beacons, standards, lighting fixtures, signs, controls, services an(
appurtenances shown on the plans are approximate and the exact locations will be established b!
the Engineer in the field. All systems shall be complete and in operating condition at the time o acceptance of the contract.
209-1.01 5 Definitions. The following definitions pertain only to Section 86, “Signals, Lighting an(
Electrical Systems.”
Actuation.- The operation of any type of detector.
Burn-In Procedure. - The procedure by which each LED signal module is energized for :
minimum of 24 hours at operating voltage at a 100% duty cycle, and in an ambient temperature o
6OoC (140OF).
Candlepower Values. - Luminous intensity expressed in candelas (cd).
Channel.- A discrete information path.
Chromaticity (Color). - The color of the light emitted by a signal module, specified as x-)
chromaticity coordinates on the chromaticity diagram according to the 1931 Commissior
lnternationale d’Eclairage standard observer and coordinate system. The measured chromaticio coordinates shall fall within the limits specified in VTCSH Section 8.04 “Limits of Chromaticit)
Coordinates.”
Controller Assembly.- The complete assembly for controlling the operation of a traffic signal 01
other system, consisting of a controller unit, and all auxiliary equipment housed in a rainproof cabi. net.
Controller Unit.-That part of the controller assembly which performs the basic timing and logic
functions.
Detector.- A device for indicating the passage or presence of vehicles or pedestrians.
Duty Cycle. - The amount of illuminated on-time a signal module is energized, expressed as i
percent of signal cycle time period.
em
?@ 1/08/98 Contract No. 3369 Page 66 of 119 Pages
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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
beacon or intersection control beacon.
Inductive Loop Vehicle Detector.- A detector capable of being actuated by the ch
inductance caused by a vehicle passing over or standing over the loop.
Integrating Photometer. - An instrument used in measuring the intensity of light that enat
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 utilii
devices as the light source. An LED signal module may directly replace an existing traff
lamp and lens combination.
Lighting Standard.- The pole and mast arm which support the luminaire.
Luminaire.- The assembly which houses the light source and controls the light emitted *
light source.
Magnetic Vehicle Detector.- A detector capable of being actuated by the induced voltage
by the passage of a vehicle through the earth’s magnetic field.
Magnetometer Vehicle Detector.- A detector capable of being actuated by the I
disturbance caused by the passage or presence of a vehicle.
Major Street.- The roadway approach or approaches at an intersection normally can
major volume of vehicular traffic.
Minimum Intensity. - In accordance with the values in Table 1 of the existing VTCSH E
the minimum intensity values below which no LED signal modules will be released from the
Minor Street.- The roadway approach or approaches at an intersection normally carr
minor volume of vehicular traffic.
Pedestrian Detector.- A detector, usually of the push button type, capable of being ope
hand.
Plans. - For this Section (Section 209) plans shall include all documents listed in Sec
“Plans and Specifications”, et seq. as well as the “STANDARD PLANS”, ec
promulgated by the State of California, Department of Transportation.
Power Consumption. - The rms electrical power (watts) consumed by an LED signal
when operated at rated voltage.
Pre-timed Controller Assembly.- A controller assembly for operating traffic signals in acc
with a pre-determined cycle length.
Rated Initial Intensity. - The light intensity of a new LED signal module, operated
voltage, measured after the burn-in procedure with an integrating photometer.
Rated Voltage. - The ac rms voltage at which light output performance and power con:
are specified (1 17 VAC at 60 Hz).
Signal Face.-That part of a signal head provided for controlling traffic in a single direc
consisting of one or more signal sections.
Signal Head.- An assembly containing one or more signal faces.
Signal Indication.-The illumination of a signal section or other device, or of a combi
sections or other devices at the same time.
Signal Section.- A complete unit for providing a signal indication consisting of a hous
reflector, lamp receptacle and lamp.
Sun Phantom. - The effect of an outside light source entering the signal assembly a
returned in such a manner as to present the appearance of the signal assembly being illum
Traffic-Actuated Controller Assembly.- A controller assembly for operating traffic E
accordance with the varying demands of traffic as registered with the controller unit by dete
Traffic Phase.- The right of way, change and clearance intervals assigned to a traffic IT
e
I0
I or combination of movements.
4-
I.
I %@ 1/08/98 Contract No. 3369 Page 67 of 11
Vehicle.- Any motor vehicle normally licensed for highway use.
VTCSH Standard. - The definitions and practices described in “Vehicle Traffic Control Sign;
Heads” published in the Equipment and Materials Standards of the lnsfifufe of Transpodafio
Engineers.
209-1.02 Regulations and Code. All electrical equipment shall conform to the standards of th
National Electrical Manufacturers Association (NEMA), the Underwriters’ Laboratories Inc. (UL), th
Electrical Testing Laboratories (ETL), the National Electrical Testing Association, Inc. (NETA), or th Electronic Industries Association (EIA), wherever applicable. In addition to the requirements of th
plans, these special provisions, all materials and workmanship shall conform to the requirements ( the National Electrical Code 1996 edition, hereinafter referred to as the Code; California Code (
Regulations, Title 8, Chapter 4, Subchapter 5, Electrical Safety Orders; Rules for Overhea Electrical Line Construction, General Order No. 95 of the Public Utilities Commission; Standards (
the American Society for Testing and Materials (ASTM); American National Standards lnstitut
(ANSI); and any local ordinances which may apply. Wherever reference is made to any of th
standards mentioned above, the reference shall be construed to mean the code, order, or standar
that is in effect on the day the Notice to Contractors for the work is dated.
209-1.03 Equipment List and Drawings. Unless otherwise permitted in writing by the Engineei
the Contractor shall, within 15 days following award of the contract, submit to the Engineer fc
review a list of equipment and materials which the Contractor proposes to install as specified i
Section 2-5.3, “Shop Drawings and Submittals.” The list shall be complete as to name c
manufacturer, size and identifying number of each item. The list shall be supplemented by SUC
other data as may be required, including schematic wiring diagrams and scale drawings of cabinet
showing location and spacing of shelves, terminal blocks and equipment, including dimensioning
All of the above data shall be submitted, install as specified in Section 2-5.3, “Shop Drawings an
Submittals”, for review. Where electrical equipment is constructed as detailed on the plans, th
submission of detailed drawings and diagrams will not be required.
The Contractor shall furnish 5 sets of controller cabinet schematic wiring diagrams made by (1) wc
blueprint, white background process using iron-sensitized paper, (2) the offset lithograph process, c
(3) the electrostatic process. The diagrams shall show the location of the installation and shall li:
all equipment installed in each controller cabinet. In addition, for each signal installation, th
Contractor shall furnish an intersection sketch showing poles, detectors, field wire connection term
nals and phasing as shown on the plans. All schematic wiring diagrams of the controller units an
auxiliary equipment, all cabinet diagrams, and all operation manuals shall be submitted at the tim
the controller assemblies are delivered for testing. The schematic wiring diagram shall show i
detail all circuits and parts. All parts shown thereon shall be identified by name or number and i
such manner as to be readily interpreted. All diagrams, plans and drawings shall be prepared usin1
graphic symbols shown in ANSI publication Y32.2, entitled “IEEE Standard and American Nation:
Standard Graphic Symbols for Electrical and Electronic Diagrams.”
209-1.04 Warranties, Guaranties and Instruction Sheets. Manufacturers’ warranties an1
guaranties furnished for materials used in the work and instruction sheets and parts lists suppliel
with materials shall be delivered to the Engineer prior to acceptance of the project.
209-1.06 Scheduling of Work. No above ground work, except service equipment, shall bl
performed until the Contractor has all materials on hand to complete that particular signal location c
lighting circuit. Work shall be so scheduled that each traffic signal, lighting and sign illuminatioi
system shall be completed and ready for operation prior to opening the corresponding section of thc
roadway to traffic.
e= t.s 1/08/98 Contract No. 3369 Page 68 of 119 Pages
I
I
I
I
I
I
I
I
I
I.
1
I
I
I
I
I
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 (
for use by public traffic without the energizing of street lighting at the intersection to be COI
street lighting exists or is being installed in conjunction with the traffic signals. Traffic sigr
not be placed in operation until the roadways to be controlled are open to public traffic
otherwise directed by the Engineer. Lighting and traffic signals shall not be placed in o
including flashing operation, prior to commencement of the functional test period spc
Section 209-2.14, “Testing,” unless ordered otherwise by the Engineer.
Conductors shall not be pulled into conduit until pull boxes are set to grade, crushed roc
installed, mortar placed around conduit, concrete bottom of pull boxes placed, and metallil
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 tu1
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.
209-1.07 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.
0
209-2 MATERIALS AND INSTALLATION
209-2.01 Excavating and Backfilling. The excavations required for the installation oi
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 immediate 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 Dir
Materials’’ and 302-6, “Surplus Material”, depending on the origin and nature of the mater
removed and disposed.
The excavations shall be backfilled in conformance with the provisions in Sections “Structure Backfill” or 306-1.3, “Backfill and Densification,” depending on the nature of the
or conduit that the excavation being backfilled accommodates. Excavations after backfillin!
kept well filled and maintained in a smooth and well-drained condition until permanent re
made. All excavations shall be filled, and sidewalks, pavement, and landscaping restore1
intersection prior to excavating at any other intersection, unless otherwise permittel
Engineer. Excavations in the street or highway shall be performed in such a manner that
than one traffic lane is restricted at any time, unless otherwise approved by the Engineer. I
4.-
I.
I %a 1/08/98 Contract No. 3369 Page 69 of 1’
209-2.02 Removing and Replacing Improvements. In addition to the requirements of sectior
7-9, “Protection and Restoration of Existing Improvements” and 306-1.5, “Trench Resurfacin!
Improvements such as sidewalks, curbs, gutters, portland cement concrete and asphalt concre‘
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 concrel
reconstructed as above specified. The outline of all areas to be removed in portland cemei
concrete sidewalks and driveways and in pavements shall be cut to a minimum depth of 50 mm (2
with an abrasive type saw prior to removing the sidewalk, driveways and pavement material. Cui
shall be neat and true along score lines, with no shatter outside the removal area.
209-2.03 Foundations. Portland cement materials and construction methods shall conform 1
Section 201 , “Concrete, Mortar and Related concrete Materials,” for Materials and Section 30:
“Concrete and Masonry Construction,” for construction methods. Concrete foundations shall rest o
firm ground.
Reinforced cast-in-drilled-hole concrete pile foundations for traffic signal and lighting standards shs
conform to the provisions in Section 205-3.3, “Cast-in-Place Concrete Piles,” except that materii
resulting from drilling holes shall be disposed of as provided in Section 209-2.01, “Excavating an
Backfilling.” The exposed portions of the foundation shall be formed to present a neat appearance.
Forms shall be true to line and grade. Tops of foundations for posts and standards, except specii
foundations, shall be finished to curb or sidewalk grade or as directed by the Engineer. Forms shz
be rigid and securely braced in place. Conduit ends and anchor bolts shall be placed in propc
position and to proper height, and shall be held in place by means of a template until the concret
sets.
Anchor bars or studs and nuts, except for Type 30 and Type 31 lighting standards, shall conform t
ASTM Designation: A 307. Headed anchor bolts for foundations shall conform to the specification
of ASTM Designation: A 307, Grade B with SI supplementary requirements. At the option of th
Contractor, nonheaded anchor bolts for foundations shall conform either to the specifications c
ASTM Designation: A 307, Grade C or to the provisions in AASHTO Designation: M 314, Grade 3
or 55 with S1 supplementary requirements. When nonheaded anchor bolts conforming to th
specifications of ASTM Designation: , A 307, Grade C are furnished, the end of each fabricate
anchor bolt shall be either coded by end stamping as required in ASTM Designation: A 307 or th
end that projects from the concrete shall be permanently coded with a green color by thl
manufacturer. High strength anchor bolts, bars, or studs for Type 30 and Type 31 lightini
standards shall conform to ASTM Designation: A 325, A 325M or A 449 and shall comply with thl
mechanical requirements of ASTM Designation: A 325 or A 325M after galvanizing. Nuts ani washers for high strength anchor bolts shall conform to ASTM Designations: A 563 or A 563M, ani
F 476 or F 476M, respectively. In addition to the requirements of ASTM Designation: A 449, stud
shall be marked on either end as required for bolt heads. All steel parts shall be galvanized i
accordance with the provisions in Section 21 0-3.6, “Galvanizing for Traffic Signal Facilities.’’
The upper threaded portion of all anchor bolts shall be provided with 2 nuts and 2 washers each.
Anchor bars or studs shall be provided with 3 nuts and washers each. Welding shall not b performed on any portion of the body of high-strength anchor bolts, anchor bars, or studs.
e= p,s 1/08/98 Contract No. 3369 Page 70 of 119 Pages
i
I
I
I
1
B
I
1
1
B
I
I
I
1
I
I
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 TT
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 bi
to exposed surfaces of concrete. Where obstructions prevent the construction of a
foundation, the Contractor shall construct an effective foundation as directed by the Enginc
foundations shown on the plans shall be extended if conditions require additional depth,
additional work, if ordered by the Engineer, will be paid for as extra work as provided in Sec
“Changes initiated By The Agency.”
209-2.04 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 209-2.04. 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 \
passing both weld procedure and nondestructive testing as deemed necessary by the Engi
costs of the supplemental testing shall be borne by the Contractor.
All standards except Type 1, and all signal mast arms, shall have an aluminum identificati
as noted on the plans, attached with stainless steel rivets or screws. Type 1 standards i
pedestals for controller cabinets shall be constructed of 3 mm (.125”) or thicker galvanized
100 mm (4“) standard weight galvanized, steel pipe or Size 103, Type 1 conduit, witt
designed for post-top slip-fitter. Standard weight galvanized, steel pipe shall confort
specifications of ASTM Designation: A 53. Materials and construction methods for all ferrc
parts of standards, with shaft length of 4.6 m (15‘) and longer, shall conform to the details 5
the plans, the requirements of Sections 206, “Miscellaneous Metal Items,” for Materials anc
304, “Metals Fabrication and Construction,” for construction methods except as otherwi:
and the following requirements:
1) Except as otherwise specified, standards shall be fabricated from sheet steel of weldal
having a minimum yield strength, after fabrication, of 276 Mpa (40,000 psi). Certified te$
which verify conformance to the minimum yield strength requirements shall be submittt
Engineer. The test reports may be the mill test reports for the as-received steel or, whe
received steel has a lower yield strength than required, the Contractor shall provide suppc
data which provides assurance that the Contractor’s method of cold forming will co
increase the tensile properties of the steel to meet the specified minimum yield stren:
supportive test data shall include tensile properties of the steel both before and after cold fc
specific heats and thicknesses.
2) When a single-ply 8 mm (0.3125“) thick pole is specified, a 2-ply pole with equivaler
modulus may be substituted. Standards may be fabricated of full-length sheets or shorter
Each section shall be fabricated from not more than 2 pieces of sheet steel. Where 2 p
used, the longitudinal welded seams shall be directly opposite one another. When the set
butt-welded together, the longitudinal welded seams on adjacent sections shall be place
continuous straight seams from base to top of standard.
3) Butt-welded transverse joints shall be strengthened by inserting a metal sleeve at each j
sleeve shall be 3 mm (0.120“) nominal thickness, or thicker, steel having the same
composition as the steel in the standard. When the sections to be joined have different
minimum yield strengths, the steel in the sleeve shall have the same chemical compositic
@
II
E @
@
4- 1 ts 1/08/98 Contract No. 3369 Page 71 of 11
higher minimum yield strength steel to be joined. The metal sleeve shall have a minimum length (
25 mm. The sleeve shall be centered at the joint and have the same taper as the standard with th
outside of the sleeve in full contact with the inside of the standard throughout the sleeve length an
circumference. All welds shall be continuous. The weld metal at the transverse joint shall extend t the sleeve, making the sleeve an integral part of the joint. Longitudinal welds in steel tubuk
sections will be tested in accordance with California Test 664. The sampling frequency shall be a
determined by the Engineer. The welds may be made by the electric resistance welding process
All exposed welds, except fillet and fatigue resistant welds and welds on top of mast arms, shall b
ground flush with the base metal.
4) All exposed edges of the plates which make up the base assembly shall be finished smooth an
all exposed corners of the plates shall be neatly rounded unless otherwise shown on the plans.
Shafts shall be provided with slip-fitter shaft caps. Standards shall be straight, with a permissiv
variation not to exceed 25 mm (1“) measured at the midpoint of a 9 m (30’) or 11 m (36’) standar
and not to exceed 20 mm (3/4“) measured at the midpoint of a 5 m (17’) through 6 m (20’) standard
Variation shall not exceed 25 mm (I“) at a point 4.5 m (15‘) above the base plate for Type 35 an
Type 36 standards.
5) All galvanized nuts, used on assemblies with a specified preload or torque, shall be lubricated ii
accordance with the requirements specified for galvanized Grade DH nuts in ASTM Designation:
A 563 or A 563M.
6) Standards with an outside diameter of 300 mm (12) or less shall be round. Standards with ai
outside diameter greater than 300 mm (12“) shall be round or multisided. Multisided standards sha
have a minimum of 10 sides which shall be convex and shall have a minimum bend radius c
100 mm (4”).
7) Mast arms for standards, shall be fabricated from material as specified for standards and sha
conform to the dimensions shown on the plans.
8) The cast steel option for slip bases shall be fabricated from material conforming to thc
requirements of ASTM Designation: A 27/A 27M, Grade 70-40. Other comparable material may bc
used if written permission is given by the Engineer. The casting tolerances shall be in accordancc
with the Steel Founder’s Society of America recommendations (green sand molding). One castin!
from each lot of 50 castings or less shall be subject to radiographic inspection, in accordance wit1
the provisions in ASTM Designation: E 94. The castings shall comply with the acceptance criterii
severity level 3 or better for all types and categories of discontinuities as specified in ASTn
Designations: E 186 and E 446. If the one casting fails to pass the inspection, 2 additional casting
shall be radiographed. Both of these castings shall pass the inspection or the entire lot of 50 will bc
rejected. Material certifications consisting of physical and chemical properties, and radiographi(
films of the castings shall be filed at the manufacturer’s office. These certifications and films sha
be available for inspection upon request.
9) High-strength bolts, nuts and flat washers used to connect slip base plates shall conform tc
ASTM Designation: A 325 or A 325M and shall be galvanized as specified in Section 210-3.6
“Galvanizing for Traffic Signal Facilities.”
10) Plate washers shall be fabricated by saw cutting and drilling steel plate conforming to AIS
Designation: 101 8, and be galvanized as specified in Section 21 0-3.6, “Galvanizing for Traffic
Signal Facilities.”
11) Prior to galvanizing, all burrs and sharp edges shall be removed and holes shall be chamferec
sufficiently on each side to allow the bolt head to make full contact with the washer without tensior
on the bolt.
12) High-strength cap screws shown on the plans for attaching mast arms to standards shal
conform to ASTM Designation: A 325, A 325M or ASTM Designation: A 449 and shall comply witt
the mechanical requirements of ASTM Designation: A 325 or A 325M after galvanizing. The car screws shall be galvanized as specified in Section 21 0-3.6, “Galvanizing for Traffic Signal Facilities.
The threads of the cap screws shall be coated with a lubricant which is clean and dry to the touch.
13) The galvanized faying surfaces of the connections between signal or lighting mast arms an(
poles shall be free of surface imperfections, such as lumps, runs, and scum, which would preven
e-- gs 1/08/98 Contract No. 3369 Page 72 of 119 Pages
Standard Type Torque (Newton-meters)
15-SB 200
30 200
31 275
36-20A 225
1
Torque Foot- Pounds
150
150
200
165
209-2.05B Use. Unless otherwise indicated, the minimum metric trade size of conduit:
1) From an electrolier to the adjacent pull box shall be Size 41 (l1I2” dia).
2) From a pedestrian push button post to the adjacent pull box shall be Size 27 (1” dia).
3) From a signal standard to the adjacent pull box shall be Size 53 (Zdia).
4) From a controller cabinet to the adjacent pull box shall be Size 78 (3” dia).
5) For detector runs shall be Size 41 (l1Izn dia).
6) Not otherwise specified shall be Size 41 (I l/z” dia).
209-2.05C Installation. Conduit shall be installed in conformance with the codes and regulatioi
listed in Section 209-1.02, “Regulations and Code.” Conduit runs shown on the plans may t changed to avoid underground obstructions with written approval by the Engineer. The ends of i
conduits, whether shop or field cut, shall be reamed to remove burrs and rough edges. Cuts Shi
be made square and true. Slip joints or running threads will not be permitted for coupling condui
When a standard coupling cannot be used for coupling metal type conduit, a UL or ETL list6
threaded union coupling shall be used. All couplings for metal type conduit shall be tightened
provide a good electrical connection throughout the entire length of the conduit run. Conduit shall L tightened into couplings or fittings using strap wrenches or approved groove joint pliers. Condi
threads and damaged surfaces on metal conduit shall be painted with 2 applications of approve
unthinned zinc-rich primer (organic vehicle type) conforming to the requirements in Section 21 0-3.1
“Galvanizing for Traffic Signal Facilities.” Aerosol cans shall not be used.
The ends of‘conduit shall be threaded and shall be capped with standard pipe caps or “pennies” i
protect the raceway against dirt and concrete until wiring is started. When caps or “pennies” ai
removed, the ends of conduit and conduit fittings shall be provided with conduit bushings. Condi
terminating in pull boxes or foundations shall be provided with insulated bonding bushings.
Conduit bends, except factory bends, shall have a radius of not less than 6 times the insic
diameter of the conduit. Where factory bends are not used, conduit shall be bent, without crimpir
or flattening, using the longest radius practicable.
A No. 12 copper pull wire or a pull rope shall be installed in all conduits which are to receive futur
conductors. The pull rope shall be nylon or polypropylene with a minimum tensile strength ( 2225 N (500 pounds). At least 0.6 m (2‘) of pull wire or rope shall be doubled back into the condu
at each termination. Existing underground conduit to be incorporated into a new system shall b
cleaned with a mandrel or cylindrical wire brush and blown out with compressed air.
Conduit shall be laid to a depth of not less than 460 mm (18“) below grade in portland cemer concrete sidewalk areas and curbed paved median areas, and not less than 750 mm (30) belo1
finished grade in all other areas. Conduit may be laid on top of the existing pavement within ne\
curbed medians being constructed on top of the existing pavement. Conduit couplings shall b
located at least 150 mm (6“) from face of foundation.
Unless “Trenching In Pavement Method” is specifically allowed or required on the plans or in thes
special provisions, conduit shall be placed under existina pavement bv iackina or drillina methods
Pavement shall not be disturbed without permission from the Engineer. In the event obstruction are encountered, upon approval of the Engineer, small holes may be cut in the pavement to locat or remove obstructions. Jacking or drilling pits shall be kept 0.6 m (2‘) clear of the edge of any typ
of pavement wherever possible. Excessive use of water, such that pavement might be undermine
or subgrade softened, will not be permitted. Conduit to be placed as part of the completed wor
shall not be used for drilling or jacking. When “Trenching in Pavement Method” is specificall
allowed or required on the plans or in these special provisions, installation of conduit unde
pavement shall conform to the following:
*w p,s 1/08/98 Contract No. 3369 Page 74 of 119 Pages
I
1
I
I
1
1
I
I
1
I
I
1
I m
i
1) Conduit shall be placed under existing pavement in a trench approximately 50 mm (
than the outside diameter of the conduit to be installed.
2) Trench shall not exceed 150 mm (6") in width.
3) Trench depth shall not exceed 300 mm (12) or conduit metric trade size plus 250 n
whichever is greater, except that at pull boxes the trench may be hand dug to required depi
4) The top of the installed conduit shall be a minimum of 230 mm (9) below finished g
areas where additional pavement is to be placed, trenching installation shall be complete1
placing the final pavement layer.
5) The outline of all areas of pavement to be removed shall be cut to a minimum depth c
(3") with a rock cutting excavator specifically designed for this purpose.
6) Cuts shall be neat and true with no shatter outside the removal area.
7) The conduit shall be placed in the bottom of the trench and the trench shall be backi
trench backfill slurry concrete.
8) Concrete backfill shall be placed to the pavement surface except, when the trench is i
concrete pavement and additional pavement is not being placed, the top 30 mm (0.10') of tl
shall be backfilled with asphalt concrete produced from commercial quality paving as!
Prior to spreading asphalt concrete, paint binder (tack coat) shall be applied as specified ir
302-5.4, "Tack Coat." Spreading and compacting of asphalt concrete shall be performe
method which will produce an asphalt concrete surfacing of uniform smoothness, texi
density.
All excavated areas in the pavement shall be backfilled, except for the top 30 mm (O.lOJ), b
of each work period. The top 30 mm (0.10') shall be placed within 3 calendar days after tre
Conduit to be placed beneath railroad tracks shall comply with the following:
1) The conduit shall be Size 41 (I1/; dia.) minimum, and shall be placed to a minimum del:
mm (3') below bottom of tie. The near side of each conduit jacking pit shall be constructec
than 4 m (12') from the centerline of track. When the jacking pit is to be left overnight, ii
covered with substantial planking.
2) Conduit terminating in standards or pedestals shall extend not more than 50 mm (2)
above the foundation and shall be sloped towards the handhole opening.
3) Conduit entering through the side of non-metallic pull boxes shall terminate not more tha
(2") inside the box wall and not less than 50 mm (2") above the bottom, and shall be slope
top of box to facilitate pulling of conductors. Conduit entering through the bottom of a pull
terminate 50 mm (2) above the bottom and shall be located near the end walls to leave 1
portion of the box clear.
4) At all outlets, conduits shall enter from the direction of the run.
209-2.06 Pull Boxes. Pull boxes shall be installed at the locations shown on the plr
specified. The Contractor may, as an option, at the Contractor's expense, use pull boxes o
standard size than that shown or specified.
209-2.06A Materials. Pull boxes, covers and extensions for installation in the grot
sidewalk areas shall be of the sizes and details shown on the plans and shall be p
reinforced portland cement concrete (PCC).
e
I aggregates.
1 0
4-
I.
I p,@ 1/08/98 Contract No. 3369 Page 75 of 11
209-2.068 Cover Marking. Covers for pull boxes, except covers for ceiling pull boxes, shall b
marked as shown on the plans. Marking shall be clearly defined and uniform in depth and may b
placed parallel to either the long or short sides of the cover. Marking letters shall be between 2
mm (1") and 75 mm (3") high. Marking shall be applied to each steel or cast iron cover prior t
galvanizing by one of the following methods:
(a) Cast iron strips, at least 6 mm (1/4'r) thick, with the letters raised a minimum of 1.5 mm (1/1/),
Strips shall be fastened to covers with 6 mm (I/:) flathead stainless steel machine bolts and nuts
Bolts shall be peened after tightening.
(b) Sheet steel strips at least 0.7 mm (22 ga.) with the letters raised a minimum of 1.5 mm (I/,;
above the surrounding surface of the strips. Strips shall be fastened to covers by spot welding, tac
welding or brazing, with 6 mm (I/:) stainless steel rivets, or with 6 mm (1/4u) roundhead stainles
steel machine bolts and nuts. Bolts shall be peened after tightening.
(c) Bead welding the letters on the covers. The letters shall be raised at least 2 mm (3/32").
209-2.06C Installation and Use. Pull boxes shall be installed at the locations shown on the plan
and, in conduit runs exceeding 60 m(200'), shall be spaced at not over 60 m (200') intervals. Thc
Contractor may, at the Contractor's expense, install additional pull boxes to facilitate the work. Thc
bottoms of pull boxes installed in the ground or in sidewalk areas, shall be bedded in crushed roc1
as shown on the plans and shall be grouted prior to the installation of conductors. The grout sha
be between 13 mm (1/2") and 25 mm (1") thick and shall be sloped toward the drain hole. A layer (
roofing paper shall be placed between the grout and the crushed rock sump. A 25 mm (I") drai
hole shall be provided in the center of the pull box through the grout and the roofing paper.
209-2.08 Conductors. Conductors shall be copper of the gage shown on the plans, unles
specified otherwise. Copper wire shall conform to the specifications of ASTM Designations: B
and B 8.
Wire sizes, other than conductors used in loop detector lead-in cable, shall be based on America
Wire Gage (AWG), except that conductor diameter shall be not less than 98 percent of the specifie
AWG diameter. Conductors for branch circuits shall be sized to prevent a voltage drop exceeding
percent at the furthest connected load, while drawing the combination of all connected load
capable of simultaneous operation. The maximum voltage drop for both feeders and branch circuit
shall not exceed 5 percent at the furthest connected load, while drawing the combination of a
connected loads capable of simultaneous operation. Conductors used in loop detector lead-in cab1
shall conform to the specifications of ASTM Designation: B 286. A Certificate of Compliancl
conforming to the provisions in Section 4-1.5, "Certification," shall be submitted by the manufacture
with each type of cable to be used on a project.
209-2.08A Conductor Identification. All single conductors in cables, except detector lead-i
cables, shall have clear, distinctive and permanent markings on the outer surface throughout th
entire length showing the manufacturer's name or trademark, insulation type letter designatior
conductor size, voltage rating and the number of conductors if a cable. Conductor insulation shs be of a solid color or of basic colors with a permanent colored stripe as detailed in the followin
table unless otherwise specified. Solid or basic colors shall be homogeneous through the full dept
of insulation. Identification stripes shall be continuous over the entire length of the conductor. Fc
conductor sizes No. 2 and larger, the insulation may be black and the ends of the conductors shz
be taped with electrical insulating tape of the required color for a minimum of 500 mm (20"). P
single conductors in cables shall be marked as shown in Table 209-2.08A (A):
4- a@ 1/08/98 Contract No. 3369 Page 76 of 119 Pages
1
i
1
1
I
1
1
1
I.
I
8
i
1
i
I
1
TABLE 209-2.08A (A)
CONDUCTORS I.
.................................... .................................... ....................................
Pedestrian Signals ................................ ................ ................................ ................
................................ ................................
Grounded Ei Common ...............
Interconnect
Notes:
1. On overlaps, insulation is striped for first phase in designation, for example, a phase (2+3) conductor is stri
phase 2.
2. Band for overlap and special phases as required.
3. Flashing beacons having separate service do not require banding.
4. These requirements do not apply to signal cable.
5. "S" if circuit is switched on line side of service equipment by utility. 6. Band conductors in each pull box and near ends of termination points. On signal light circuits, a single bar
placed around 2 or 3 ungrounded conductors comprising a phase.
7. Ungrounded conductors between service switch and flasher mechanism shall be black and banded as indii
column.
*= I'
II $s 1/08/98 Contract No. 3369 Page 77 of 1
8. Conductors between ballasts and sign lighting lamps shall be No. 16 and color shall correspond to that of the ballast
leads. 9. Both conductors between external H.I.D. ballast and lamp socket shall be black.
IO. Black acceptable for size No. 2 and larger. Tape ends for 500 mm (20”) with indicated color. 11. Wire sizes listed are minimums. Ampacity requirements of specific circuits or voltage drop may necessitate larger
209-2.08B Multiple Circuit Conductors.- Conductors for multiple circuits shall be UL or ETL list€
and rated for 600-volt operation. The insulation for No. 14 through No. 4 conductors shall be one I
the following: 1) Type TW polyvinyl chloride conforming to the requirements of ASTM Designation: D 2219.
2) Type THW polyvinyl chloride.
3) Type USE, Type RHH or Type RHW cross-linked polyethylene.
conductors.
At any point, the minimum thickness of any Type TW, THW, USE, RHH or RHW insulation shall t
1 .O mm (40 mils) for conductor sizes No. 14 to No. 10, inclusive, and 1.3 mm (54 mils) for No. 8 1
No. 2, inclusive. The insulation for No. 2 and larger conductors shall be one of the types list€
above or shall be Type THWN. Conductors for wiring wall luminaires shall be stranded copper, wii
insulation rated for use at temperatures up to 125°C. Overhead lighting conductors shall be No. i
or larger, medium hard drawn copper with weatherproof covering.
209-2.086 Series Circuit Conductors. Conductors for series circuits shall be No. 8, shall b
rated for 5000-volt operation and shall be insulated with 3.7 mm (150 mils) minimum thicknes
polyvinyl chloride compound conforming to the specifications of ASTM Designation: D 2219, (
polyethylene conforming to the specifications of ASTM Designation: D 1351.
209-2.08D Signal Cable. Sisnal cable shall be installed. Individual conductors are not allowed
Signal cable shall conform to the following: The cable jacket shall be black polyethylene with a
inner polyester binder sheath, and shall be rated for 600- volt and 75°C. All cables shall have clea
distinctive, and permanent markings on the outer surface throughout the entire length of the cab1
showing the manufacturer’s name or trademark, insulation designation, number of conductor!
conductor sizes, and the voltage rating of the jacket. Filler material, if used, shall be polyethylen
material. Individual conductors in the cable shall be solid copper with Type THWN insulation, an
shall conform to the requirements in Section 209-2.08, “Conductors,” and ASTM Designation:
286. The minimum thickness of Type THWN insulation, at any point, shall be 0.3 mm ( 13 mils) fc
conductor sizes No. 14 and No. 12, and 0.4 mm (18 mils) for conductor size No. 10. The minimur
thickness of the nylon jacket shall be 0.1 mm (4 mils) at any point.
Three-Conductor Cable (3CSC). The 3-conductor signal cable shall consist of three No. 1
conductors. The cable jacket shall have a minimum average thickness of 1.1 mm (45 mils) and
minimum thickness at any point of 0.9 mm (36 mils). The nominal outside diameter of the cab1
shall not exceed 10 mm (0.10”). The color code of the conductors shall be blue/black strip€
blue/orange stripe, and whitelblack stripe. The 3 conductor cable shall be used for pedestrian pus
buttons and a spare.
FiveConductor Cable (SCSC). The 5-conductor signal cable shall consist of five No. I
conductors. The cable jacket shall have a minimum average thickness of 1 .I mm (45 mils) an
shall have a minimum thickness at any point of 0.9 mm (36 mils). The nominal outside diameter c
the cable shall not exceed 13 mm (0.50”). The color code of the conductors shall be red, yellon
brown, black, and white.
e- r,s 1/08/98 Contract No. 3369 Page 78 of 119 Pages
Insulation Colors
red
yellow
brown 1 red/black stripe
1 Stripe
yellow/black stripe
brown/black stripe
black
white/black stripe
TABLE 209-2.08D(C)
TWELVE -CONDUCTOR CABLE SIGNAL CABLE
1) The signal commons in each 28-conductor cable shall be kept separate except at the sign,
controller.
2) Each 28-conductor cable shall be labeled in each pull box “Cl” or “C2”,.
3) The cable identified “C1” shall be used for signal Phases 1, 2, 3 and 4. The cable identifie
“C2” shall be used for signal Phases 5,6,7 and 8.
4) Each signal cable, except 28-conductor, shall be marked, in each pull box, showing the sign;
standard to which it is connected.
209-2.08E 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 require
herein. Each conductor shall be insulated with 0.33 mm (0.013“), minimum nominal thickness, colc
coded, polypropylene material. Conductors shall be in twisted pairs. Color coding shall distinguis
each 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 blacl
high density polyethylene, rated for a minimum of 300- volts and 60”C, and shall have a nomini
wall thickness of 1.0 mm (40 mils), minimum. The cable jacket or the moisture-resistant tap
directly under the outer jacket shall be marked with the manufacturer’s name, insulation typ
designation, number of conductors and conductor size, and voltage and temperature ratings.
em ES 1/08/98 Contract No. 3369 Page 80 of 119 Pages
1
1
I
I
i
I
1
I
Splices shall be made only where shown on the plans or in controller cabinets. A mini
one meter (3’) of slack shall be provided at each splice and 2 m (6‘) at each controller ( Splices of conductors shall be insulated with heat-shrink tubing of the appropriate size a
overlap the conductor insulation at least 15 mm (0.5). The overall cable splice shall be
with heat-shrink tubing, with at least 40 mm (1 ’/;) of overlap of the cable jacket.
209-2.09 Wiring. All conductors shall be run in conduit, except overhead and te
installations and where conductors are run inside poles. Wiring shall be done in conforma
the regulations and code listed in Section 209-1.02, “Regulations and Code,” and the i
additional requirements:
209-2.09A Circuitry. Sufficient traffic signal light conductors shall be provided to per
functional operation of the signal and, in addition thereto, 3 spare conductors shall be provic
conduits containing traffic signal light conductors, unless shown otherwise on the plans.
signal light conductors shall not run to a terminal block on a standard unless they ai
connected to a signal head that is mounted thereon. Connection to each terminal of a PE
push button shall be by a single conductor. The common for pedestrian push button circi
be separate from the traffic signal light circuit grounded conductors. Where ballasts or tran
are used, series conductors shall be run from ballast to ballast, transformer to transformer,
ballast or transformer to service.
209-2.09B Installation. A UL or ETL listed inert lubricant shall be used in placing cond
conduit. Conductors shall be pulled into conduit by hand and the use of winches or othl
actuated pulling equipment will not be permitted. When new conductors are to be added tc
conductors in a conduit, all conductors shall be removed; the conduit shall be cleaned as pr
Section 209-2.05C, “Installation”; and both old and new conductors shall be pulled into thc
as a unit. Where traffic signal light conductors are run in lighting standards containing strec
conductors from a different service point, either the traffic signal light conductors or tht
conductors shall be encased in flexible or rigid metal conduit, to a point where the 2
conductors are no longer in the same raceway. Temporary conductors less than 3 m (l(
grade shall be enclosed in flexible or rigid metal conduit.
At least 0.3 m (1 I) of slack shall be left for each conductor at each signal or lighting stai
combined standard, and at least one meter (3’) of slack at each pull box. At least one me
slack shall be left for each conductor at each splice. Ends of spare conductors or cc
terminated in pull boxes shall be taped to provide a watertight seal.
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 si
conductors, interconnect conductors, service conductors, detector conductors and c
controller cabinets and flashing beacon cabinets shall be neatly arranged, and shall k
together with self-clinching nylon cable ties, or enclosed in plastic tubing or raceway.
Conductor identification shall be provided under the following conditions:
0 I
I @
I
i
1
1
1
I 1) Where signal phase or circuit are not clearly indicated by conductor insulation color i
as detailed in the conductor table in Section 209-2.08, “Conductors,” or when ide
stripes are not available, marking shall be as detailed in the conductor table for sp
overlap phases.
2) Where metered and unmetered conductors occupy the same pull box, the unmetei
conductors shall be identified, “UNMETERED-STREET LTG,” “UNMETEREC
STATION,” or as appropriate to describe the unmetered circuit. il
em
I’
I ts 1/08/98 Contract No. 3369 Page 81 of 1’
Conductors shall be permanently identified as to function. Identification shall be placed on ea(
conductor, or each group of conductors comprising a signal phase, in each pull box and near tt end of terminated conductors. Identification shall be by direct labeling, tags or bands fastened
the conductors in such a manner that they will not move along the conductors. Labeling shall be t
mechanical methods.
209-2.09C Connectors and Terminals. Conductors shall be joined by the use of UL or ETL list€
crimp type connectors as shown on the plans. Connectors and terminals shall be applied with tt
proper type tool as recommended by the manufacturer of the connector or terminal being used
Finished connections and terminals shall comply with the requirements of Military Specification MI1
T-7928. All stranded conductors smaller than No. 14 shall be terminated in crimp style termin
lugs. All connectors and terminal lugs for conductor sizes No. 8 and smaller shall be soldered t
the hot iron, pouring or dipping method. Open flame soldering will not be permitted.
209-2.09D Splicing and Terminations. Unless specified otherwise or permitted by the Enginee
splices shall conform to the details shown on the plans and will be permitted only in the followir
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 luminair
location or in the bases of Type 21 standards. Where electroliers are more than 120 m (4QC
apart, splices will be permitted in pull boxes at 120 m (400'), or greater, intervals.
4) When traffic signals are being modified, ungrounded traffic signal light conductors may b
spliced in pull boxes at locations shown on the plans.
5) Ungrounded traffic signal light conductors to a terminal compartment or signal head on
standard may be spliced to through conductors of the same phase in the pull box adjacent to th
standard.
6) All splices and terminal lugs for conductor sizes No. 8 and smaller shall be soldered by the hc
iron, pouring or dipping method. Open flame soldering will not be permitted.
209-2.09E Splice Insulation. All splices shall be capable of satisfactory operation undr
continuous submersion in water. Multi-conductor cables shall be spliced and insulated to provide
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 insulatio
and taping shall be applied between the conductors in such a manner as to provide a watertigt
joint.
Splice insulation shall conform to the details shown on the plans.
Low-voltage tape shall be UL or ETL listed and shall be the following types:
1) Self-fusing, oil and flame-resistant, synthetic rubber. 2) Pressure-sensitive, adhesive, polyvinyl chloride, 0.15 mm (0.007") minimum thickness.
Tape for insulating splices in high-voltage (over 600 V) circuits shall be designed for use on 5-kvol
circuits and shall be resistant to ozone, corona and water. Insulating pad shall be composed of
laminate of 2 mm (0.085") thickness of electrical grade polyvinyl chloride and a 3 mm (0.125'
thickness of butyl splicing compound with removable liner. . Heat-shrink tubing shall be medium c
heavy wall thickness, irradiated polyolefin tubing containing an adhesive mastic inner wall.
Minimum wall thickness prior to contraction shall be one millimeter (39 mils). When heated, th inner wall shall melt and fill all crevices and interstices of the object being covered while the out€
wall shrinks to form a waterproof insulation. Each end of the heat-shrink tube or the open end of th
end cap of heat-shrink tubing shall, after contraction, overlap the conductor insulation at lea5
38 rnm. Heat-shrink tubing shall conform to the requirements of UL Standard 468D and ANI Cll9.1, for extruded insulated tubing at 600-V.
ew tS 1/08/98 Contract No. 3369 Page 82 of 119 Pages
Property
Shrinkage Ratio:
Dielectric Strength
Resistivity:
Tensile Strength:
Operating Temperature:
Water Absorption:
I
i
Requirement
33 percent, maximum, of supplied diameter when heated to I:
allowed to cool to 25°C.
140 kV per 10 mm, minimum.
1013 1/2 - mm, minimum.
14 MPa, minimum.
-40°C to 90°C (1 35°C Emergency).
0.5 percent, maximum.
209-2.10 Bonding and Grounding. Metallic cable sheaths, metal pull box covers, metal condL
equipment grounding conductors, ballast and transformer cases, service equipment, sign switche
and metal poles and pedestals shall be made mechanically and electrically secure to form
continuous system, and shall be effectively grounded. Bonding jumpers shall be copper wire
copper braid of the same cross sectional area as No. 6 for series lighting systems and No. 8
larger for all other systems. The jumper size shall be increased to match the load or the circi
breaker size, or shall be as shown on the plans. Equipment grounding conductors shall be col
coded to Code requirements or shall be bare.
The bonding jumper in standards with handholes shall be attached by a 4.5 mm (3/,g) or larg
brass bolt and shall be run to the conduit or bonding wire in the adjacent pull box. Standan
without handholes shall be bonded by a jumper attached to all anchor bolts, and shall be run to tt
conduit or bonding wire in the adjacent pull box. Grounding jumper shall be visible after cap hi
been placed on foundation. Where slip base standards or slip base inserts are installed, tt
bonding jumper shall not intrude into the slip plane. Bonding shall be accomplished by a bondir
strap to all anchor bolts or a 4.5 mm ("/,,I') or larger brass bolt installed in the bottom slip base platt
One side of the secondary circuit of series-multiple and step-down transformers shall be grounded.
Grounding of metal conduit, service equipment and the grounded conductor at service point shall t
accomplished as required by the Code and the serving utility, except that grounding electroc
conductor shall be No. 6, or larger. For equipment grounding purposes in Type 3 conduit, a No.
copper wire shall be run continuously in circuits used for series lighting, and a No. 8, minimur
copper wire shall be run continuously in all other circuits. The bonding wire size shall be increasc
to match the circuit breaker size, or shall be as shown on the plans. Where Type 3 conduit is to t
installed for future conductors, the copper wire may be omitted. Equipment bonding and groundir
conductors are not required in conduits which contain only loop lead-in cable or signal interconne
cable or both.
At each multiple service disconnect location, a ground electrode shall be furnished and installed
Ground electrodes shall be one-piece lengths of galvanized steel rod or pipe not less than 19 mi
(3/4") in diameter, or of copper clad steel rod not less than 15 mm (V;) in diameter. Grour
electrodes shall be installed in accordance with the provisions of the Code. The service equipmei shall be bonded to the ground electrode by use of a ground clamp or exothermic weld and No. 6 ( larger copper wire, enclosed in a size 16 or larger diameter conduit.
Ground clamp for service grounding and for grounding of equipment on wood poles shall be Size 1
galvanized, malleable iron conduit hub with swivel feature. On wood poles, all metallic equipmei
mounted less than 2.4 m (8') above ground surface shall be grounded. Bonding of metallic condL in non-metallic pull boxes shall be by means of bonding bushings and bonding jumpers. Bonding (
metallic conduit in metal pull boxes shall be by means of locknuts, one inside and one outside of th
box.
209-2.1 1 Service. Electrical service installation and materials shall conform to the requirements (
the serving utility. When the service equipment is to be installed on a utility-owned pole, th
Contractor shall furnish and install conduit, conductors and all other necessary material to complei
the installation of the service. The position of the riser and equipment will be determined by th
utility. Service conduit shall conform to the requirements of the serving utility and shall be not les than Size 41 (1 1/2'' dia.).
Where a kilowatt-hour meter is required, a meter socket with sealing ring, as approved by th
serving utility, shall be furnished and installed. Where a meter socket is installed, the mete enclosure shall be provided with factory installed test bypass facilities as required by the servin
utility. Service equipment shall be installed as soon as possible to enable the utility to schedule il
work well in advance of the completion of the project.
em tS 1/08/98 Contract No. 3369 Page 84 of 119 Pages
1
R
I
I
I
I
I
I
I
I
I
I
I
I
c
I
Each service shall be provided with a circuit breaker which shall simultaneously disco1 ungrounded service entrance conductors. All circuit breakers shall be quick-break c
automatic or manual operation. The operating mechanism shall be enclosed and shall be
from the operating handle on overload. Circuit breakers shall be trip-indicating, shall ha\
size plainly marked and shall have trip rating clearly indicated on the operating handle. (
tripping of breakers shall not be influenced by an ambient temperature range of from -18°C
Multiple-pole breakers shall be the internal trip type. All circuit breakers shall be listed I
ETL. Current rating of breakers shall be as shown on the plans. Circuit breakers used a!
disconnect equipment shall have a minimum interrupting capacity of 10 000 A, rms.
breakers shall be enclosed in a NEMA raintight enclosure with dead-front panel and hasp \
mm (7/,6u) hole for a padlock. The padlock will be furnished by others.
Except for falsework lighting and power for the Contractor’s operations, upon written reque
Contractor, the Engineer will arrange with the serving utility to complete service connec
permanent installations and the Agency will pay all costs and fees required by the ut
request shall be submitted not less than 15 days before service connections are required
used prior to completion of the contract will be charged to the Contractor, except that thc
energy used for public benefit, when an operation is ordered by the Engineer, will be at the
of the Agency.
Full compensation for furnishing and installing Agency-owned or permanent service poles
equipment, conduit, conductors and pull boxes (including equipment, conduit, and co
placed on utility-owned poles) shall be considered as included in the contract item of electr involved and no additional compensation will be allowed therefor. Where the service
indeterminate and is shown on the plans as an “approximate location” or “service poin
established”, the labor and materials required for making the connection between the servi
when established, and the nearest pull box shown on the plans will be paid for as extra
provided in Section 3-3, “Extra Work.”
209-2.13 Sign Control. Each sign illumination installation shall be provided with a di
circuit breaker mounted on the sign standard or structure, as shown on the plans. Where
lighting is served from a series lighting circuit through a series-multiple transformer, tf
breaker shall be installed in the secondary circuit. Where the sign lighting is served tl
multiple-multiple transformer, the circuit breaker shall be installed in the primary circuit
breakers shall meet the requirements for circuit breakers in Section 209-2.1 1, “Service.” E
for the circuit breaker shall be NEMA Type 3R, shall be galvanized or shall be cadmium pl:
shall be provided with dead front panel and a hasp with a 11 mm (7/,6“) diameter hole for a
Padlocks will be furnished by others. When the sign structure is to be painted, the circuit b
sign switch enclosure shall be painted the same color as the sign structure on which it is mc
209-2.14 Testing. Attention is directed to Section 4-1.4, “Test of Materials.” Testing shall
to the following:
209-2.14A Materials Testing. Material and equipment to be tested shall be delivered to
location designated by the Engineer. Testing will be performed by the Agency. Testing ar
control procedures for Model 170 and Model 2070 controller assemblies shall confori
requirements in “Transportation Electrical Equipment Specifications,’’ and “Traffic Signa
Equipment Specifications,” issued by the State of California, Department of Transportatio
all addendums thereto current at the time of project advertising. Testing and qualit
procedures for all other traffic signal controller assemblies shall conform to the requiremei
NEMA TS Standards for Traffic Control Systems.
0
I 0
e=
1.
1 $# 1/08/98 Contract No. 3369 Page 85 of 11
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 2
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 contract
The Contractor will be notified when testing of the equipment has been completed and it shall be ti-
Contractor’s responsibility to deliver the equipment to the site of the work or, at the Contractor
request and the Agency’s convenience, the Agency will pack and ship the equipment to ti-
Contractor or to the site of work. The sum of $100 or the actual cost of packing and shippin!
whichever amount is greater, will be deducted, for each unit of equipment shipped by the Agenc
from any moneys due to the Contractor under the contract.
209-2.14B Field Testing. Prior to start of functional testing, the Contractor shall perform th
following tests on all circuits, in the presence of the Engineer.
209-2.14B(I) Continuity. Each circuit shall be tested for continuity.
209-2.14B(2) Ground. Each circuit shall be tested for grounds.
209-2.14B(3) Insulation Resistance. An insulation resistance test at 500 volts DC shall be mad
on each circuit between the circuit and a ground. The insulation resistance shall not be less tha
10 MR on all circuits, except for inductive loop detector circuits which shall have an insulatio
resistance value of not less than 100 MR.
The insulation resistance test shall not be performed on magnetometer sensing elements. Splice
in the pull box adjacent to the magnetometer sensing elements shall not be made prior t
performing the test on the lead-in conductors between the pull box and the controller cabinet fie1
terminals.
209-2.14C Functional Testing. Attention is directed to Section 209-1.06, “Scheduling of Work
regarding requirements for test periods. A functional test shall be made in which it is demonstrate
that each and every part of the system functions as specified. The functional test for each new c
modified system shall consist of not less than 5 days of continuous, satisfactory operation.
unsatisfactory performance of the system develops, the condition shall be corrected and the te:
shall be repeated until the 5 days of continuous, satisfactory operation is obtained.
Turn-on of new or modified traffic signals shall be made only after all traffic signal circuits have bee
thoroughly tested as specified above.
Except for new or modified portions of existing lighting circuits and sign illumination systems, th
Agency will maintain the system or systems during the test period and will pay the cost of electric:
energy for the operation of all of the facilities that are undergoing testing. The cost of an necessary maintenance performed by the Agency on new circuits or on the portions of existing cii
cuits modified under the contract, except electrical energy, shall be at the Contractor’s expense an
will be deducted from any moneys due, or to become due, the Contractor.
em Qs 1/08/98 Contract No. 3369 Page 86 of 119 Pages
I
I
I
1
1
I
I
I
I
1
I
1
I
I
19
I
I
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.
209-2.1 5 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 installai
or steel pipe standards and pipe mast arms shall be hot-dip galvanized after fabri
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 bi
galvanized after fabrication in accordance with the provisions in Section 21 0-3.6, “Galvai
Traffic Control Facilities.” Not less than 250 mm (10) of the upper end of the anchor bolt
bars, or studs, and all nuts and washers shall be galvanized in accordance with the pro’
Section 21 0-3.6, “Galvanizing for Traffic Control Facilities.” After galvanizing, the bolt thre
accept galvanized standard nuts without requiring tools or causing removal of protective COi Galvanizing of existing materials in an electrical installation will not be required.
209-2.16 Painting. Painting of electrical equipment and materials shalt conform to the F
in Section 31 0, “Painting,” with the following additions and modifications. Paint mat
electrical installations, unless otherwise specified, shall conform to the provisions in Sec
“Paint and Protective Coatings.” Factory or shop cleaning methods for metals will be acc
equal to the methods specified herein. In lieu of the temperature and seasonal restric
painting as provided in Section 310, “Painting,” paint may be applied to equipment and ma
electrical installations at any time permitted by the Engineer.
All ungalvanized ferrous surfaces to be painted shall be cleaned prior to applying the prii
Blast cleaning will not be required. If an approved prime coat has been appliec
manufacturer, and it is in good condition, the first primer application by the Contractor \n
required.
Existing equipment to be painted in the field, including Agency-furnished equipment,
washed with a stiff bristle brush using a solution of water containing 7.5 ml. of heavy duty
powder per liter (2 tablespoons per gallon). After rinsing, all surfaces shall be wire brush
coarse, cup shaped, power-driven brush to remove all poorly bonded paint, rust, scale, (
grease or dirt. Any dust or residue remaining after wire brushing shall also be remove
priming. Immediately after cleaning, all galvanized surfaces and all non-ferrous metal sufi
be coated with one application of Primer (Wash) Pre-Treatment, Section 210-1.5 or wa:
conforming to the requirements of Military Specification MIL-P-15328D. The wash prime
applied by spraying or brushing to produce a uniform wet film on the surface. G equipment and wood poles for traffic signal or flashing beacon installations shall not be pail
New galvanized metal surfaces to be painted in the field shall be cleaned as specified fc
equipment before applying the prime coats specified. Wire brushing of new galvanized SUI
not be required. After erection, all exterior surfaces shall be examined for damaged prime
damaged surfaces shall be cleaned and spot coated with primer. Galvanized metal gu
0
I 0
e shall not be painted.
e=
Page 87 of 1’ 1 ts 1/08/98 Contract No. 3369
Types II and Ill steel service equipment enclosures shall be painted with a polymeric or an ename
coating system conforming to Color No. 14672 (light green) of Federal Standard 595B. All coating
shall be commercially smooth, substantially free of flow lines, paint washout, streaks, blisters, anc other defects that would impair serviceability or detract from general appearance. The coating
shall comply with the following requirements:
1) Coating Hardness - The finish shall have a pencil lead hardness of HB minimum using ai
Eagle Turquoise pencil.
2) Salt Spray Resistance - The undercutting of the film of the coating system shall not exceed :
mm (I//) average, from lines scored diagonally and deep enough to expose the base metal, afte
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. Compliancc
of the coating system to the above requirements may be determined by the application of thi
coating, to 100 mm (4”) x 200 mm (8”) x 0.6 mm (0.0236”) test specimens of the same rnateriz
as the cabinets, in the same manner as applied to the cabinets.
A Certificate of Compliance shall be furnished in accordance with the provisions of Section 4-1.5
“Certification,” certifying that the coating system furnished complies in all respects with these re
quirements. Interior of metal signal visors, louvers and front faces of back plates shall be finishec
with 2 applications of lusterless black exterior grade tatex paint formulated for application to proper11
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, pedestriar
push button housings, pedestrian signal sections and visors, and back faces of back plates, shall bc
finished with 2 applications of lusterless black or dark olive green exterior grade latex pain
formulated for application to properly prepared metal surfaces. Dark olive green color shall matct Color Chip No. 68 on file at the CALTRANS Transportation Laboratory.
209-3 CONTROLLER ASSEMBLIES
209-3.01 Controller Assembly. A controller assembly shall consist of a complete mechanism fo
controlling the operation of traffic signals or other systems, including the controller unit and al
necessary auxiliary equipment, mounted in a cabinet. All equipment required to provide the
operation shown on the plans and as specified shall be provided. All field conductors No. 12 anc
smaller shall terminate with spade type terminals. All field conductors No. 10 and larger shal
terminate in spade type or ring type terminals.
B3933J6, “Components,” shall not apply to Type 90 controller assemblies.
209-3.03 Model 170 and Model 2070 Controller Assemblies. Model 170 and Model 207C
(Model 170/2070) controller assemblies shall consist of a Model 170, 170E or 2070 controller unit, E
wired cabinet and all auxiliary equipment required to control the system as shown on the plans, anc
as specified in these special provisions. Model 170/2070 controller assemblies shall conform to the requirements in “Transportation Electrical Equipment Specifications,” (TEES) and “Traffic Signa
Control Equipment Specifications” (TSCES), issued by the State of California, Department oi
Transportation, and to all addendums thereto current at the time of project advertising.
*w p.@ 1/08/98 Contract No. 3369 Page 88 of 119 Pages
4
I
8
8
I
I
1
I
1
1
I
I
b
I
8
1
1
Unless otherwise specified or shown on the plans, controller assembly cabinets (housing)
Type 1 as shown in the TSCES. The provisions of Sections 209-3.04, “Controller Cabine 3.05, “Cabinet Accessories,” and 209-3.06, “Components,” shall not apply to Model ’
controller assemblies.
209-3.04 Controller Cabinets. Unless otherwise specified, controller cabinets for other tt xM Model 170/2070 controllers shall conform to the following:
209-3.04A Cabinet Construction. The cabinet shall be a rainproof cabinet with dimen
shown on the plans. The cabinet top shall be crowned 13 mm (1/2”) or slanted to the rear tc standing water. The cabinet and doors shall be fabricated of 3 mm (0.125”) minimum t
aluminum. All exterior seams for aluminum cabinets and doors shall be continuously we1
exterior welds shall be ground smooth. All edges shall be filed to a radius of 0.8 mm (0
minimum.
Cabinets shall be fabricated from aluminum sheet and shall conform to the requirements
Designation: B 209 or B 209M for 5052-H32 aluminum sheet, and the following:
Welding on aluminum cabinets shall be done by the gas metal arc welding
0
I.
process using bare aluminum welding electrodes. Electrodes shall conform to the requ
of the American Welding Society (AWS) A5.10 for ER5356 aluminum alloy bare
electrodes.
II. Procedures, welders and welding operators for welding on aluminum shall be qi
accordance with the requirements of AWS 83.0, “Welding Procedure and Perf
Qualification,” and to the practices recommended in AWS C5.6.
111. The surfaces of each aluminum cabinet shall be finished to conform to the requ
of Military Specification MIL-A-8625C “Anodic Coatings for Aluminum and Aluminum Allc
Type II, Class I coating, except that the anodic coating shall have a minimum thicknes
mm (0.007”) and a minimum coating weight of 0.04 mg/mm2 (27 mgIin.2). The anodii
shall be sealed in a 5 percent aqueous solution of nickel acetate (pH 5.0 to 6.5) for 15 rr
97°C (210°F). Prior to applying the anodic coating, the cabinets shall be cleaned and E
follows:
A. Clean by immersion in inhibited alkaline cleaner such as Oakite 61A or Divei
or equivalent, 45-60 grams per liter (6 to * oz. Per gallon) , 71 “C (1 60°F) for 5 minute
B. Etch in a solution of 1 I g (1 ’/2 oz.) of sodium fluoride, plus 30-45 g (4-6 oz.) c
hydroxide per liter of distilled water at 60-65°C (140°F - 150°F) for 5 minutes.
C. Rinse in cold water.
D.
2 minutes. E. Rinse in cold water.
10
Desmut in a 50 percent by volume nitric acid solution at room temper
The cabinet shall have a single front door equipped with a Best Co. lock core and lock.
width shall not exceed 1120 mm (44”). When the door is closed and latched, the door
locked. The handle shall have provision for padlocking in the closed position. The har
have a minimum length of 175 mm (7”) and shall be provided with a 15 mm (5/[), minimi
shank. The handle shall be fabricated of cast aluminum or of zinc-plated or cadmium-plat1
The cabinet door frame shall be designed so that the latching mechanism will hold tensio
form a firm seal between door gasketing and door frame. Cabinet locks shall be the solid
pin tumbler rim type. The lock shall have rectangular, spring-loaded bolts. The locks sh
hand, and rigidly mounted with stainless steel machine screws approximately 50 mm (2
Keys shall be removable in the locked and unlocked positions, and 2 keys furnished v
cabinet. The front position of the lock shall extend 3 mm (’/:) to 9 mm (3/81) beyond th
surface of the door. The latching mechanism shall be a 3-point cabinet latch with nylon roll
center catch and pushrods shall be zinc-plated or cadmium-plated steel. Pushrods shall I
edgewise at the outer supports and shall be 6 mm (’/4‘‘) x 20 mm (3/4”), minimum. The nyl
em 1 ts 1/08/98 Contract No. 3369 Page 89 of 11
0
shall have a minimum diameter of 20 mm (3/4”) and shall be equipped with ball bearings. I
cadmium plating shall meet the requirements of Military Specification MIL-QQ416b. All zinc platir shall meet the requirements of Military Specification MIL-QQ-325b. The door’s hinging shall t
three-bolt butt hinges. Each hinge shall have a fixed pin. Doors larger than 560 mm (22”) in wid
or 0.56-m2 (6 ft’) in area shall be provided with catches to hold the door open at both 90 degrec
and 180 degrees, plus or minus 10 degrees. The catches shall be 9 mm (3/8”) diameter, minimur
plated steel rods. The catches shall be capable of holding the door open at 90 degrees in a 90 km,
(60 mph) wind at an angle perpendicular to the plane of the door.
The police panel shall be mounted on the door as shown on the plans, and equipped with a lo(
keyed for a master police key. Two keys shall be furnished with each cabinet for the police lock
Each police key shall have a shaft at least 45 mm (13/4n) in length. Police panels shall not t
furnished for controller assemblies that do not control traffic signals.
Door hinges, pins, and bolts shall be made of stainless steel or aluminum with a stainless ste
hinge pin. The hinges shall be bolted to the cabinet. The hinge pins and bolts shall not k
accessible when door is closed. Gasketing shall be provided on all door openings and shall be du
tight. Gaskets shall be permanently bonded to the metal. The mating surface of the gasketing shz
be covered with a silicone lubricant to prevent sticking to the mating surface. Details of alternatib
designs shall be submitted for review and approval prior to the fabrication of the cabinets.
Substantial metal shelves or brackets shall be provided to support controller unit and auxiliai
equipment. Machine screws and bolts shall not protrude beyond the outside wall of the cabinet
Conduit shall enter the controller cabinet at the front unless shown otherwise on the plans. A pliabl
seal, composed of caulking compound or mastic, shall be placed between each controller cabinc
and the concrete foundation to prevent water, dust and dirt from entering the cabinet.
209-3.048 Cabinet Ventilation. Each controller cabinet shall be provided with 8 screenec
raintight vent holes, 12 mm (1/2“) in diameter or larger, in the lower side or bottom of the cabinet, c
at the option of the Contractor, louvered vents with a permanent metal mesh or 4-ply wove
polypropylene air filter held firmly in place, which will permit the fan to pass the volume of a
specified, may be substituted. Each controller cabinet shall be equipped with an electric fan wit
ball or roller bearings and a capacity of at least 2.83 m3/min (100 cfm). The fan shall b
thermostatically controlled and shall be manually adjustable to turn on between 32°C and 65°C wit
a differential of not more than 6°C between automatic turn on and turn off. The cabinet fan circu
shall be fused at 125 percent of the ampacity of the fan motor installed. The fan and cabinet ver holes shall be located with respect to each other so iaS to direct the bulk of the air flow over th
controller unit or through the ventilating holes of the controller unit where those holes exist.
209-3.04C Cabinet Wiring. All conductors used in controller cabinet wiring shall be No. 22, c
larger, with a minimum of 19 strands. Conductors shall conform to Military Specification M1L-h 16878D, Type B or better. The insulation shall have a minimum thickness of 0.25 mm (IO mils) an
shall be nylon jacketed polyvinyl chloride or shall be irradiated cross-link polyvinyl chloride
polyhalocarbon or polychloro-alkene, except that, at the Contractor’s option, conductors No. 14 an
larger may be UL Type THHN. At the Contractor’s option, flat cable may be used in lieu of ind vidual conductors. Conductc insulation shall be rated at 300 volts and shall be ratedl for use at 105°C. Cables shall be provide
with strain relief. Wiring within controller cabinets shall be neatly arranged and laced, or enclosed i
plastic tubing or raceway. All conductors used in controller cabinet wiring shall conform to th following color-code requirements:
1) The grounded conductor of a circuit shall be identified by a continuous white or natural gra
color.
2) The equipment grounding conductor shall be identified by a continuous green color or by (
Cable shall be constructed of INo. 28, or larger, conductors.
*- p,s 1/08/98 Contract No. 3369 Page 90 of 1 I9 Pages
I 1
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 aba
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 termini
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 t
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 MR, minimum, when measure
applied voltage of 150 volts DC. If DC- is to be grounded, it shall be connected to ec
ground only.
Two or more terminal blocks shall be provided for field connections. Field terminals
installed within 560 mm (22") of the face of the cabinet and shall be oriented for sc
operation from the door opening. All terminals shall be a minimum of 125 mm (5") a
foundation. No more than 3 conductors shall be brought to any one terminal. Two f
jumpers, straight or U shaped, may also be placed under a terminal screw. At least 2 full tl
all terminal screws shall be fully engaged when the screw is tightened. No live parts sh;
beyond the barrier. Attention is directed to Section 209-1.03, "Equipment List and D
regarding wiring diagrams.
209-3.05 Cabinet Accessories.- The following accessories shall be furnished with eac
assembly for other than Type 90 and Model 170/2070 controllers:
209-3.05A Labels. A permanent printed, engraved or silk screened label shall be providc
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.
equipment shall be on the face of the shelf below the item. Labels for wall-mounted equipn
be below the item.
209-3.05B Convenience Receptacle. A convenience receptacle shall be mounted in
accessible location inside the cabinet. Convenience receptacle shall be a duplex, 3-pron
Type 5-1 5R grounding type outlet and shall meet the requirements of UL Standard 943.
209-3.056 Lighting Fixture. Each cabinet shall be provided with a fluorescent lightii
mounted on the inside top of the cabinet near the front edge. Fixture shall be provide(
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:
1) A toggle switch mounted on the inside door panel.
2) A door-actuated switch that turns the light on when the door is open, and off when tt closed.
I I.
1
I
I
II
I
1
1
I
I
E
I
li
1
I *
4-
I.
1 \@ 1/08/98 Contract No. 3369 Page 91 of 11
Voltage Transient Effect
Recurrent peak voltage
Energy rating, maximum
Power dissipation, average
Peak current for pulses less than 7 ps
Rating
184 volt
20 J
0.85-W
1250 A
1
1
1
1
I
I
I
1
I
209-4 TRAFFIC SIGNAL FACES AND FITTINGS
2094.01 Vehicle Signal Faces. Each vehicle signal face shall be of the adjust2
conforming to the provisions in Institute of Traffic Engineers (ITE) Publication: ST-O08B,
Traffic Control Signal Heads.” Plastic signal sections shall meet the requirements of Califo
605. Any fracture within the housing assembly, or a deflection of more than 10 degrees in t
vertical or horizontal plane after the wind load has been removed from the front of the signa
a deflection of more than 6 degrees in either the vertical or horizontal plane after the wind
been removed from the back of the signal face will be considered structural failure. Vehic
faces, except arrow and “X” faces, shall meet the requirements of California Test 604. Ac
shall permit rotation of 360 degrees about a vertical axis. The number and type of sections
as specified herein or as shown on the plans. Each vehicle signal face shall be installc
location and mounted in the manner shown on the plans. Unless otherwise shown on the
vehicle signal faces shall contain 3 sections arranged vertically; red-top, yellow-cente
bottom. All new vehicle signal faces, except programmed visibility type, installed at
intersection shall be of the same manufacture and of the same material.
209-4.01A Optical Units. Each optical unit for 300 mm (12-inch) and 200 mm (8-in) tral
assemblies shall meet the requirements of section 209-4.01A (1) for incandescent illumir
yellow or green signals or section or 209-4.01A(2) for light emitting diode illumination of red
209-4.01A(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 s
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 rii
shall be made of cast aluminum. A single piece formed metal reflector/ring holder may I
Top openings of signal faces shall be sealed with neoprene gaskets.
209-4.01A(2) Optical Units - Light Emitting Diode. Each optical unit for red, circular
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 reflectorhing 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
affect and enhance on/off contrast. If the lens material is tinted, the tinting should bc
across the face of the lens.
4. The lens of the LED signal module shall be integral to the unit, shall be convex with
outer surface and made of ultraviolet stabilized plastic or of glass.
5. LED signal module shall be a sealed unit with two conductors for connecting to power,
circuit board, power supply, a red lens and gasket, and shall be weather proof after ir
and connection. The circuit board and power supply shall be contained inside the Circuit boards shall conform to Chapter 1, Section 6 of the State of California Depa
Transportation “Transportation Electrical Equipment Specifications”.
6. The LED signal module shall have prominent and permanent directional marking@), thai
“UP arrow”, the word “UP” or “TOP,” for correct indexing and orientation within a signal t
for units with refracted lens or arrow indications.
7. The manufacturer’s name, trademark, serial number and other necessary identification :
permanently marked on the backside of the LED signal module.
@
B @
I
I
1
1
1
1
1
4-
I.
Page 93 of 1’ i %@ 1/08/98 Contract No. 3369
8. LED signal modules used on this project shall be from the same manufacturer, and each size
9. A label shall be placed on the LED signal module certifying compliance to the VTCSH Standard
1 O.The lens of the LED signal module shall be capable of withstanding ultraviolet (direct sunlight)
exposure for a minimum time period of five years without exhibiting evidence of deterioration.
I 1 .The LED signal module shall be a single, self-contaiined device, not requiring on-site assembly
for installation into an existing traffic signal housing.
12.LED traffic signal modules shall be designed as retrofit replacements for existing optical units 01
signal lamps and shall not require special tools for installation.
13.LED signal modules shall fit into existing traffic signal section housings built to the VTCSH
without modification to the housing.
14.lnstallation of a LED signal module shall only require the removal of the optical unit component:
i.e., lens, lamp module, gaskets, and reflector.
15.The LED signal module shall be weather tight and fit securely in the housing; and shall connect
directly to electrical wiring.
16.LED signal modules shall not require a specific mounting orientation or have a variance in light
output, pattern or visibility for any mounting orientation.
17.The power supply for the LED signal module shall be packaged as an integral part of the LED
signal module.
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 conforn
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 Sectior
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-assennbly 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 pe MIL-STD-883, Test Method 1010. The temperature range shall be from -34OC (-29OF) to +74OC
(+165OF), 20 cycles, with a 15-minute transfer time between temperature extremes, and a 30- minute dwell at each temperature extreme. Signal assemblies under test shall be non-operating
Failure of any signal assembly to function normally or any cracking of the assembly (including
the lens) after temperature cycling shall be cause for rejection.
28.LED signal assemblies shall be tested for mechanic,al vibration and certified test results supplied
per MIL-STD-883, Test Method 2007. Signal assemblies under test shall be subjected to three
4-minute cycles along each X, Y, and Z axis at 21/2 minimum, 2 Hz to 120 Hz. The loosening of
internal components or other internal damage shall tie cause for rejection.
shall be the same model.
e= %$ 1/08/98 Contract No. 3369 Page 94 of 119 Pages
I
I
1
I
1
I
I
I
1
I
I
4
1
1
I
29.LED signal modules shall be tested for moisture resistance and certified test results sup1
MIL-STD-883, Test Method 1004. Testing shall be performed in a non-changing environ
71OC (+16OoF) at a relative humidity of 95 percent for a period of 168 hours. Signal mod
under test shall be non-operating. Any evidence of internal moisture after testing shall bc
for rejection.
30.LED signal modules shall be tested for mechanical impact and certified test results supp
MIL-STD-883, Test Method 2002. The lens face of each signal module shall be subject€
blows of 1000 grams for a duration of 0.5 seconds each. Any evidence of cracking, chip
crazing of the lens or entire signal assembly shall be cause for rejection.
31 .LED signal assemblies shall be tested for resistance to electrostatic discharge and certif
results supplied per MIL-STD-883, Test Method 3015. Signal assemblies under test sha
subjected to 5 discharges of 1,000 volts, 500 0, 300 pF to electrical leads. Any damage
internal electrical components and/or LED light sources is cause for rejection.
Signal Sections. Each signal section housing shall be structural plastic
1) Maximum height of a signal section shall be 260 mm (lo'/:) for each 200 mm (8) se
375 mm (143/4") for each
2) The housing of each signal section shall be provided with a one-piece, hinged, squarc
door designed to permit access to the section for relamping without the use of tools.
3) The door shall be secured by a method that will hold the door closed during the loac
specified in this Section.
4) The lens shall be mounted in the door in a watertight manner.
5) All exposed hardware, such as hinge pins and door latching devices, shall be Type 3(
stainless steel.
6) All interior screws and fittings shall be stainless steel.
7) An opening shall be provided in the top and bottom of each signal section to receiv
(1 1/2) pipe.
8) The 200 mm (8) and 300 mm (12") signal sections of an individual manufacturer
capable of joining to form a signal face in any combination. This interchangeability is no1
between metal and plastic signal sections.
9) All gaskets, including those for the door, lens, reflector and lamp holder, shall be IT
material that is not affected when installed in a signal section with a metal or plastic hot
is operated continuously for 336 hours.
209-4.01B(2) Plastic Signal Sections. Housings shall be either molded in one piece 01
fabricated from 2 or more pieces joined into a single piece. The plastic shall have I
stability, shall be unaffected by the heat of the lamp used and shall be self-extinguishing.
and doors shall be colored throughout and shall be black matching Color No. 17038,
37038 of Federal Standard 595B. Each section in a face shall be joined to the adjacent s
one of the following methods:
I. A minimum of 3 machine screws for 200 mm (8) sections and 4 machine screw
mm (12) sections, installed through holes near the front and rear of the housings.
screws shall be No. 10 and each shall be provided with a nut, flat washer and lock wash
11. Two machine screws (each with a nut, flat washer and lock washer) installec
holes near the front of the housings, plus a fastening through the 40 mm (I1/*'') pipe o
The 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. Minimum size of
screws shall be No. 10. Minimum size of carriage bolt shall be 6 mm ('/"I).
I.
209-4.01 B
sections shall conform to the following:
300 mm (12") section.
I 0
4-
I.
I cs 1/08/98 Contract No. 3369 Page 95 of I1
The supporting section of each signal face supported solely at the top or bottom shall be provide with reinforcement. Reinforcement plates shall be eithier sheet aluminum, galvanized steel, or ca!
aluminum. Each plate shall be not less than 2.7 mm (0.1 10") thick and shall have a hole concentri with the 40 mm (l'/;) pipe mounting hole in the housing. Sheet aluminum reinforcement plate
shall be placed both inside and outside the housing; galvanized steel reinforcement plates shall b
placed inside only; and cast aluminum reinforcement plates shall be placed outside only. Reinforcement plates placed outside of the housing shall be finished to match the color of the sign;
housing and shall be designed to permit the proper serrated coupling between signal face an
mounting hardware. A minimum of three No. 10 machine screws shall be installed through holes i the plates and matching holes in the housing. Each screw shall have a round or binder head an
shall be provided 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 fastenin
through the large openings in the housings, the 2 sections shall be joined with at least 2 machin
screws through holes near the front of the housings and the spacers, and through matching holes i
a reinforcing plate installed in each housing. Machine screws shall be No. 10 minimum size.
Spacers shall be made of the same material as the signal housings. Reinforcing plates an
machine screws shall be as specified above. Reinforcing plates will not be required where th
housing is provided with reinforcing webs connecting the rear of the housing with the top, bottor
and sides.
Holes for machine screws shall be either cast or drilled during fabrication of the signal section.
Each hole shall be surrounded by a 3 mm (1/8'') minimum width boss to permit contact betwee
signal sections about the axis of the hole. Each plastic signal face shall be provided with plastic c
metal visors. Plastic signal faces which require backplates shall be provided with plastic backplates
A serrated nylon washer shall be inserted between each plastic signal section and a met:
mounting assembly. Each washer shall be not less than 4 mm (3/,6") nor more than 6 mm (1/4' thick. Serrations shall match those on the signal section and the mounting assembly.
209-4.01 C Electrical Components. The electrical cornponents for 300 mm (I 2-inch) and 200 mrr
(84-1) traffic signal assemblies shall meet the requirements of section 209-4.01C (1) for
incandescent illumination for yellow or green signals or section 209-4.01 C(2) for light emitting diode
illumination of red signals.
209-4.01 C(1) Electrical Components - Incandescent. Each optical unit for yellow or green
circular ball or arrow, signals shall meet the requirements of this section. Lamp receptacles anc
wiring shall conform to ITE Publication: ST-008B. The threaded portion of the lamp receptacle sha
be metal. Aluminum shall not be used. Each lamp receptacle shall be wired with a conductor
connected to the shell of the receptacle, with white insulation, and a conductor, to the bottom or enc
terminal of the receptacle, with black insulation or with insulation color-coded. These conductor
shall, in turn, be connected to a terminal block mounted inside at the back of the housing. Thc
terminal block shall have sufficient screw shall be permanently identified or conductors shall be cola
coded to facilitate field wiring. Lamp receptacle conductors shall be No. 18, or larger, 600-V, ap
pliance wiring material (AWM), with 0.75 mm (30 mill) thickness insulation rated 105°C or wit1
insulation that conforms to Military Specification MIL-W-16878 D, Type B, with vinyl nylon jacke
rated 1 15°C. The manufacturer's name or trademark, conductor size, insulation type lette designation and temperature rating shall be marked on the insulation or a Certificate of Compliancc
conforming to the provisions in Section 4-1 5, "Certification," shall be submitted by the manufacture
with each shipment of traffic signal faces.
** aS 1/08/98 Contract No. 3369 Page 96 of 119 Pages
1
;I
I
1
I
I
I
I
1
I
1
1
I
1
I
I
D
209-4.01 C(2) Electrical Components - Light Emitting Diodes. All electrical componer
red, circular or arrow, signals shall consist of an assembly that utilizes light emitting diod light source in lieu of an incandescent lamp for use in traffic signal sections and shall confc
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 design,
temperature rating shall be marked on the insulation or a Certificate of Compliance conf
the provisions in Section 4-1.5, “Certification,” shall be submitted by the manufacturer 1
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 el
components.
5. The LED signal module shall be capable of withstanding exposure to an environment of
(+I 65OF)/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 VTCSl
standard.
7. Two captive, 2-color coded, 1 m (36”) long, 600 V, 18 AWG minimum, jacketed wires, wii
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 1 17 volts rms. The
shall prevent flicker over this voltage range. The circuitry shall prevent flicker at all volta
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 i
peak transient of 600 volts of each polarity for 100 ms duration.
10.The individual LED light sources shall be wired so that a catastrophic failure of one LED
source will not result in the loss of illumination in more than 20 percent of the LED lights
1 1 .The LED signal module shall be operationally compatible with currently used controllers
conflict monitors.
12.The LED signal circuitry shall prevent false controller conflict monitor action due to excel
high off-state input impedance.
13.The LED signal module on-board circuitry may provide dimming capability, triggered by
on-board photodiode to sense ambient light. The dimming operation shall diminish light
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 defii
section) in order to cause any electronic infant mortality to occur and to detect any electr
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 sign: 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 ral
intensity (described in the definition section). This may be done using an integrating phc
The test data shall be kept on file for a minimum period of six years. LED signal modult
meeting minimum light intensity per Table 1 of VTCSH shall be rejected.
19.LED signal modules representative of typical average production units shall be measure
output performance according to VTCSH, Section 1 1 .OO, after a 30 minute warm-up timc
(module is illuminated at rated voltage).
20.Each LED signal module shall be tested for light output at 80, 117, and 135 volts. LED :
modules shall not be allowed to fall short of the minimum intensity values.
I %? 1/08/98 Contract No. 3369 Page 97 of 11
-34OC (-29OF) to +74OC (+165OF).
i @
e=
21 .The LED's shall utilize AllnGaP technology and shall be the ultra bright type rated for 100,000
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 in the
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 entire
string or indication.
24.The LED signal modules tested or submitting for testing shall be representative of typical
average production units.
25.Circular modules shall be tested according to California Test No. 604.
26.All optical testing shall be performed with the moduk mounted in a standard traffic signal sectior
but without a visor or hood attached to the signal sedion.
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 not
less than 85 percent of the standard light output values found in the ITE publication ST-0086,
"Vehicle Traffic Control Signal Heads" (VTCSH ST-017), after 48 months of continuous use in a
traffic signal operation over the temperature range oC -4OOC to +74OC.
29.The LED red arrow indication shall meet existing splecifications stated in the VTCSH Section 9.0
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 5,50(
candela/m*, as measured by the VTCSH. All measurements shall be performed at rated operating voltage of 120 VAC.
209-4.01D Visors. Each signal section shall be provided with a removable visor conforming to IT
Publication: ST-008B. Visors are classified, on the basis of lens enclosure, as full circle, tunnc
(bottom open), or cap (bottom and lower sides open) Unless otherwise specified, visors shall b
the full circle type. The visor shall be a minimum of 240 mm (91/2") in length for nominal 300 mi
(12") round lenses and 180 mm (7") in length for inominal 200 mm (8") round lenses, with
downward tilt between 3 degrees and 7 degrees. Plastic visors shall conform to the following:
1) Visors shall be either formed from sheet plastic or assembled from one or more injectior
rotational or blow molded plastic sections.
2) Sections shall be joined using thermal, chemical or ultrasonic bonding or with aluminum rivei
and washers permanently colored to match the visor.
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 permaner
deformation when the wind load specified in California Test 605 for plastic visors is applied to th
side of the visor for 24 hours.
209-4.02 Directional Louvers. Where shown on the plans, directional louvers shall be furnish€
and installed in signal visors. Directional louvers shall be so constructed as to have a snug fit in tt
signal visors. The outside cylinder shall be constructed of 0.75 mm (0.030) nominal thickness, (
thicker, sheet steel and the vanes shall be constructed of 0.4 mm (0.016") nominal thickness, c
thicker, sheet steel or the cylinder and vanes shall be constructed of 5052-H32 aluminum alloy 1
equivalent thickness. Dimensions of louvers and arrangements of vanes shall be as shown on tt
plans.
209-4.03 Backplates. Where shown on the plans, backplates shall be furnished and installed c
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. Plast
backplates shall be supplied and either formed from sheet plastic or assembled from extrude1
molded or cast sections. Sections shall be factory joiiied using (1) an appropriate solvent cemer (2) aluminum rivets and washers painted or permanently colored to match the backplate, or (3) NI
4- rrs 1/08/98 Contract No. 33691 Page 98 of 119 Pages
i
1
I
I
I
I
1
I
1
i
1
1 u
I
I
i
10 machine screws with washer, lock washer and nut, painted to match the backplate. B:
shall be of black homogeneous colored material with a lusterless finish. Each plastic backp
be secured to the plastic signal face in a manner that will prevent its removal or pf
deformation when the wind-load test is applied to either the front or the rear of the signal fi
permanent deformation of any portion of the backplate shall not exceed 5 degrees fc
backward after the wind loading has been applied for 24 hours.
When a plastic backplate requires field assembly, it shall be joined with at least four No. 10
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. Machine
nuts and washers shall be stainless steel. Where a metal backplate consists of 2 or more
the sections shall be fastened with rivets or with aluminum bolts peened after assembly tc
loosening. In lieu of the screws shown on the plans, plastic backplates may be fastenc
plastic signal face using self-threading No. 10 stainless steel screws. The screws shall
integral or captive flat washer and a hexagon head slotted for a standard screwdriver, anc
stainless steel.
209-4.04 Programmed Visibility Vehicle Signal Faces. Each programmed visibility sir
and the installation thereof shall conform to the provisions in Sections 209-4.01, “Vehic
Faces,” 209-4.03, “Backplates,” and 209-4.06, “Signal Mounting Assemblies,’’ except
provisions in Section 209-4.01A, “Optical Units,” shall not apply. Each programmed visibil
section shall provide a nominal 300 mm (12”) diameter circular or arrow indication. Color a
configuration shall conform to ITE Publication: ST-008B. Each section shall be provided \n
visor. Each signal section shall be provided with an adjustable connection that permits inc
tilting from 0 to 10 degrees above or below the horizontal while maintaining a common vel
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 proc
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 sic
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 IO(
degrees horizontal from the axis. Each signal section with a yellow indication shall be c, having its visibility programmed to achieve the following luminous intensities: a minimum o
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 includ
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 dimmir
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 manufacture
directed by the Engineer.
0
I 0
4-
I.
I %@ 1/08/98 Contract No. 3369 Page 99 of 11
209-4.05 Pedestrian Signal Faces. Message symbols for pedestrian signal faces shall be whi
WALKING PERSON and Portland orange UPRAISED HAND conforming to the requirements of tt
Institute of Transportation Engineers Standards: "Pedestrian Traffic Control Signal Indications" ar
the "Manual on Uniform Traffic Control Devices." The height of each symbol shall be not less th2
250 mm (lo") and the width of each symbol shall be not less than 165 mm (61/2113,. The luminanc
of the UPRAISED HAND symbol shall be 3750 cd/m2 (1,100 foot-lamberts), minimum, and tt
luminance of the WALKING PERSON symbol shall be 5300 cd/m2 (1,550 foot-lamberts), minimur
when tested in accordance with California Test 606.
The uniformity ratio of an illuminated symbol shall not exceed 4 to 1 between the highest luminanc area and the lowest luminance area. The luminance difference between a nonilluminated symb
and the background around the symbol shall be less than 30 percent when viewed with the fro1
screen in place and at a low sun angle. Brightness measurements for signals designed for i
incandescent lamp will be made when the signal is, equipped with an A-21 traffic signal larr
operated at a voltage to produce 665 lumens. Each hiousing, including the front screen, shall ha1
maximum overall dimensions of 470 mm (181/2") widtlh, 483 mm (19") height and 292 mm (1l1l2
depth. All new pedestrian signal faces installed at any one intersection shall be the same make ar
type. Each pedestrian signal face shall be installed at the location and mounted in the mannc shown on the plans.
209-4.05A Types. Pedestrian signal faces shall be Type A and shall conform to the following:
209-4.05A(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 4.7 mm (3/,6(1) tempered glass. The symbols shall be applie
to the inside smooth surface of the message plate. Each reflector assembly shall consist of
double reflector or 2 single reflectors. Each reflector shall be made of either aluminum or plastic
All reflectors shall conform to the provisions in Institute of Traffic Engineers Publication: ST-0081
"Vehicle Traffic Control Signal Heads." Plastic reflectors shall consist of molded or vacuum-forme
plastic with a vacuum-deposited aluminum reflecting surface. The plastic material shall not disto when the reflector is used with the lamp of the wattage normally furnished with the signal. I
addition, the UL nonmechanical loading temperature of the material shall exceed, by at least lo"(
the maximum temperature in the signal section with the lamp "ON" and measured in an ambient E
temperature of 25°C in accordance with UL Publication UL 7468. Each completed reflector sha
when operated with the appropriate lamp and lens, provide the message brightness specified.
209-4.05B Front Screen. The front screen providedl on each Type A signal shall have a 38 mi
(11/2") deep eggcrate or Z-crate type screen of 0.8 mm (0.03") nominal thickness polycarbonate
The screening shall be mounted in a frame constructed of 1.0 mm (0.04") minimum thickne:
polycarbonate. The screen shall be installed parallel to the face of the message plate and shall t:
held in place by the use of stainless steel screws.
The front screen shall not fracture, separate at the welds, or compress more than 3 mm (I//) whe
a 75 mm (3) diameter, 1.8-kg (41b.) steel ball is dropped onto the screen from a height of 1.2 m (4
above the screen. The screen will be lying in a horizontal position and supported on its edges fc
this test. The message plate will be removed frorn the pedestrian signal housing, when ti-
pedestrian housing is used to support the front screen during the test, so there will be no bac
support for the screen. The screen and frame shall be fabricated from aluminum anodized fli
black, or finished with lusterless black exterior grade latex paint formulated for application 1
properly prepared metal surfaces, or shall be fabricated from flat black plastic. Alternate methods (
screening may be substituted for the above screens provided that the results are at least equal 1
those obtained with the above specified screens as determined by the Engineer.
4- ts 1/08/98 Contract No. 3369 Page 100 of 119 Pages
1
209-4.05C Housing. Pedestrian signal housings shall conform to the provisions in Sect
4.01 B, “Signal Sections.”
209-4.05E Finish. The exterior of each housing and visor and the interior of visors painted in accordance with the provisions in Section 209-2.16, “Painting.”
209-4.05F Control. All pedestrian signals shall be capable of being controlled by the s(
switching devices specified for traffic signal controller assemblies.
209-4.056 Terminal Blocks. Each pedestrian signal face shall be provided with a li
terminal block conforming to the provisions in Section 209-4.01 C, “Electrical Components.’’
All field wiring shall connect to this terminal block.
209-4.06 Signal Mounting Assemblies. Signal mounting assemblies shall consist of
(l’/2‘‘) standard weight steel galvanized pipe conforming to the specifications of ASTM Desi
A 53, 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 compartme 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 w
vise jaws shall be cleaned with a wire brush and painted with 2 applications of approved u
zinc-rich primer (organic vehicle type) conforming to the requirements in Section 210, ‘IF
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 designe
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 centerline
signal face, shall not exceed 280 mm (ll”), except where required to provide proper sic
alignment or permit programming of programmed visibility signal faces or when otherwise
by the Engineer. Each mounting assembly shall be oriented to provide maximum h
clearance to the adjacent roadway. All mounting assembly members shall be either plumb
symmetrically arranged and securely assembled. Construction shall be such as to F
conductors to be concealed. Mounting assemblies shall be watertight and free of sharp (
protrusions which might damage conductor insulation.
For post-top mounting of signals, a slip-fitter shall be used. Slip-fitter shall fit over a 115 IY
outside diameter pipe or tapered standard end. Each slip-fitter shall be provided with c
plated steel set screws, arranged as shown on the plans. Each slip-fitter used to post-tc
signals with brackets shall be provided with an integral terminal compartment. Each I
assembly shall be provided with positive locking, serrated fittings, which when mated wit
fittings on the signal faces shall prevent faces from rotating. Fittings shall permit fasteni
crements of not more than 7 degrees.
Signal faces shall not be installed at any intersection until all other signal equipment, inch
complete controller assembly, is in place and ready for operation at that intersection, excep
signal faces may be mounted if they are not directed toward traffic or if they are covered.
1 I
1
I
1
1
I
I
I
1
I u
II
1
1
I 0
e=
1.
1 ts 1/08/98 Contract No. 3369 Page 101 of 11
209-4.07 Flashing Beacons. Each beacon shall consist of a single section traffic signal fac
conforming to the provisions in Section 209-4.01, “Vehicle Signal Faces,” with yellow or red lens i
shown on the plans. The beacon flasher unit shall be independent of the intersection flasher unit.
209-4.07A Backplates. Each beacon shall be provided with a backplate conforming to tt
requirements in Section 209-4.03, “Backplates.”
209-4.07B Visors. Each beacon shall be provided with a full circle type visor conforming to tt
requirements in Section 209-4.01 D, “Visors.”
209-4.076 Flashing Beacon Control Assembly. EZach 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 enclosun
209-4.07C(I) Enclosure. The enclosure shall be NEMA Type 3R, and shall be provided with de;
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 wi
a factory applied rust resistant prime coat and finish mat.
209-4.07C(2) Circuit Breakers and Switches. A 15-A circuit breaker shall be installed to contr
each ungrounded conductor entering the enclosure. A switch to permit manual operation of the sic
lighting circuit shall be provided. Switches shall be of the single-hole-mounting toggle type, singlf
pole, single-throw, rated at 12 A, 120 V. Switches shall be furnished with an indicating namepla‘
reading “Auto - Test” and shall be connected in parallel with the load contacts of the photoelectr
control circuit. A 15-A circuit breaker may be used in place of the toggle switch.
209-4.07C(3) Flasher. The flasher shall meet the requirements of Section 8, “Solid-Sta
Flashers,” of NEMA Standards Publication No. TS 1. The flasher shall be a solid-state device wi
no contact points or moving parts. The flasher shall provide 2 output circuits to permit alterna
flashing of signal faces and shall be capable of carrying a minimum of 10 A per circuit at 120 V.
209-4.07C(4) Wiring. Conductors and wiring in the enclosure shall conform to the requirements
Section 209-3.046, “Cabinet Wiring.”
209-4.07C(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 ar
integral type marking strips.
209-4.07C(6) Dimming Relay. A heavy duty dimrning relay shall be provided to reduce tt-
voltage to the lamps at night. Heavy duty relays shall be designed for continuous duty. Relays shz
operate during ambient temperatures from -1 8°C to 71 “C (0” to 160°F). Each relay shall operate
the 8-pin Jones-type socket shown on the plans. Relays shall be provided with double-pole, doublc
throw contacts. Contact points shall be of fine silver, silver-alloy, or superior alternative material
Contact points and contact arms shall be capable of operation for 250,000 cycles with 20A I
tungsten load per contact at 120 V, 60 Hz AC. Coils shall have a power consumption of 10 V-A (
less and shall be designed for continuous duty on 120 volts AC. Heavy duty relays shall t enclosed with a removable, clear plastic cover.
em %s 1/08/98 Contract No. 33691 Page 102 of 119 Pages
I
I
1
I
II
I
1
I
1
I
1
1
II
1
R
1
209-5 DETECTORS 0 209-5.01 Vehicle Detectors. Vehicle detectors shall be the type or types shown on the p
sensor units, control units, and amplifiers shall meet the requirements of California Test 6
units shall not be affected by transient voltages when tested in accordance with California 1
After a power interruption the units shall return to normal operation within one minute. E
shall be provided with a light or meter, for each output circuit, to indicate when the de
detecting a vehicle. Each detector shall operate over the range of voltages from 1OC
135 volts 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 E
cessible electronic components. Each detector shall provide vehicle detection without reac
from -18°C to 71°C (0” to 160°F). Units shall use printed circuit boards designed to
identification of components. This shall be done by either part identification markin!
providing a pictorial diagram showing physical location and identification of each componei
printed circuit board shall have the following minimum quality requirements: NEMA FR-4 gl
base epoxy resin board, 1.5 mm (I/,:) minimum thickness, organic solder masking and gc contacts. lntercomponent wiring shall be copper track with a minimum mass of 600 g/m2 (
Printed circuit design shall be such that components may be removed and replacec
permanent damage to boards or tracks. Splices shall conform to the provisions in Section 2
“Wiring.”
209-5.01 Inductive Loop Detectors. Inductive loop detectors shall conform to the followii
209-5.01.1 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.
209-5.01.3 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 o
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.
209-5.01.4 Construction Materials. Conductor for each inductive loop detector
continuous and unspliced and shall conform to one of the following:
1 0
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 thickner
point shall be 1.0 mm (40 mils).
2) Type 2 loop wire shall consist of a conductor inside of plastic tubing. The conductoi
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 shz
maximum outside diameter of 7 mm (0.27“) and a minimum wall thickness of 0.71 mm
The conductors shall not be spliced inside the tubing.
Conductors for loop detector lead-in cable shall be 2 No. 16 (19 x 29) stranded tinned copp
detector lead-in cable shall conform to the calculated cross sectional area of ASTM Des
B 286, Table 1. The lead-in cable shall conform to one of the following:
1) Type B lead-in cable shall be insulated with 0.5 mm (20 mils) of high-density polyc
The conductors shall be twisted together with at least 6 turns per meter and the twisted
be protected with a copper or aluminum polyester shield. A No. 20, minimum, copper (
shall be provided and connected to the equipment ground within the cabinet. The cablt
provided with a high-density polyethylene or high-density polypropylene outer jackc
nominal thickness of 0.8 mm (35 mils). An amorphous interior moisture penetration
4-
1.
1 %a 1/08/98 Contract No. 3369 Page 103 of I1
ELASTOMERIC SEALANT CHARACTERISTICS
Property Measuring Standard Results
(ASTM Designation)
Hardness ASTM D 2240 Rex. 65-85
(indentation) Type A, Model 1700
Tensile ASTM D 412 Die C, 3.45 MPa, minimum
Strength
Elongation ASTM D 412 Die C, 400%, minimum
Flexat -40°C 0.6 mm (25 mil) No cracks
Free Film Bend
(1 80")
Weathering ASTM D 822 Slight chalking
Resistance Weatherometer
Salt-Spray ASTM B 117 28 3.45 MPa, minimum tensile;
Resistance days at 38°C 400% minirnum Elongation
Dielectric ASTM D 150 Less than 25% change
350 h
Constant -
Conditions
25°C @ 50% re1
humidity
pulled at 508 mm (20") minute
pulled at 508 mm (20")
minute
over 13 mm (V;) Mandre
Cured 7 days at 25°C
50%
5% NaCI, Die C, pulle
508 mm (20") per minute
over a temperature ranc
-30°C to 50°C
Measuring Standard (ASTM Results
Designation)
Cone ASTM D 3407, Sec. 5 3.5 mm, max.
Penetration
Flow, 60°C 5 mm, max. ASTM D 3407, Sec. 6 I Resi hence ,ASTM D 3407, Sec. 8 25%, min.
Softening ASTM D 36 82 “C, min.
Point,
D ucti I ity ,
Flash Point, ASTM D 92 288 “C, min.
COC, “C
Viscosity, ASTM D 4402 2.5-3.5 Pavs
Brookfield
ASTM D I1 3 300 mm, min.
I
I
B Thermosel,
Conditions
25”C, 150 g, 5
25°C
25”C, 50 mm/r
No. 27 Spindle
20 rpm, 190°C
1) Switching unit shall have a stainless steel plunger actuator and shall be provided with U-fran
to permit recessed mounting in push button housing.
2) Switch shall have an operating force of 2.5 N (9 oz.) to 3.6 N (13 oz.) and a minimum relea:
force of one newton (4 oz.).
3) Pretravel shall be 0.4 mm (1/64") maximum.
4) Overtravel shall be 6 mm (7/32") minimum.
5) Differential travel shall be 0.01 mm (0.0004") to 01.05 mm (0.002"). 6) Actuator shall have a minimum diameter of 50 mim (2).
Where a pedestrian push button is attached to a pole, the housing shall be shaped to fit tt curvature of the pole and secured to provide a rigid installation. Saddles shall be provided to maE
a neat fit when required. Where a pedestrian push button is to be mounted on top of a Size E
(2l/*") diameter post, the housing shall be provided with a slip-fitter fitting and screws for securir
rigidly to the post. Pedestrian push button signs shall be porcelain enameled metal or structur
plastic. Push button and sign shall be installed on the! crosswalk side of the pole. Arrows on pus
button signs shall point in the same direction as the corresponding crosswalk. Where Type A pu:
buttons are specified, each push button assembly shall be equipped with red and green indicati
lamps. Lamps shall be so connected that, when the push button has been activated, the red lam
shall be energized and continue so until the next pedestrian walk interval, at which time the gree
lamp shall be energized in lieu of the red lamp. At the termination of the pedestrian walk intervz
the lamps shall be de-energized until the next actuation of the push button. Lenses for the lamF
shall have a visible diameter of approximately 32 mm (11/4'') and a length of approximately 22 mi
(7/8"). On the Type A or Type B push button assembly, the sign shall attach to and be secure
supported by the framework. With Type C pedestrian push buttons, the instruction sign shall t:
mounted, using 2 straps and saddle brackets, on the same standard as the push button assembly
Straps and saddle brackets shall be as shown on the plans and shall be corrosion-resistin
chromium nickel steel conforming to the specifications of ASTM Designation: A 167, Type 302
Theft-proof bolts shall be stainless steel with a chromium content of at least 17 percent and a nickc
content of at least 8 percent.
209-6 LIGHTING
209-6.01 High Pressure Sodium Luminaires. High pressure sodium luminaires shall be th
enclosed type with a horizontal burning lamp. Luminalires shall be the cutoff type. Each luminair
shall consist of a housing, a reflector, a refractor or a lens, a lamp socket, an integral ballast,
terminal strip and a lamp. Housings shall be fabricated from aluminum. Housings that are painte
shall withstand a 1000-hour salt spray test as specified in ASTM Designation: B 11 7. All othc
metal parts of the housing shall be fabricated from metal at least equal in corrosion resistance an
finish to the metal in the housing. Each housing shall be provided with a slip-fitter capable c
mounting on a 50 mm (2") pipe tenon and of being ad.justed 5 degrees from the axis of the tenon
The clamping brackets of the slip-fitter shall not bottom out on the housing bosses when adjuste
within the *5 degree range. No part of the slip-fitter mounting brackets on the luminaires sha
develop a permanent set in excess of 0.5 mm (0.020") when the four IO mm (3/c) diameter ca
screws used for mounting are tightened to 13 N-m ('IO ft/lbs.). All luminaires to be mounted o
horizontal mast arms, when tested in accordance wiith California Test 611, shall be capable (
withstanding cyclic loading in (G = Acceleration of Gravity):
1) a vertical plane at a minimum peak acceleration level of 3.0 G peak-to-peak sinusoidal loadin
(same as 1.5 G peak) with the internal ballast removed, for a minimum of 2 million cycles withoi failure of any luminaire parts.
2) a horizontal plane perpendicular to the direction of the mast arm at a minimum pea
acceleration level of 1.5 G peak-to-peak sinusoidal loading (same as 0.75-G peak) with th
internal ballast installed, for a minimum of 2 million cycles without failure of any luminaire parts.
3) a vertical plane at a minimum peak acceleration level of 1 .O G peak-to-peak sinusoidal loadin
em tS 1/08/98 Contract No. 3369 Page 106 of 119 Pages
Lamp Lamp
s55 150
S66 200
S50 250
S67 31 0
S5 1 400
ANSI Code No. Wattage I
1
Maximum Brig1
(cd/m2)
140
140
175
21 0
260
Lumens
16 000
22 000
27 000
37 000
50 000
Lamp Wattage
150
200
250
31 0
400
I
1 209-6.01A(I) Regulator Type Ballasts. Regulator type ballasts shall conform to the fol
1) For nominal input voltage and lamp voltage, the ballast design center shall not vary n
7.5 percent from rated lamp watts.
2) The ballast shall be designed so that a capacitance variance of k6 percent will not cai
than a i8 percent variation in lamp wattage regulation throughout rated lamp life fol
input voltage.
3) The lamp current crest factor shall not exceed I .8 for input voltage variation of *IO F
any lamp voltage from initial through life.
Regulator type ballasts shall be lag-type or lead-type conforming to the following:
I.
secondary windings electrically isolated and, when operated with the appropriate lamp,
the following characteristics and shall maintain the following lamp operation:
I.
1
Lag-Type Regulator Ballask- Each lag-type regulator ballast shall have the pr
a) The power factor shall be not less than 90 percent throughout the life of tt-
nominal line voltage with a nominally rated reference lamp.
b) Lamp wattage regulation spread at any lamp voltage from nominal through lifi
vary by more than 18 percent for k10 percent input voltage variation.
2) Lead-Type Regulator Ballask- Each lead-type regulator ballast (CWA-constan
auto-regulator) shall, when operated with the appropriate lamp, have the following char
and shall maintain the following lamp operation:
a) The power ,factor shall be not less than 90 percent when the ballast is 01
nominal line voltage with a nominally rated reference lamp.
b) Lamp wattage regulation spread at any lamp voltage from nominal through lifi
vary by more than 30 percent for 21 0 percent input voltage variation.
209-6.01A(2) Autotransformer or Reactor Type Ballasts. Each nonregulating
autotransformer, or high reactance ballast shall, when operated with the appropriate lamp,
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 no
voltage with a nominally rated reference lamp.
2) Lamp wattage regulation spread at any lamp voltage from nominal through life shal by more than 25 percent for 55 percent input voltage variation.
3) For nominal input voltage and lamp voltage, the ballast design center shall not vary r
7.5 percent from rated lamp watts.
4) The lamp current crest factor shall not exceed 1.8 for input voltage variation of &5 f
any lamp voltage from initial through life.
209-6.01 B High Pressure Sodium Lamps. High pressure sodium lamps shall confo
ANSI Standard: C 78, “Lamp Specifications, Physical and Electrical Characteristics o
tensity-Discharge Lamps,” when tested in accordance with ANSI Standard: C 78.388, “M
Measurement of High Pressure Sodium Lamp Characteristics.” High-pressure sodium la
have a minimum average rated life of 24 000 hours.
209-6.02 Mission Bell Luminaires. The contractor shall be responsible for furnishing anc
all components of the Mission Bell fixture and light standard in accordance to man[
specifications and these special provisions. The Contractor‘s responsibility shall include,
limited to, mounting adaptor to mast arm, mounting bracket for use with photoelectric c(
suspension method for conductors. Dissimilar metals shall not be used for mounting the M
to the fixture adapter (plumberizer). The 50 mm (2) diameter close aluminum nipples use(
the plumberizer and Mission Bell casting shall be fabricated from bar stock aluminum coni
ASTM designation 6061-T6 or 6063-TI and shall be bored through along their central axis
mm (1”) diameter hole to accommodate the lighting conductors. All aluminum incorpora fixture shall be clear anodized in accordance with Aluminum Association designation AA-M 1
I
I
3
I
1
I
I
I
I
I
I
I
I
I 0
@
4- I \# 1/08/98 Contract No. 3369 Page 109 of 1
The minimum anodic coating thickness shall be not less than 0.03 mm (1.0 mil). Mission Bi
Luminaires shall conform to the requirements of section 209-6.01 of these special provisions except i
noted in this section (209-6.02) and shall be Sierra Lighting catalog number MB-200-HPS-240-DB
General Electric catalog number BELL20S3AGMN3DB or approved equal. All Mission Bell Luminain
from any source shall be modified as specified herein. The Contractor shall submit shop drawings f
the mounting design for approval by the Engineer prior to fabrication in accordance with Section 2-5
Shop Drawings.
209-6.05 Sign Lighting Fixtures- Mercury. Each imercury sign lighting fixture shall be designt
for mounting near the bottom of the sign panel on an overhead sign structure. The fixture shall t of an enclosed design and shall be raintight and corrosion resistant. Each fixture shall consist of
housing with door, a reflector, refractor or a flat lens, a lamp, a socket assembly, a ballast and
fuse block, and shall conform to the following: 1) Housing.- The housing shall have a door designed to hold a refractor or flat lens. Housin!
and doors shall be fabricated of sheet or cast aluminum. Sheet aluminum shall conform to tl
requirements of ASTM Designation: B 209 or B 209M for 5052-H32 aluminum sheet. Painting
not required. All external bolts, screws, hinges, hinge pins and door closure devices shall be
material which will not corrode in normal use.The hiousing shall be provided with holes to pern
condensed water to drain. The door shall be hinged to the housing on the side of the fixtu
away from the sign panel and shall be provided with two captive latch bolts or other latchir
device. The door shall be provided with means to allow the door to be locked in the ope
position (50 degrees, minimum from the plane of the door opening) with a wind of 110 km/h (7
mph) striking the door from either side. The juncture of the door and the housing shall t
gasketed to provide a raintight and dusttight joint. The thickness of the gasket shall be 6 m
(0.25”), minimum. The maximum height of the fixture shall be 300 mm (12“) above the top of tt
mounting rails. When the fixture is mounted on the mounting channels without a mounting plat
4 holes of 11 mm (7/16‘‘) diameter shall be provided. The distance between the front and bac
holes shall be 165 mm (6l4”).
2) Reflector.-The reflector shall be one piece ,and shall be made from specularly finish
aluminum protected with an electrochemically appliied anodized finish or a chemically applied s
cate film. The reflector shall be designed so that water deposited on it due to condensation I drain away. The reflector shall be secured to the housing with a minimum of two screws and sh
be removable without removing any fixture parts. No reflectors shall be attached to the outside
the housing.
3) Refractor.- Refractors shall be made from borosilicate heat resistant glass. When a flat ler
is used, the lens shall be made from heat resistant glass. The refractor shall be so designed (
shielded that no fixture luminance is visible when the fixture is approached directly from the rei
and the viewing level is the bottom of the fixture. When a shield is used it shall be an integr
part of the door casting.
4) Lamp.- Each fixture shall be furnished with ai 175-W mercury lamp conforming to AN!
C78.386-1989, Code: H39KC-l75/DX. Lamps shall have a minimum average rated life I 16 000 hours.
5) Lamp Socket.-The lamp socket shall be a porcelain enclosed mogul type. The shell sh:
contain integral lamp grips to assure electrical contact under conditions of normal vibration. Tt
center contact shall be spring-loaded. Shell and center contact shall be nickel plated brass. Tt
socket shall be rated for 1500 W and 600 V.
6) Ballast.- The ballast for each mercury sign fixture shall be designed for the characteristic
and wattage of the lamp and it shall provide the proper starting voltage and operating waveform
voltage and current. Ballasts shall provide reliable lamp starting and operation at ambiei
temperatures down to -25°C for the rated life of the lamp. Ballasts shall be designed fc
continuous operation at ambient air temperatures from -20°C to 25°C without reduction in balla
life. Ballasts shall have a design life of not less than 100 000 hours. Ballasts shall be tested
accordance with the requirement of ANSI Standarld C82.6-1980, “Methods of Measurement (
e= ts 1/08/98 Contract No. 33691 Page 110 of 119Pages
I
I
I
I
I
I
I
I
I
1
I
I
I
I
I
High-lntensity-Discharge Lamp Ballasts." A Certificate of Compliance conforming
provisions in Section 4-1.5, "Certification," shall be submitted by the manufacturer with e;
sign lighting fixtures. The certificate shall state that the ballasts meet, in every res1
above requirements and the lamp ballast specifications of the lamp manufacturer.
Ballasts consisting of separate components shall conform to the following: 1) Each component shall be capable of being easily replaced.
provided with screw terminals, NEMA tab connect or a single multi-circuit connec
conductor terminals shall be identified as to the component terminal to which they connec
2) Heat-generating components shall be mounted so as to use the portion of the sigr
fixture upon which they are mounted as a heat sink. Capacitors shall be located E
practicable from heat-generating components or shall be thermally shielded to limit i
temperature to 75°C.
3) Transformers and inductors shall be resin-impregnated for protection against m
Capacitors shall be metal cased and hermetically sealed.
4) Ballasts for mercury sign lighting fixtures shall be normal power factor reactor
autotransformer regulator type (CWA-constant wattage autotransformer).
5) Reactor Type Ballasts.- Each reactor type ballast shall, when operated with the
lamp, have the following characteristics and shall maintain the following lamp operation:
Each component
I.
I
a) The power factor shall be not less than 50 percent.
b) The lamp wattage shall not vary by more than a +IO percent for a +5 per(
voltage variation.
c) The lamp current crest factor shall not exceed 1.5 at rated input voltage.
d) Ballast losses shall not exceed 25 W.
6) Autotransformer Regulator Ballasts.- Each autotransformer regulator type ballast sh
operated with the mercury lamp, have the following characteristics and shall mair I 0 following lamp operation:
a) The power factor shall be not less than 90 percent.
b) The lamp wattage shall not vary by more than a 27 percent for a +IO perc
voltage variation.
c) The lamp current crest factor shall not exceed 1.7 at rated input voltage. d) Ballast losses shall not exceed 40 W.
7) Fuse Block.- Each fixture shall be provided with a barrier type fuse block for termim
connections. The block shall be secured to the housing and shall be accessible without
of any fixture parts. The block shall be mounted to leave a minimum of 13 mm (0.5 ") i
from the sidewalls of the housing. The block shall be designed for easy removal of fi
fuse puller, shall be rated at 600 volts and shall have box terminals. Fuses shall be 10 IT
diameter, 38 mm (11/2") long ferrule type and shall be UL or ETL listed. For 120-v(
fixtures, only the ungrounded conductor shall be fused and a solid link shall be provided
the neutral and the ballasts.
8) Wire Guard.- When shown on the plans, each sign lighting fixture shall be providt
wire guard to prevent damage to the refractor or lens. The guard shall be constructed o
(0.2625") (minimum) diameter steel wire and shall be either hot-dip galvanized or prov
an electroplated zinc coating conforming to ASTM Designation: B 633, Service Condi
with a clear chromate dip treatment. Guard elements shall be spaced so as to preveni
excess of 40 mm (1'"'') in diameter from passing through.
When the fixture is located so that the light center of the lamp is 1.4 m (56") in front of,
(12) below, and centered on a 3 m (IO') high by 6 m (20') wide sign panel, the rat
maximum to minimum illuminance level on the panel shall not exceed 12 to 1 in 95 perm
points measured. In addition, the illuminance gradient shall not exceed 2 to 1. Illuminance
is defined as the ratio of the minimum illuminance on any 300 mm (12") square of panel t any adjacent 300 mm (12) square of panel. The minimum horizontal lux requireme 0
em I p,s 1/08/98 Contract No. 3369 Page 111 of 11
conform to the “lsolux Diagrams” shown on the plans. Each fixture shall be furnished with
mounting assembly that will permit the fixture to be mounted on the continuous slot channels shou
on the plans. The mounting assembly shall be either cast aluminum, hot-dip galvanized steel pla
or steel plate that has been galvanized and finished with a polymeric coating system.
209-6.06 Sign Lighting Fixtures- Incandescent. IEach sign lighting fixture for an incandesce1
lamp shall be of the type shown on the plans or as specified in these special provisions. Si$
lighting fixtures shall be UL or ETL listed for outdoor installation. The fixture shall consist of a hoc
with side outlet tapped for conduit and a symmetrical 250 mm (10“) steel reflector. Fixture shall t
rated at 150 W minimum. The reflector shall have a white porcelain enamel finish. The fixture sh:
have a medium base socket.
209-6.065 Internally Illuminated Street Name Signs. Internally illuminated street name sigr
shall conform to the details shown on the plans. The general design of signs shall be as shown c
the plans. Minor details of construction shown are typical and may be modified subject to approv,
by the Engineer. The sign fixture shall be designed and constructed to prevent deformation (
failure when subjected to 11 3 km/h (70mph) wind loads as set forth in the AASHTO publicatioi
“Standard Specifications for Structural Supports of Highway Signs, Luminaires and Traffic Signals
and amendments thereto. The sign panels shall not deform or warp under a 11 3 km/h (70 mpl
wind loading. A Certificate of Compliance conforming to the provisions in Section 4-l.!
“Certification,” shall be submitted by the manufactureir with each lot of internally illuminated strec
name signs. The certificate shall state that the internally illuminated street name signs meets th
wind load requirements as described above. All material used in fabrication shall be new. If nc
covered herein, both the material and workmanship sliall be of the best quality consistent with th
intended purpose. All ferrous parts shall be galvanized or cadmium plated, unless otherwis
specified herein or shown otherwise on the plans. Signs shall be Type A. Additionally all Internal
Illuminated Street Name Signs shall conform to the following requirements:
1) Housing.- The top and bottom shall be formed or extruded aluminum and shall be attache
to formed or cast aluminum end fittings. The desilgn shall provide continuous sealing betwee
top and bottom assemblies and the end fittings. The housing shall be rigidly constructed to resi:
torsional twist and warp. Provisions shall be made for ease of maintenance of all components
The opening or removal of one panel shall permit access to the interior of the sign and allow fc
replacement of lamps, ballasts and fuses. Photoelectric unit sockets will not be allowed. 0
Type A signs, both sides shall be hinged at the top to permit installation or removal of the sig
panels, and to permit access to the interior of the sign. On Type B signs, the sign panels shall b
slide-mounted into the housing. 2) Reflectors.-At the option of the Contractor, reflectors may be used to provide the require
sign brightness. Reflectors, if used, shall be formed aluminum with acrylic baked white enamc
surface having a minimum reflectance of 0.85.
3) Sign Panels.- The sign panels shall be slide-mounted or rigid mounted in a frame, with whit
legend, symbols, arrows, and border on each face, as shown on the plans. The backgroun
shall be green. The entire surface of the sign panel shall be evenly illuminated. The average (
brightness readings for the letters shall be 500 cd/im2 (150 foot-lamberts), minimum. The ligl
transmission factor of the sign panel shall provide a letter to background brightness ratio of bc
tween 10 to 1 and 20 to I. The luminance of the background shall not vary by more than 4
percent from the average of background brightness reading. The luminance of the letter:
symbols and arrows shall not vary by more than 20 percent from the average brightness readin
of letters, symbols and arrows. The sign panels shall be translucent panels of high impact resi:
tant plastic of one of the following types:
a) Glass fiber reinforced acrylated resin.
b) Polycarbonate resin.
c) Cellulose acetate butyrate plastic.
ew p,s 1/08/98 Contract No. 3369 Page 112 of 119Pages
I
!
I
I
I
I
I
1
I
1
I
1
1
I
I
d) Paint on the outside of the plastic shall be protected by a plastic film which s the front surface of the panel and filter out ultraviolet radiation. Paint shall bc
plastic type.
e) All surfaces shall be free of blemishes in the plastic or coating that may in
serviceability or detract from the general appearance and color matching of the si! 9 The white or green color shall not fade or darken when the sign is expose
accelerated test of ultraviolet light which is equivalent to 2 years of outdoor ex1
The green color of the sign, when not illuminated, shall conform to Color No. I
Federal Standard 595B.
g) The sign panels shall not crack or shatter when a 25.4 mm (1") diameter, steel a mass of 67 grams is dropped from a height of 2.6 m (8.5') above the sign pant
point of the sign panel. The panels shall be lying in a horizontal position and SI
within their frame for this test.
4) Gaskets.- On Type A signs, gaskets shall be installed between the sign panel frame
fixture housing to prevent the entrance of water between the frame and the fixture h
Gaskets shall be uniform and even textured and shall be the closed cell, sponge neopre
designed for use at temperatures between -20°C and +70"C. Gaskets shall be neatly a,
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. Ba
Type B signs shall be rated at 430 mA. Ballasts shall be listed by UL or ETL for operatio
to 125 V, 60 Hz circuits, and shall conform to the requirements of ANSI Standard: C
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
with silver coated contacts and waterproofed entrance leads for use with a rapid-start flu
lamp. Removal of the lamp from the socket shall de-energize the primary of the balla!
lamp holder shall be provided with a heat-resistant, circular cross section, partially I
neoprene ring to seal against the lamp ends and protect electrical contacts from moisturc
or other injurious elements. One lamp holder for each lamp shall be of the spring-load
The distance between the face of the lamp holders for each lamp shall provide a comprl
at least 2.5 mm (0.10") on the spring-type lamp holder when the lamp is in place. The k
have positive mechanical and electrical contact when the lamp is in place. The sockt
spring-type lamp holder shall have sufficient travel to permit installation of the lamp. Sf lamp holders shall not be part of the current carrying circuit. Lamp holders shall ma
requirements and shall not increase cathode filament circuit resistance by more than 0.11
7) Lamps.- Lamps shall be of the types shown on the plans and shall meet the requirc
ANSI Standard: C 78.
8) Terminal Blocks.- All wiring connections in the fixture shall be terminated or
phenolic, barrier type, terminal blocks rated at 15 A, 1000 V, and shall have integral b
waterproof marking strips. All current carrying parts of the terminal block shall be insu
the fixture with integral plugs or strips to provide an insulating value in excess of the line.
flashover voltage. If the Contractor elects to use sectionalized terminal blocks, each se
be provided with an integral barrier on each side and shall be capable of rigid mol alignment. Terminal screws shall be size No. IO, minimum.
9) Fuses.- Fuses shall be Type 3AG, miniature, slow blowing type with appropriate ci
voltage ratings. Fuseholder shall be a panel-mounting type with threaded or bayonet
which grips the fuse tightly for extraction. A separate fuse shall be provided for each bal
IO) Weep Holes.- Screened weep holes shall be provided at strategic locations in all
subject to the collection of moisture. Weep holes shall be shielded to prevent light lea
the fixture.
11) Fasteners.- All fasteners, screws, and hardware shall be of passive stainless steel or 304) or aluminum Type 6060-T6.
I.
u *
4-
I.
I %@ 1/08/98 Contract No. 3369 Page 113 of 11
12) Mounting Assemblies.- The top of the fixture housing shall have 2 free-swinging mounl
brackets. Each of the brackets shall be adjustable vertically for leveling the sign to eithe
straight or curved mast arm. The bracket assembly shall permit the fixture to swing perpendici
to the sign panel. Hinge pins for the free-swinging brackets shall have a minimum diametei
6 mm (0.25”). At least 4.6 m (15’) clearance shall be provided between the bottom of the fixt
and the roadway.
13) Message.- The message, as shown on the plans, shall be displayed on both sign panels
not 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 200 mm I
upper case and 150 mm (6“) lower case, Series E.
14) Mass.- The total mass of the complete sign assembly, including lamps, ballasts, mounl
brackets and appurtenances shall not exceed 30 kg.
15) Conductors.- All fixture conductors shall be UL or ETL listed appliance wiring mate
(AWM) stranded copper wire with 0.7 mrn (28 mils), minimum, thermoplastic insulation, ratec
1000 volts and rated for use at 90°C. Conductors shall be No. 16, minimum, and shall match
color coding of the ballast leads. The size of conductors from the sign disconnect to the fi
block shall be as shown on the plans. All conductors within the fixture shall be secured with ea
removable spring cross straps (not clamped) in the chassis or fixture. Straps shall be installed
more than 300 rnm (12”) apart. Stranded copper conductors connected to screw type termin
shall terminate in approved crimp type ring connectors. Splices will not be permitted within
fixture unless approved in writing by the Engineer.
16) Equipment List and Drawings.- Within 15 days following approval of contract, the Contrac
shall submit 3 sets of shop drawings and a list of equipment and materials he proposes to inst
as specified in Section 2-5, “Plans and Specifications.” The shop drawings shall show
message for each sign and shall include the size of letters, symbols or arrows, as shown on
plans or as furnished by the Engineer. The list of equipment shall include the name of .
manufacturer of all materials and sufficient detail to identify the materials. If requested, .
Contractor shall supply, without cost to the Agency, sufficient samples of materials to be usec
the fabrication of the sign, or a complete sign assernbly, to permit adequate testing and evaluat
of conformance to the specified requirements.
209-6.07 Photoelectric Controls. Photoelectric controls, as specified in these special provisic
or as shown on the plans, shall be capable of switching multiple lighting systems directly. Type photoelectric control shall be used unless otherwise shown on the plans or required by the
special provisions and shall be installed in a receptacle integral with the luminaire.
1) Type I photoelectric control shall consist of a remote photoelectric unit and a test swii
housed in an enclosure.
2) Type II photoelectric control shall consist of a remote photoelectric unit, a separate contac
located in a service equipment enclosure, and a test switch located in the service equipmc
enclosure unless shown otherwise.
3) Type Ill photoelectric control shall consist of a remote photoelectric unit, and a separi
contactor and a test switch housed in an enclosure.
4) Type IV photoelectric control shall consist of a photoelectric unit which plugs into an EEI-NE!
twist lock.
209-6.07A Types. The types of photoelectric controls shall be as follows: a) receptacle integral with the luminaire.
b) Type V photoelectric control shall consist of a photoelectric unit, contactor and tc
switch located in a service equipment enclosure.
*= %# 1/08/98 Contract No. 3369 Page 114 of 119 Pages
I
I
I
1
I
II
1
I
I
1
I
1
I
I
1
I
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. Switches
furnished with an indicating nameplate reading “Auto-Test” and shall be connected in pai
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 mount€
otherwise specified.
209-6.07B Equipment Details. Equipment details shall conform to the following:
209-6.07B(I) Photoelectric Unit. The photoelectric unit shall provide an output in res1
changing light levels. Components of the unit shall not require periodic replacement. Ur
have a “turn-on” between 10 and 50 lux (one and 5 footcandles) and a “turn-off” at betweer
5 times “turn-on.” Measurements shall be by the procedures set forth in EEI-NEMA Stan(
Physical and Electrical Interchangeability of Light-Sensitive Control Devices Used in the C
Roadway Lighting. Photoelectric controls, except Type IV and Type V, shall be furnished w
mm (4) minimum inside diameter pole-top mounting adaptor containing a terminal block
cable supports or clamps to support pole wires. The photoelectric unit receptacle shall be
NEMA type. Mounting brackets shall be used where pole-top mounting is not pc
Photoelectric controls shall be installed at the locations shown on the plans and oriented as
by the Engineer. For switching 480 V, 60 Hz circuits, a 100 V’A, minimum, 48011 20-volt trai
shall be installed in the contactor enclosure to provide 120 volts for the photoelectric con1
Where more than one photoelectric unit is to be installed at the same location, a single trar
with a volt-ampere rating capable of handling the total controlled load, may be used. Phoi
units shall be screened to prevent artificial light from causing cycling.
The photoelectric unit shall also conform to the following:
0
1) The supply voltage rating shall be 60 Hz, 105-130 V, 210-240 V, or 105-240 V, as spe
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-l
mounting.
7) Units shall be provided with a “fail-on” feature.
I 0
209-6.07B(2) Contactor. The contactor shall have contacts rated to switch the specifiec
load and shall be normally open, unless otherwise specified. The contactor shall be e
mechanical armature type or the mercury displacement type. The contacts of the mc
armature type contactor shall be either fine silver, silver alloy, or superior alternative matei
contactor shall have a minimum rating of 30 A, per contact, inductive load.
209-6.07B(3) Contactor and Test Switch Housing. The enclosure for Type I and
photoelectric controls shall be NEMA Type 3R. The enclosure shall be provided with ( applied rust resistant prime coat and finish coat. Two applications of paint to match the co
standard shall be applied as specified in Section 209-2.1 6, “Painting.” The enclosure mal
dip galvanized in lieu of painting. A minimum of 65 mm (2’1;) shall be provided between (
terminals and end of enclosure for wiring connections. The enclosure shall be mounte same standard as the photoelectric unit at a height of approximately 1.8 m (6‘) above the b:
209-6.07B(4) Wiring. Conductors between the photoelectric unit and an external contal
be No. 14 and shall be run inside the lighting standard, or in conduit, unless otherwise shov
I a plans.
4w I %# 1/08/98 Contract No. 3369 Page 115 of 11
209-6.07B(5) Terminal Blocks. Terminal blocks shall be rated at 25A, 600V, shall be moldc
from phenolic or nylon material and shall be the barrier type with plated brass screw terminals ar
integral type marking strips.
209-6.09 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.
209-6.09A Electrical Requirements. Transformer ratings shall be 120/480 volts, 240/480 volts
480/120 volts for multiple to multiple units and 6.6 A1120 volts or 6.6 A1480 volts for series
multiple units or other ratings as shown on the plans. Secondary 480-volt windings shall be cent
tapped. Volt-ampere ratings shall be as shown on the plans. Transformer efficiency shall excec 95 percent for multiple to multiple units and 80 percent for series to multiple units. Seconda
voltage regulation and tolerance shall be k3 percent from half load to full load for multiple to multip
units and +10 percent (maximum) at no load to k3 percent at full load for series to multiple units Transformers shall have a decal showing a connection diagram. The diagram shall show eithc
color coding or tagging of wires with primary (Hl, H2) or secondary (XI, X2) markers, and shall al:
show the primary and secondary voltage and volt-ampere rating.
209-6.09B Physical Requirements. External leads for multiple to multiple and series to multip
secondary connections shall be Type USE, No. 10, rated 600 volts AC. Primary conductors fc
series to multiple transformers shall be rated for use on 5000-volt AC circuits. Transformer leac
shall extend a minimum of 300 mm (12“) from the case. Transformer insulation shall be NEM
185°C or better. Series to multiple transformers shalt withstand the application of 12 000 volts A
from core to primary coil and from coil to coil for a one minute period. Series to multiple transformc secondaries and multiple to multiple transformers shall withstand the application of 2200 volts A
from core to coils and, for multiple units only, from coil to coil for a one minute period. The aboL
tests shall be made immediately after operation of the transformer at full load for 24 hours. Noi
submersible transformers shall be provided with metal half-shell coil protection, shall have moistui
resistant, synthetic varnish impregnated windings and shall be suitable for outdoor operation in
raintight enclosure. Each transformer to be installed in a pull box shall be the submersible type ar;
shall be provided with a handle and a hanger.
209-6.096 Submersible Type Transformers. Submersible type transformers shall be secure
encased in a rugged corrosion resistant, watertight case and shall withstand a 5-day te:
submerged in 600 mm (2’) of salt water (2 percent salt by mass) with 12-hour on and off periods
The operating periods shall be at full load. Leads of submersible transformers shall be brought 01
through one or more sealed hubs and shall be secured in a manner which will withstand a 450-
(100 Ib) static pull without loosening or leaking.
209-7 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT
209-7.01 Removing Electrical Equipment. Attention is directed to Section 7-9, “Protection an
Restoration of Existing Improvements.” Existing electrical equipment shown on the plans c
specified in these special provisions to be removed and not reused or salvaged, and pull boxe:
conduit and detector frames not reused, shall become the property of the Contractor and shall b
removed from the street right of way in accordance with the provisions in 300-1, “Clearing an
Grubbing,” except, if not interfering with other construction, underground conduit may be abandone
in place after all conductors have been removed. Care shall be exercised in salvaging equipmer
so that it will not be damaged or destroyed and will remain in its existing condition wheneve
possible. Mast arms shall be removed from standards. Luminaires, signal heads, and sign:
mounting assemblies shall be removed from standards and mast arms.
*w %@ 1/08/98 Contract No. 3369 Page 116 of I19 Pages
I
1
1
I
I
I
I
1
I
1
I
I
I
1
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 209-2.03, “Foundations,” regarding found be abandoned or removed. Holes resulting from removing pull boxes and detector frames
filled with material equivalent to the surrounding material.
209-7.02 Reinstalling Removed Electrical Equipment. When removed electrical equipn
be reinstalled, the Contractor shall furnish and install all necessary materials and eq
including signal mounting assemblies, anchor bolts, nuts, washers and concrete as re(
complete the new installation. All traffic signal and flashing beacon faces to be reinstalled
part of a modified system shall be cleaned and relamped. All luminaires and sign lighting fi
be reinstalled shall be cleaned and relamped. Existing materials required to be relocated a
to be unsatisfactory by the Engineer shall be replaced by new material and the cost therefc
paid for as extra work as provided in Section 3-3, “Extra Work.”
0
I 209-8 PAYMENT
209-8.01 Payment. The contract lump sum price or prices paid for signal, flashing lighting, sign illumination, traffic monitoring station, closed circuit television systems, or coml
thereof; for modifying or removing those systems; for temporary systems; or the lump SUI
prices paid for various units of those systems; or the lump sum or per meter price paid for c
the various sizes, types and installation methods listed in the Engineer’s Estimate shall in1
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 shc
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 appur
damaged or destroyed during construction; salvaging existing materials; and making all
tests.
Full compensation for all additional materials and labor, not shown on the plans or specific
are necessary to complete the installation of the various systems, shall be considered as in
the prices paid for the systems, or units thereof, and no additional compensation will be
therefor, except as provided in Section 209-1.05, “Maintaining Existing and Temporary
Systems.”
When shown as a contract item, the contract price paid per meter for cast-in-drilled-hole
pile (signal foundation) shall include full compensation for furnishing all labor, materia
equipment, and incidentals, and for doing all the work involved in constructing reinforced
pile foundations of the size shown on the Engineer’s Estimate, including drilling holes, dis
the material resulting from drilling holes, furnishing and placing anchor bolt assemblies
forcing steel, complete in place, as shown on the plans, and as specified in these special I:
and as directed by the Engineer.
When shown as a contract item, non-reinforced portland cement concrete foundation
measured and paid for in the manner as provided in Section 303-1.1 1, “Payment.”
I 0
1
*w
I.
Page 117 of 11 I a# 1/08/98 Contract No. 3369
When shown as a separate contract item by the lump sum or per bid item linear measuremer
interconnection conduit and conductor shall include all interconnection conductors, but shall on
include conduit and pull boxes containing interconnection conductors and no other conductors. Tt
quantity of interconnection conduit and conductor to be paid for by the lump sum bid or the bid ite
linear measurement shall be the length of that conduit. Compensation for conduit containing ii
terconnection conductors and other conductors shall be considered as included in the contract pric
paid for the item requiring the other conductors.
Full compensation for furnishing, installing, maintaining and removing falsework lighting equipme
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.
QW p,# 1/08/98 Contract No. 3369 Page 118 of 119Pages
1
I
1
I
I
c
1
I
I.
I
i
I
I
I
I
I
PROVISIONS
TO
STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION
PART 3, CONSTRUCTION METHODS
I.
SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS
307-3 STREET LIGHTING CONSTRUCTION. Modify as follows: Section 86, "Signals,
and Electrical Systems'' found in section 209 herein, shall replace Section 307-3, "I
Components", of the SSPWC in all matters pertaining to the specifications for measi
payment, warranty, and methods of construction for all elements of street lighting and traffic
307-4 TRAFFIC SIGNAL CONSTRUCTION. Modify as follows: Section 86, "Signals
and Electrical Systems" found in section 209 herein, shall replace Section 307-4, I'
Components", of the SSPWC in all matters pertaining to the specifications for meas
payment, warranty, and methods of construction for all elements of street lighting and traffic
4-
I.
I r;s 1/08/98 Contract No. 3369 Page 119 of 11
$r 0, p-J"3fJJ"" 2' f a 2855 -6 .p.BB WLD,
fipw 22tg x999 E327
EFKML RELgRR
$# f;'rEG'[30 &0&4Ti{ f$ECgRB&S g;: GWFFORY J. %STti.q CO$W Rm-fBM
Recording requested by: 1
)
CITY OF CARLSBAD )
)
When recorded mail to: ) 1
City Clerk 1
City of Carlsbad )
1200 Carlsbad Village Dr. 1
Carlsbad, CA 92008 1
1999-0269361
P
Space above this line for Recorder's
NOTICE OF COMPLETION
Notice is hereby given that:
1. The urlciersigned is ~wne: ci ;he Interest or estate stated beiow in the properiy
described.
2. The full name of the undersigned is City of Carlsbad, a municipal corporation.
3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbac
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 c
1999.
6. The name of the contractor, if any, for such work of improvement is HMS Constri
7. The property on which said work of improvement was completed is in the City (
County of San Diego, State of California, and is described as the traffic si
interseciiori of Aviara Parkway and Giack Rail Rssrd, Praject No. 3369.
8. The address of said property is within the limits of the City of Carlsbad.
VER!FIC=AIICN OF CITY CLERK
I, the cndersigned, say:
I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drivc
California, 92008; the City Council of said City on , 1999, a
above described work as completed and ordered that a Notice of Completion be file(
ADril 6
I declare under penalty of perjury that the foregoing is true and correct.
Executedon April 12 , 1999, at Carlsbad, California.
CITY OF CARLSBAD
ALETHA L. RAUTENKRANZ
City Clerk ., , ,
EXHIBIT 3