HomeMy WebLinkAboutHMS Construction; 1999-10-25; 3588r-
-.
-
-
P
CITY OF CARLSBAD
San Diego County
California
CONTRACT DOCUMENTS AND SPECIAL
PROVISIONS
FOR
TRAFFIC SIGNAL AT
AVIARA PARKWAY AND POINSETTIA LANE
CONTRACT NO. 3588
May 4,1999
Contract No. 3588 Page 1 of 122 Pages
.-
--
--
TABLE OF CONTENTS
Paae
NOTICE INVITING BIDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..f..................... 3
CONTRACTOR’S PROPOSAL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7
BID SECURITY FORM . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11
BIDDER’S BOND TO ACCO’MPANY PROPOSAL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12
-.
-. DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR’S BID . . . . . . . . . . . . 16
-.
-.
-’ A
-.
GUIDELINES FOR COMPLETING THE “DESIGNATION OF SUBCONTRACTOR AMOUNT
OF SUBCONTRACTOR’S BID” AND “DESIGNATION OF OWNER OPERATOR/LESSOR & AMOUNT OF OWNER OPERATOR/LESSOR WORK” FORMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14
DESIGNATION OF OWNER OPERATOR/LESSOR &AMOUNT OF OWNER
OPERATOR/LESSOR WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17
BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16
BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19
BIDDER’S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS’ LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS’ COMPENSATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20
BIDDER’S STATEMENT OF RE-DEBARMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 21
BIDDER’S DISCLOSURE OF DISCIPLINE RECORD . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , . . . . . . . . . . . . . . .22
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . < . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24
CONTRACT PUBLIC WORKS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25
LABOR AND MATERIALS BOND . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 31
FAITHFUL PERFORMANCE/WARRANTY BOND . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 33
-.
REPRESENTATION AND CERTIFICATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 35
ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION (OPTIONAL) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 36
SPECIAL PROVISIONS
SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 1, GENERAL PROVISIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 39
SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS . . . . . . . . . . . . . . . 58
SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 120
?rP 7tq 7198 Contract No. 3588 Page 2 of 122 Pages
i’-
--
-_
--
--
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Carlsbad Village
Drive, Carlsbad, California 92006-1989, until 4:00 p.m. on the thirteenth day of July, 1999, at
which time they will be opened and read, for performing the work as follows:
TRAFFIC SIGNAL AT
AVIARA PARKWAY AND POINSETTIA LANE
CONTRACT NO. 3588
The work shall be performed in strict conformity with the specifications as approved by the City
Council of the City of Carlsbad on file with the Engineering Department. The specifications for the
work include the Standard Specifications for Public Works Construction 1997 Edition and the 1996
supplement thereto, all hereinafter designated “SSPWC” as issued by the Southern California
Chapter of the American Public Works Association and as amended by the special provisions
sections of this contract. Reference is hereby made to the specifications for full particulars and
description of the work.
The City of Carlsbad encourages the participation of minority and women-owned businesses.
-- - The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to
utilize recycled and recyclable materials when available, appropriate and approved by the Engineer.
The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when
a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the
State of California as an irresponsible bidder.
--
-_
No bid will be received unless it is made on a proposal form furnished by the Purchasing
Department. Each bid must be accompanied by security in a form and amount required by law. The
bidders security of the second and third next lowest responsive bidders may be withheld until the
Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be
returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the
provisions of law (Public Contract Code section 10263) appropriate securities may be substituted for
any obligation required by this notice or for any monies withheld by the City to ensure performance
under this Contract. section 10263 of the Public Contract Code requires monies or securities to be
deposited with the City or a state or federally chartered bank in California as the escrow agent. The
escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in
connection with the handling of retentions under this section in an amount not less than $100,000
per contract.
The documents which comprise the Bidder’s proposal and that must be completed, properly
executed and notarized are:
Contract No. 3588 Page 3 of 141 Pages
r
r 4’ P
c
r-
r
f-
t-
r
r--
r
r ,
P
r :r r
f
1. Contractor’s Proposal
2. Bidder’s Bond
3. Non-Collusion Affidavit
4. Designation of Subcontractors
and Amount of Subcontractor Bid
5. Designation of Owner Operator/Lessors &
Amount of Owner Operator/Lessor Work
6. Bidder’s Statement of Financial
Responsibility
7. Bidder’s Statement of Technical Ability
and Experience
a. Certificate of Insurance
9. Bidder’ s Statement Re Debarment
1 O.Bidder’s Disclosure Of Discipline Record
11 .Purchasing Department Representation and
Certification 12.Escrow Agreement for Security Deposits -
(optional, must be completed if the Bidder
wishes to use the Escrow Agreement for
Security)
All bids will be compared on the basis of the Engineer’s Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer’s Estimate is
$100,000
No bid shall be accepted from a contractor who is not licensed.in accordance with the provisions of
California state law. The contractor shall state their license number, expiration date and classification
in the proposal, under penalty of perjury. The following classifications are acceptable for this
contract: “A” and C-l 0
If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of
the usual 10% retention from each payment, these documents must be completed and submitted
with the signed contract. The escrow agreement may not be substituted at a later date.
Sets of plans, special provisions, and Contract documents may be obtained at the Purchasing
Department, City Hall, 1200 Carlsbad Village Drive, Carlsbad, California, for a non-refundable fee of
$15 per set. If plans and specifications are to be mailed, the cost for postage should be added.
Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings,
specifications or other contract documents, or finds discrepancies in or omissions from the drawings
and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a coy of which will
be mailed or delivered to each person receiving a set of the contract documents. No addition to, or
modification of or interpretation of any provision in the contract documents will be given orally nor
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 irregularity or
informality in such bids.
The general prevailing rate of wages for each craft or type of worker needed to execute the Contract
shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770,
1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy
of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the
Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract.
prQ 7117198 Contract No. 3588 Page 4 of 122 Pages
The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5
of the Labor Code and section 4100 et seq. of the Public Contracts Code, “Subletting and Subcontracting Fair Practices Act.” The City Engineer is the City’s “duly authorized officer” for the purposes of section 4107 and 4107.5.
-- The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to
the Contract for work.
F.. A pre-bid meeting and tour of the project site will not be held.
--
--
All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this
proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words
and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected
extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals.
All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or
written in with ink and must be initialed in ink by a person authorized to sign for the Contractor.
--
c-
Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to
bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid.
-.
--
Bonds to secure faithful performance and warranty of the work and payment of laborers and
materials suppliers, in an amount equal to one hundred percent (100%) and fifty percent (50%),
respectively, of the Contract price will be required for work on this project. These bonds shall be
kept in full force and effect during the course of this project, and shall extend in full force and effect
and be retained by the City until they are released as stated in the Special Provisions section of this
contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to
transact the business of insurance in California and whose assets exceed their liabilities in an
amount equal to or in excess of the amount of the bond. The bonds are to contain the following
documents:
-
--
-.
--
1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or
other instrument entitling or authorizing the person who executed the bond to do so.
2) A certified copy of the certificate of authority of the insurer issued by the insurance
commissioner.
If the bid is accepted, the City may require copies of the insurer’s most recent annual statement and
quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with
section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer’s receipt of a request to submit the statements.
-..
-.
Insurance is to be placed with insurers that have (1) a rating in the most recent Best’s Key Rating
Guide of at least A-V, and (2) are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the
specification of this contract must: (1) meet the conditions stated above for all insurance companies
and (2) cover anv vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for “any auto” and cannot be limited in any manner.
Contract No. 3588 Page 5 of 122 Pages
.- Workers’ compensation insurance required udder this contract must be offered by a company
meeting the above standards with the exception that the Best’s rating condition is waived. The City
does accept policies issued by the State Compensation Fund meeting the requirement for workers’
compensation insurance.
-. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional
cost of said insurance shall be included in the bid price.
-.
c.
--
The award of the contract by the City Council is contingent upon the Contractor submitting the
required bonds and insurance, as described in the contract, within twenty days of bid opening. If the
Contractor fails to comply with these requirements, the City may award the contract to the second or
third lowest bidder and the bid security of the lowest bidder may be forfeited.
The prime contractor and all subcontractors are required to have and maintain a valid City of
Carlsbad Business License for the duration of the contract.
Approved by the City Council of the City of Carlsbad, California, by Resolution No. 99-165, adopted
on the 18th day of May, 1999.
--
CM
Date Aletha L. Rautenkranz, City Clerk
c-
c-
--
‘@ 7/l 7198 Contract No. 3588 Page 6 of 122 Pages
License Detail http://www2.cslb.ca.gov/iXpress/CS...brary/CSLB+Book/License+Detail.DML
License tail
Contractor License # 482325
DISCLAIMER The license status information shown below represents information taken from the CSLB licensing data base at the time of your inquiry. It will not reflect pending updates which are being reviewed for subsequent data base updating. The available information may not reflect any civil or criminal iudaments or actions that have not been reuorted to the CSLB. If there am disclosable comnlaints (legal actions) on the contractor’s license, thathtformation will be provided. If you intend to pursue any kind of legal action, insure you get a‘“\ierifted Certificate” which is a certified license history covering a specific time period prior to taking any action.
Extract Date: July 22,1999 * * * BUSINESS INFORMATION * * * MICHAEL HIGH DBA HMS CONSTRUCTION 2089 FUERTE ST FALLBROOK, CA 92028
Entity: Sole Ownership Issue Date: 11/06/1985 Expire Date: 11/30/1999
* * * LICENSE STATUS * * * This license is current and active.
* * * CLASSIFICATIONS * * * B GENERAL BUILDING CONTRACTOR Cl0 ELECTRICAL (GENERAL) A GENERAL ENGINEERING CONTRACTOR
* * * CONTRACTOR BONDING INFORMATION * * * This license has bond number 6015431 in the amount of $7,500 with the bonding company SURETY COMPANY OF THE PACIFIC. Effective Date: 10/07/1994
* * * WORKERS COMPENSATION INFORMATION * * * This license has workers compensation insurance with the THE FIDELITY & CASUALTY COMPANY OF NY Policy Number: 2308557982 Effective Date: 1 l/21/1998 Expire Date: 1 l/21/1999
: Personnel List
License Number Request Contractor Name Request Personnel Name Request
.-
lofl 7122199 4: 15 PM
C
CITY OF CARLSBAD
TRAFFIC SIGNAL AT
AVIARA PARKWAY AND POINSETTIA LANE
CONTRACT NO. 3588
CONTRACTOR’S PROPOSAL
City Council
City of Carlsbad
c- 1200 Carlsbad Village Drive
Carlsbad, California 92008
--
--
The undersigned declares he/she has carefully examined the location of the work, read the Notice
Inviting Bids, examined the Plans, Specifications, Special Provisions and. addenda thereto, and
hereby proposes to furnish all labor, materials, equipment, transportation, and services required to
do all the work to complete Contract No. 3588 in accordance with the Plans, Specifications, Special
Provisions and addenda thereto and that he/she will take in full payment therefor the following unit prices for each item complete, to wit:
-- Approximate Item Quantity Unit
No. Descriotion gnd Unit PrJ@ m
1 TRAFFIC SIGNAL AT Aviara Parkway LS lo $,980.00 m, 52%~ @
and Poinsettia Lane Complete In Place
-
and Operating at /a8,980. ad
Dollars (Lump Sum)
Total amount of bid for Schedule 1 in words: oA/e kbA4&$J Q$tlf I&&,&J
jr/lti &,vaW6-0 E&C h-f /~OL~&LS h-o u6 CA
Total amount of bid for Schedule 1 in numbers: $ /a 8. 9 86. 00
Price(s) given above are firm for 90 days after date of bid opening.
Addendum(a) No(s). 42;s has/have been received and is/are included in this
proposal.
OPENED, WITNESSED AND RECORDED:
‘3 7117198 Contract No. 3588 Page 7 of 122 Pages
DATE SIGNATURE
The Undersigned has carefully checked all of the above figures and understands that the City will not
be responsible for any error or omission on the part of the Undersigned in preparing this bid.
The Undersigned agrees that in case of default in executing the required Contract with necessary
bonds and insurance policies within twenty (20) days from the date of award of Contract by the City
Council of the City of Carlsbad, the City may administratively authorize award of the contract to the
second or third lowest bidder and the bid security of the lowest bidder may be forfeited.
c-
--
--
--
The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do
business or act in the capacity of a contractor within the State of California, validly licensed under
license number 48232s” , classification 4 , Z ,L I 0 ’ which expires on
qohlov 144c\/ , and that this statement is true and correct and has the legal effect of
an affidavit. b @ dJ
,4P
F r-0 l” 39
A bid submitted to the City by a Contractor who is not lit nsed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City
§ 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated
by the failure of the bidder to be licensed in accordance with California law. However, at the time
the contract is awarded, the contractor shall be properly licensed. Public Contract Code 5 20104.
- The Undersigned bidder hereby represents as follows:
1, That no Council member, officer agent, or employee of the City of Carlsbad is personally
interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no -- representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted
him/her to enter into this Contract, excepting only those contained in this form of Contract and the
papers made a part hereof by its terms; and
2. That this bid is made without connection with any person, firm, or corporation making a bid for
the same work, and is in all respects fair and without collusion or fraud.
Accompanying this proposal is E&D Ebb-4 or Cashier’s Check) for ten percent (10%) of the amount bid. (Cash, Certified Check, Bond
--
The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every
employer to be insured against liability for workers’ compensation or to undertake self-insurance in
accordance with the provisions of that code, and agrees to comply with such provisions before
commencing the performance of the work of this Contract and continue to comply until the contract is
complete.
C. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative
to the general prevailing rate of wages for each craft or type of worker needed to execute the
Contract and agrees to comply with its provisions.
‘3 7/17/98 Contract No. 3588 Page 8 of 122 Pages
IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE:
--
c.
--
c.
(1) Name under which business is conducted
(2) Signature (given and surname) of proprietor
Y (3) Place of Business 2084 l=iiGrzTG s-i /
(Street and Number)
City and State ?% CC @04c , c.4.
(4) Zip Code %ot8°U(C3 Telephone No. 76c> 731~61~~
IF A PARTNERSHIP. SIGN HERE:
(1) Name under which business is conducted
(2) Signature (given and surname and character of partner) (Note: Signature must be made by a
general partner)
(3) Place of Business (Street and Number)
City and State
(4) Zip Code Telephone No.
IF A CORPORATION. SIGN HERE:
(1) Name under which business is conducted
(Signature)
. . .
. . .
. . .
(Title)
Impress Corporate Seal here
‘3 7/17/98 Contract No. 3588 Page 9 of 122 Pages
(3) Incorporated under the laws of the State of
(4) Place of Business
(Street and Number)
City and State
(5) Zip Code Telephone No.
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE
ATTACHED
List below names of president, vice president, secretary and assistant secretary, if a corporation; if a
partnership, list names of all general partners, and managing partners:
‘3 7117198 Contract No. 3588 Page 10 of 122 Pages
.1 L
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of (g‘\ b-c\~ c\
County of v
On 33\q zz t. \ ?9$ before me, Jwb2~ P- P-l -e.sK ,tia FQbG )
D&3
personally appeared
yv) “c)nslL\
\
_ 0
c
Ni;;,” cof Ozk&!.g.. =lane Oh. Nola?c”)
i
Name(s) of Si#
‘ ,
W
iI/ personally known to me - OR -$P roved to me on the basis of satisfactory evidence to be the person(s)
whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/she/they executed the
same in his/her/their authorized capacity(ies), and that by
his/her/their signature(s) on the instrument the person(s),
or the entity upon behalf of which the person(s) acted,
executed the instrument.
WITNESS my hand and official seal.
/
OPTlONAL
Signa& &iorary Public
Though the information below is nof required by law, it may prove va/uable to persons relying on the document and could prevent
fraudulent removal and reaftachmenf of this form to another document
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
0 1994 National NoIaryAssociation - 6236 Remmel Ave.. P.O. Box 7164 l Cancga Park. CA 91309.7194 Prod. No. 5907 Reorder: Call Toll-Free 1-600-676.6627
Capacity(ies) Claimed by Signer(s)
Signer’s Name:
0 individual
0 Corporate Officer
Title(s):
0 Partner- IJ Limited 0 General
Cl Attorney-in-Fact
Cl Trustee
0 Guardian or Conservator
Cl Other:
Signer Is Representing:
Top of thumb here
Signer’s Name:
0 Individual
0 Corporate Officer
Title(s):
0 Partner - Cl Limited 0 General
0 Attorney-in-Fact
Cl Trustee
0 Guardian or Conservator
0 Other:
Signer Is Representing:
Top of thumb here
C
P--
r’-
e-
c
--
BID SECURITY FORM
(Check to Accompany Bid)
(NOTE: The following form shall be used if check accompanies bid.)
Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF
CARLSBAD, in the sum of
dollars ($ ),
this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall
become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract
and furnish the required Performance, Warranty and Payment Bonds and proof of insurance
coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The
proceeds of this check shall also become the property of the City if the undersigned shall withdraw
his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder.
--
C
BIDDER
C
*Delete the inapplicable word.
(Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.)
-0 Ec 7117198 Contract No. 3588 Page 11 of 122 Pages
.=- City of Carlsbad
June 251999
ADDENDUM NO. 1
RE: AVIARA PARKWAY AND POINSETTIA LANE, CONTRACT NO. 3588
Please include the attached addendum in the Notice to Bidder/Request for Bids you
have for the above project.
This addendum--receipt acknowledged-must be attached to your Proposal Form/Bid
when your bid is submitted.
RUTH FLETCHER
Purchasing Officer
RF:jlk
Attachment
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. I
L
1200 Carlsbad Village Drive l Carlsbad, CA 92008-l 989 l (760) 434-2803 . FAX (760) 434-l 987 @
_-
/c
-
City of Carlsbad
NOTICE TO BIDDERS
June 24,1999
The City of Carisbad hereby issues “Addendum No. 1” to the Contract Documents and
Special Provisions for the Traffic Signal at Aviara Parkway and Poinsettia Lane,
Contract No. 3588. Addendum no. 1 consists of this notice, and 1 page. The
addendum adds section 2094.03, Emerge.ncy Vehicle Pre-Emption Detector System,
to the Special Provisions. The provisions contained in the addendum are made part of
the notice, bid sheets and specifications of the project as though originally bound with
them. As of this date Addendum No. 1 contains all changes to the originally issued
specifications.
Bidders are advised to verify the issuance of addenda and receipt thereof one day prior to
bidding. Submission of your bid without acknowledgment of all addenda may be cause
for rejection of the bid.
cc: Deputy City Engineer, Transportation Bob Johnson
Principal Civil Engineer, Walter H. Brown
Purchasing Officer, Ruth Fletcher
Attachment
LBH:jp
2075 Las Palmas Dr. - Carlsbad, CA 92009-1576 - (760) 438-l 161 - FAX (760) 431-5769
ADDENDUM NO. 1
TO
CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR THE
Traffic Signal at Aviara Parkway and Poinsettia Lane
CONTRACT NO. 3588
Page 1 of 1
To the Special Provisions, add the following:
l Add the following section 2094.03, Emergency Vehicle Pre-Emption detector
System. The Emergency Vehicle Pre-Emption Detector System shall consist of 3M
700 Series Opticom detector Model 722, or approved equal, and Model 252
Discriminator or approved equal. Construction shall include furnishing and installing
the Detector, Discriminator and all associated detector cables and mounting
brackets necessary for connecting the system.
City of Carlsbad
July 12, 1999
ADDENDUM NO. 2
RE: AVIARA PARKWAY AND POINSETTIA LANE, Contract No. 3588
Please include the attached addendum in the Notice to Bidder/Request for Bids you
have for the above project.
This addendum-receipt acknowledged--must be attached to your Proposal Form/Bid
when your bid is submitted.
-. NOTE: DUE DATE FOR BID HAS BEEN EXTENDED TO 4:00 P.M.,
JULY 22,1999.
RUTH FLETCHER
Purchasing Officer
RF:jlk
Attachment
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2
_-
Bidder’SSignature /
1200 Carlsbad Village Drive l Carlsbad, CA 92008-l 989 l (760) 434-2803 - FAX (760) 434-l 987
JUL-12-1999 15:14 CITY OF CARLSBRD 760 431 5769 P .02/83
,-
NOTICE TO BIDDERS,
July 12,1999
The City of Carisbad hereby issues “Addendum No. 2” to the Contract Documents and Special Provisions for the Traffic Signal at Aviara Parkway and Poinsettia Lane,
Contract No. 3588. Addendum no. 2 consists of this notice, and 1 page. Addendum
no. 2 darifies delta revisions number 2 and number 3 on the plan sheet. As of this date
Addendum No. 2 contains all changes to the originally issued plans and specifications.
Bidders are advised to verify the issuance of addenda and receipt thereof one day prior to
bidding. Submission of your bid without acknowledgment of all addenda may be cause
for rejection of the bid.
Publi&Vorks Director
cc: Deputy City Engineer, Transportation Bob Johnson
Principal Civil Engineer, Walter H. Brown Purchasing Officer, Ruth Fletcher
Attachment
LBH:jp
-
JUL-12-1999 15: 14 CITY OF CRf?LSBFID 768 431 5769 P. OS&l3
ADDENDUM NO. 2
TO
CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR THE
Traffic Signal at Avlara Parkway and Poinsettia Lane
CONTRACT NO. 3588
Page1 of1
On the plan revise delta revision no. 2 in the revision description box to read:
l For run no. 6, Original Sleeves do not exist, two(2) - 6” and one(l) - 2” PVC Sleeves
are to be constructed as part of this contract.
On the plan revise delta revision no. 3 in the revision description box to read:
l For run no 9, Original Sleeves do not exist, three(3) - 6” and one(l) - 2” PVC
Sleeves are to be constructed as part of this contract.
TOT% P.83
. -
.
P
2 - City of Carlsbad
July 14,1999
ADDENDUM NO. 3
RE: AVIARA PARKWAY AND POINSETTIA LANE, Contract No. 3588
Please include the attached addendum in the Notice to Bidder/Request for Bids you
have for the above project.
This addendum--receipt acknowledged-must be attached to your Proposal Form/Bid
when your bid is submitted.
RUTH FLETCHER
Purchasing Officer
RF:jlk
Attachment
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 3
1200 Carlsbad Village Drive l Cartsbad, CA 92008-l 989 - (760) 434-2803 - FAX (760) 434-l 987
J-UL-14-1999 15: 00 CITY OF CRRLSBAD 760 431 5769 P. Et/82
NOTICE TO BIDDERS
July14,1999
The City of Cadsbad hereby issues “Adde&m Nu. 3” to the Cmtmt Documents and
Special Provisions for the Traffic Signal at Aviara Parkway and Poinsettia Lane,
Contract No. 3588. Addendum no. 3 consists of this notice, and 1 page. Addendum
no. 3 ckifies delta revisions number 2, number 3 and number 8 on the plan sheet. As of
this date Addendum No. 3 contains all changes to the originally issued plans and
specifications.
Bidders are advised to verify the issuance of addenda and receipt thereof one day prior to
bidding. Submission of your bid without acknowledgment of all addenda may be cause for rejection of the bid. ,,
cc: Deputy Cii Engineer, Transportation Bob Johnson
Principal CM Engineer, Walter H. Brown
Purchasing Officer, Ruth Fletcher
Attachment
LBH:jp
JUL-14-1993 15: 01 CITY OF CARLSBFlD 760 431 5769 P. 8242
ADDENDUM NO. 3
TO
CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR THE
Traffic Signal at Aviara Parkway and Polnsettia Lane
CONTRACT NO. 3588
Page I of 1
On the plan revise delta revision no. 2 in the revision description box to read:
l For run no. 6, Original Sleeves do not exist, two(2) - 3” Type 3 conduit are to be
constructed per the special provisions, as part of this contract.
On the plan.revise delta revision no. 3 in the revision description box to read:
l For run no 9, Original Sleeves do not exist, two(2) - 3” Type 3 conduit are to be
constructed per the special provisions, as part of this contract. P
On the plan revise Striping note delta revision no. 8 to read:
l All conflicting striping shall be removed, including all Stop Ahead Pavement
Markings and Stop Ahead (w30) Signs. All crosswalks, Signal Ahead and Bike
Lane Legends shall be thermoplastic as shown on the plan.
TOTFlL P. 82
i BIDDER’S BOND TO ACCOMPANY PROPOSAL rK
KNOW ALL PERSONS BY THESE PRESENTS: EiICHAEL C. HIGHDBA: WASHINGTON INTERNATIONAL
Thatwe, EMS CONSTlUJCTION 2 as Principal, and INSURANCE Cmm as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows:’ (must be at least ten percent (10%) of the bid amount) TEN PERCENT OF AMOUNT BID for which payment, well and truly made, we bind oursefves, our heirs, executors and administratoks. successors or assIgns, jointly and severally, firmly by these presents.
TfiE CONDITION OF THE FOREGOING OBLlGATlON IS SUCH that if the proposal of the above- bounden Principal for:
TRAFFIC SlONAl AT AVIARA PARKWAY AND POINSETTIA LANE CONTRACT NO. 3588 (BID DATE: 7-22-99)
in the City of Carisbad, 1s accepted by the City Council, and If the Principal shall duly enter into and execute a Contract including required bonds and insurance policies.within twenty (ZO).days from the date of award of Contract by the City Council of the City of Carl&ad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said Cfty.
. . . .
-
. . . .
. . . .
. . . .
. . . .
-...
,...
,....
. . . .
. . . .
. . . .
,...
.a.,
.*.,
/--
C--&---A . I _ A-a-
6ALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No. 5907
State of California
County of San Diego
On 7-12-99
DATE
personally appeared
before me, America San Martin, Notary Public ,
NAME, TITLE OF OFFICER - E.G.. =IANE DOE, NOTARY PUBLIC’
Valerie M. Pearce t
NAME(S) OF SIGNER(S)
q personally known to me - OR - 0 proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is/%?&
subscribed to the within instrument and ac-
knowledged to me thatAWsheB&q executed
the same in his/her/their authorized
capacity&@, and that by xBdWherBB%&
signature@) on the instrument the person@),
or the entity upon behalf of which the
person(z) acted, executed the instrument.
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITYCLAIMEDBYSIGNER DESCRlPTlONOFAllACHEDDOCUMENT
0 INDIVIDUAL
0 CORPORATE OFFICER
TITLE(S) TITLE OR TYPE OF DOCUMENT
[7 PARTNER(S) 0 LIMITED
0 GENERAL
0 ATTORNEY-IN-FACT
0 TRUSTEE(S)
0 GUARDIAN/CONSERVATOR
0 OTHER:
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTll-Y(IES)
SIGNER(S) OTHER THAN NAMED ABOVE
01993 NATIONAL NOTARY ASSOCIATION l 6236 Remmet Ave., P.O. Box 7164 l Canoga Park, CA 91309-7184
I I
-1’ In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall
not exonerate the Surety from its obligations under this bond.
Executed by PRINCIPAL this 12’II.I day
.
iiiE!i!i;zm ::~cTIoN
Gt
‘. (print name here)
(Titfe and Organfzation of Signatory)
By: (sign hers)
(print name here)
- (titJe and organisation of signatory)
Executed by SURETY this J2TEt JULY ,iQ99 .
SURE-W:
day of
WBSHINGTON IJrmmATIONAL INSl.JRANCE COMPANY (name of Surety) 300 PARK BOULEVARD, SUITE 500
ITA!XA, IL 60143-2625
(address of Surety)
(636)227-4700
(signature of Attorney-in-Fact)
VALERIE M. PEARCE, ATTORNEY-IN-FACT
(printed name of Attorney-In-Fact)
(Attach corporate resolution showing current
power of attorney.)
(Proper rwtatlal acknowledgment of execution by PRINCIPAL and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only one offJcer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM: RONALD R. BALL City Attorney
Q 7117198 CcatractNo.3588 Page 13 of 122 Pages
WASHINGTON INTERNATDNAL 1NSiJRANCE COMPANY
POWER OF ATTORNEY
KNOW ALL BY THESE PRESENTS: That the Washington International Insurance Company, a corporation organized and existing under the laws
of the State 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,
CHRISTINE A. PATERSON, VALERIE M. PEARCE, BART B. STEWARTAND J.T. WARNOCK
EACH IN THEIR SEPARA TE CAPA GIN
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, recognizances,
contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required, or permitted by law, statute, rule,
regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said Washington
international Insurance Company as fully and amply, to all intents and purposes, as if the same has been duly executed and acknowledged by ils
President and its principal office.
This Power of Attorney shall be limited in amount to $5,500,000.00 for any single objig&ion.
This Power of Attorney is issued pursuant to authority granted by the resolutions of the Board of Directors adopted March 22, 1978,
July 3, 1980 and October 21, 1986 which read, in part, as follows:
1. The Chairman of the Board, President, Vice President, Assistant Secretary, Treasurer and Secretary may designate Attorneys-in-Fact, and
authorize them to execute on behaifof the Company, and attach the Seal of the Company thereto, bonds, and undertakings, recognizances,
contracts of indemnity and otherwritings obligatory in the nature thereof, and to appoint Special Attorneys-in-Fact, who are hereby authorized
to certi@ copies of any power-of-attorney issued in pursuant to this section and/or any of the By-Laws of the Company, and to remove, at any
time, any such-Attorney-in-Fact or Special Attorney-in-Fact and revoke the authority given him.
The signatures of the Chairman of the Board, the President, Vice President, Assistant Secretary, Treasurer and Secretary, and the corporate
seal of the Company, may be affixed to any Power of Attorney, certificate, bond or undertaking relating thereto, by facsimile. Any such Power
of Attorney, cer%ate bond or undertaking bearing such facsimile signature or facsimile seal affixed in the ordinary course of business shall
be signed and its corporate seal to be
COUNTY OF DUPAGE)
On this 12th day of May, 1998, before me came the individual who.executed the preceding instrument, to me personally known, and, being by me duly
sworn, said that he is the therein described and authorized officer of the Washington International Insurance Company; that the seal affixed to said
instrument is the Corporate Seal of said Company;
IN T -,/IL SEAL” e; A - REOPt%l$@Qmto set my hand and affixed my Official Seal, the day and year first above written. 0 A ,
ERICA R. JOHNSON
STATE OF ILLINOIS)
COUNTY OF DUPAGE)
I, the undersigned, Vice-President of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA Corporation, DO HEREBY CERTIFY
that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked, and furthermore that Article Ill, Section 5
of the By-Laws Of the Corporation, and the Resolution of the Board of Directors, set forth in the Power of Attorney, are now in force.
Signed and sealed in the County of Dupage. Dated the 12m day of JUTX ,19 99 .
,--
-
c-
-
BIDDER’S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
That we, as Principal, and as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows:’
(must be at least ten percent (10%) of the bid amount) for which
payment, well and truly made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-
bounden Principal for:
TRAFFIC SIGNAL AT
AVIARA PARKWAY AND POlNSElTlA LANE
CONTRACT NO. 3588
in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and
execute a Contract including required bonds and insurance policies within twenty (20) days from the
date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force
and effect, and the amount specified herein shall be forfeited to the said City.
. . . .
-- . . . .
. . . . .
. . . .
. . . .
. . . .
. . . .
. . . .
* . . . .
. . . .
. . . .
i- . . . .
+- . . . .
% 7117198 Contract No. 3588 Page 12 of 122 Pages
In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond.
Executed by PRINCIPAL this day of ,I9 *
PRINCIPAL:
(name of Principal)
By:
(sign here)
(print name here)
(Title and Organization of Signatory)
By:
(sign here)
(print name here)
(title and organization of signatory)
Executed by SURETY this day of
,19 *
SURETY:
(name of Surety)
(address of Surety)
(telephone number of Surety)
By:
(signature of Attorney-in-Fact)
(printed name of Attorney-in-Fact)
(Attach corporate resolution showing current
power of attorney.)
(Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
By:
JANE MOBALDI, Assistant City Attorney
‘3 7117198 Contract No. 3588 Page 13 of 122 Pages
-.
GUIDE FOR COMPLETING
THE “DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR’S BID”
AND
“DESIGNATION OF OWNER OPERATOR/LESSOR AND
AMOUNT OF OWNER OPERATOR/LESSOR WORK” FORMS
REFERENCES Prior to preparation of the following Subcontractor and Owner Operator/Lessor
disclosure forms Bidders are urged to review the definitions in section l-2 of the SSPWC and of the Special Provisions to this Contract especially, “Bid”, “Bidder”, “Contract”, “Contractor”, “Contract
Price”, “Contract Unit Price”, “Engineer”, “Subcontractor” and “Work” and the definitions in section l-
2 of the Special Provisions especially “Own Organization” and “Owner Operator/Lessor.” Bidders are
further urged to review sections 2-3 SUBCONTRACTS of the SSPWC and section 2-3.1 of these
Special Provisions.
CAUTIONS Bidders are, cautioned that failure to provide complete and correct information may
result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50
percent of the work by other than the Contractor’s own organization will be rejected as non-
responsive.
INSTRUCTIONS Bidders shall use separate disclosure forms for each Subcontractor or Owner
Operator/Lessor (O+O) of manpower and equipment that is proposed to be used to complete the
Work. Ic-
All items of information must be completely filled out.
Where the bid item will be installed by more than one Subcontractor or Owner Operator/Lessor the percentage of the bid item installed by the Subcontractor or Owner Operator/Lessor being listed in
the line of the form must be entered under the column “O/O of Item by Sub” or “O/O of Item by O+O” as applicable. If a Subcontractor or Owner Operator/Lessor installs or constructs any portion of a bid
item the entire amount of the Contract Unit Price shall be multiplied by the Quantity of the bid item that the Subcontractor or Owner Operator/Lessor installed.
c-
--
Suppliers of materials from sources outside the limits of work are not subcontractors. The value of
materials and transport for materials from sources outside the limits of work, as shown on the plans,
shall be assigned to the Contractor, the Subcontractor, or the Owner Operator/Lessor as the case
may be, installing them. The value of material incorporated in any Subcontracted or Owner
Operator/Lessor installed bid item that is supplied by the Contractor shall not be included as any part
of the portion of the work that the Contractor is required to perform with its own organization.
The item number from the “CONTRACTORS PROPOSAL” (Bid Sheets) shall be entered in the “Bid
Item No.” column.
When a Subcontractor or Owner Operator/Lessor has a Carlsbad business license the number must
be entered on the form. If the Subcontractor does not have a valid business license enter “NONE” in the appropriate space.
Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The number of additional form pages shall be entered on the first form page of
each type so duplicated.
‘# 71-l 7198 Contract No. 3588 Page 14 of 122 Pages
-
Bidder may, at its option, combine bid items on a single row in the chart on the disclosure forms. If
using this option the Bidder must indicate the bid item numbers to which the information in the row
pertains. This option may poJ be used where the subcontractor or Owner Operator/Lessors
constructing or installing less than 100 percent of a bid item. The percentages and dollar amounts
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 or install
less than 100 percent of a bid item the Bidder must attach an explanation sheet to the designation of
subcontractor or designation of Owner Operator/Lessor forms as applicable. The explanation sheet
must clearly apprise the Agency of the specific tasks, materials and/or equipment that are proposed
to be so supplied.
Determination of the subcontract and Owner Operator/Lessor amounts for purposes of award of the
contract shall determined by the City Council in conformance with the provisions of the contract documents and these Special Provisions. The decision of the City Council shall be final.
--
‘3 7117198 Contract No. 3588 Page 15 of 122 Pages
-
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR’S BID ITEMS
The Bidder MUST complete each information field on this form for each subcontractor that it proposes to use. Additional copies of this form may be attached if required to accommodate the Contractor’s decision to use more than one subcontractor. This form must be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive.
The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.
Full Company Name of Subcontractor: L c, 2 4 IL N STnA P JG r I v
Complete Address: eo. 63c& 2Lp26
Street [. CPJ-p ol. qz.07. I
City State Zip
-- Telephone Number plus Area Code: L&r9 p-43 - 77sr
California State Contractors License No. & Classification: 236433 c- 3 z
Carlsbad Business License No.:
--
SUBCONTRACTORS BID ITEMS
Exdanation:
c-
i
Column I - 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 price of the item on bid proposal page 7.
Page 1 of / pages of this form
Contract No. 3588 Page 16 of 122 Pages
-
c..
DESIGNATION OF OWNER OPERATOR/LESSOR AND
AMOUNT OF OWNER OPERATOR/LESSOR WORK
The Bidder MUST complete each information field on this form for each owner operator/or Lessor
(O+O) that it proposes to use to perform any portion of the Work. Additional copies of this form may
be attached if required to accommodate the Contractor’s decision to use more than one
subcontractor. This form must be submitted as a part of the Bidder’s sealed bid. Failure to provide
complete and correct information may result in rejection of the bid as non-responsive. Except for the individuals listed below the Bidder certifies that no Owner Operator/Lessor will be allowed to perform
any portion of the Work. The Bidder further certifies that no changes in the Owner Operator/Lessor
listed work will be made except upon the prior approval of the Engineer. Provide a separate sheet for
each Owner Operator/Lessor. See section l-2 of the Special Provisions for definition of Owner
Operator/Lessor.
Full Owner Operator/Lessor Name:
Complete Address: Street
City State Zip
Telephone Number plus Area Code: ( 1 -
--
+‘:
City of Carlsbad Business License No.:
OWNER OPERATOR/LESSOR 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 price of the
item on bid proposal page 7.
v3 7/17/98 Contract No. 3588 Page 17 of 122 Pages
BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY
(To Accompany Proposal)
- Copies of the latest Annual Report, audited financial statements or Balance Sheets may be
submitted under separate cover marked CONFIDENTIAL.
-
c -
iE”4 7/17/98 Contract No. 3588 Page 18 of 122 Pages
t
- BIDDER’S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
-
-
-
c
P -
*-
-
c.
-
(To Accompany Proposal)
The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will
enable the City to judge his/her responsibility, experience and skill. An attachment can be used.
?3 ?/17/98 Contract No. 3588 Page 19 of 122 Pages
PRODUCER 619-238-l 82% THIS CERTIFICATE
ROBERT F. DRIVER CO., INC. ONLY AND CONF
1620 5TH AVENUE HOLDER. THIS CEkl
SAN DIEGO, CA 92101-2703
IS ISSUED AS A MATTER OF INFORMATION ERS NO RIGHTS UPON THE CERTIFICATE “‘IFICATE DOES NOT AMEND, EXTEND OR
CORP. LICENSE #OC36861 I ~ CoMPANY A FIDELITY & GUARANTY INS. CO. ,$$ F/.,.,,=
NSURED
HMS Construction Co. Inc. I COMPANY B
Michael High
2089 Fuerte Street j CoMPANY I c
Fallbrook CA 92028 I CoMPANY I D
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY
co .TR TYPE OF INSURANCE POUCY NUMBER
A GENERAL UABIUTY 2308558989 11/21/98 1 11/21/99
x COMMERCIAL GENERAL LIABILITY
CLAIMSMADE 1 X OCCUR El
OWNER’S &CONTRACTOR’S PROT
A AUTOMOBILE UABIUTY
X ANY AUTO
2308559985 11/21/98 1 l/21 /99
ALL OWNED AUTOS
SCHEDULED AUTOS 1 - ’ x ’ HIRED AUTOS i x NON-OWNED AUTOS
r_-
’ GARAGE UABIUTY 1
ANY AUTO
CI I I
’ THE PROPRIETOR/
PARTNERS/EXECUTIVE
~ OFFICERS ARE:
1 OTHER
INCL
EXCL m.
I-
Replaces Certificate
AVE BEEN REDUCED BY PAID CLAII I
POUCY EFFECTIVE POLICY EXPIRATION
DATE IMMIDDIYYI DATE IMMIDDIYYI
11121198 1 l/21/99
3
wed 7):~2 1s 4
t
UMITS
PROPERTY DAMAGE S
t
t
t t
AUTO ONLY - EA ACCIDENT $
OTHER THAN AUTO ONLY:
EACH ACCIDENT t
AGGREGATE $
EACH OCCURRENCE $
AGGREGATE S
8
WC STATU- x TORY LIMITS OTH- ER
EL EACH ACCIDENT $ 1000000
EL DISEASE - POLICY LIMIT $ 1000000
EL DISEASE - EA EMPLOYEE S 1000000
DESCRIPTION OF OPERATlONS/LOCATlONSNEHICLES/SPECIAL ITEMS RE: CONTRACT NO. 3588, AVIARA PARKWAY AND POINSETTIA LANE
TRAFFIC SIGNAL INSTALLATION. CERTIFICATE HOLDER IS NAMED AS ADDITIONAL
INSURED WITH RESPECTS TO ABOVE JOB PER THE ATTACHED ENDORSEMENT.
l 10 DAYS NOTICE FOR NON-PAYMENT. . . . . . . . . . . ,. ., . . .::. . . ., ,. ,., .,. .,. ,., ., ,. ., ,. ,., .,. ,. ., ,. @~$~$~~&~g iHQ&pg~; .il:i,:j:,j.ii:i.i,.iili:ii\j.ij:,i ii~~ i: ; ;;: .;:j. z; ; ; .; -:,.‘,‘,~:~~l’:~~~~~~~~~~~~~~~~ ;.::r$ :.: .F .j:; f ;,; ;.;;; :~,~i~:i:l~,~,i:~~:~~:~ ::,~.i:li,.~~~~~~~~~~:~ :.; i 1;. .I.i.l.i..:.‘;.l:il~~~~~~~:~.:~~:: :. .: . . . . . . . . . . . .
CITY OF CARLSBAD SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE
EXPlRATlON DATE THEREOF, THE ISSUING COMPANY WILL m MAlL
PURCHASING DEPARTMENT - DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. 30f
1200 CARLSBAD VILLAGE DRIVE
CARLSBAD CA 92008-I 989 -6’S,
. : . i .: :.
ii:’
s F CL 246 (11-85) POLICY NUMBER: 2308558989 HMS CONSTRUCTION CO.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
CG 20 10 11 85
This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART.
Name of Person or Organization: CITY OF CARLSBAD 1200 CARLSBAD VILLAGE DRIVE
ADDITIONAL INSURED - OWNERS, LESSEES
OR CONTRACTORS (FORM B)
SCHEDULE
CARLSBAD CA 92008-1989
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.)
WHO IS INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you.
PRIMARY-"It is agreed that such insurance as is afforded by this policy for the benefit of the additional insured shown shall be primary insurance, and any other insurance maintained by the additional insured(s) shall be excess and non-contributory, but only as respects any claim, loss or liability arising out of the named insured(s) or its sub-contractors, and only if such claim, loss or liability is determined to be solely the negligence or responsibility of the named insured."
WAIVER OF SUBROGATION-It is hereby understood and agreed that underwriters waive all rights of subrogation against any person or organization as required by written contract but only in respect of work carried out by or on behalf of the named insured(s) under written contract executed before loss requiring the named insured to obtain this agreement from underwriters.
PER PROJECT AGGREGATE-The General Aggregate Limit under LIMITS OF INSURANCE (SECTION III) applies separately to each of your projects away from premises owned by or rented to you.
Copyright, Insurance Services Office, Inc.
BIDDER’S CERTIFICATE OF INSURANCE FOR
GENERAL LIABILITY, EMPLOYERS’ LIABILITY, AUTOMOTIVE
LIABILITY AND WORKERS’ COMPENSATION
(To Accompany Proposal)
As a required part of the Bidder’s proposal the Bidder must attach either of the following to this page.
1. Certificates of insurance showing conformance with the requirements herein for:
Comprehensive General Liability
Employer’s Liability
Automobile Liability
Workers Compensation
r
--
2. Statement with an insurance carrier’s notarized signature stating that the carrier can, and upon
payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for
Comprehensive General Liability, Employer’s Liability, Automobile Liability and Workers Compensation in conformance with the requirements herein and Certificates of insurance to the
Agency showing conformance with the requirements herein.
All certificates of insurance and statements of willingness to issue insurance for auto policies offered
to meet the specification of this contract must: (1) meet the conditions stated in The Notice Inviting Bids, the Standard Specifications for Public Works Construction and the Special Provisions for this
project for each insurance company that the Contractor proposes, and (2) cover anv vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and
whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for “any auto” and cannot be limited in any manner.
-
-
?3 7117198 Contract No. 3588 Page 20 of 122 Pages
-
,--
BIDDER’S STATEMENT RE DEBARMENT
(To Accompany Proposal)
1. Have you or any of your subcontractors ever been debarred as an irresponsible bidder by
another jurisdiction in the State of California?
yes no
2. If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments.
party debarred party debarred
agency agency
period of debarment period of debarment
--
-
-
-
C
BY CONTRACTOR:
k--MC CUtiJ7rzLl~cpI e
By; xzr’ -
lh Ldd &J II *L-4-
(print name/t&e)
?a 7/17/98 Contract No. 3588 Page 21 of 122 Pages
-
-
BIDDER’S DISCLOSURE OF DISCIPLINE RECORD
(To Accompany Proposal)
Contractors are required by law to be licensed and regulated by the Contractors’ State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a
patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within IO years of the
date of the alleged violation. Any questions concerning a contractor may be referred to the
Registrar, Contractors’ State License board, P.O. Box 26000, Sacramento, California 95826.
1. Have you ever had your contractor’s license suspended or revoked by the California Contractors’
State license Board two or more times within an eight year period?
#
yes no
C
2. Has the suspension or revocation of your contractors license ever been stayed?
-Y
Yes no
- 3. Have any subcontractors that you propose to perform any portion of the Work ever had their
contractor’s license suspended or revoked by the California Contractors’ State license Board two or more times within an eight year period?
--
yes no
4. Has the suspension or revocation of the license of any subcontractor’s that you propose to
perform any portion of the Wo+k ever been stayed?
-
yes I no
5. If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the
violation and the disciplinary action taken therefor.
(Attach additional sheets if necessary)
Contract No. 3588 Page 22 of 122 Pages
BIDDER’S 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, the party
who’s discipline was stayed, the date of the violation that the disciplinary action pertains to, describe
the nature of the violation and the condition (if any) upon which the disciplinary action was stayed.
(Attach additional sheets if necessary)
--
BY CONTRACTOR:
kvv5. G.~~S~JzAJ~~ 6k
MA 1c-u d&L tJh$,A OLc-b@pY-
(print name/title)
pfp 7/l 7198 Contract No. 3588 Page 23 of 122 Pages
-
-
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID
PUBLIC CONTRACT CODE SECTION 7106
State of California > ) ss.
County 0f Sw D;eao )
hAIc-dslCL
(Name of Bidder)
, being first duly sworn, deposes
and says tha@r she is aw b,cF
(Title)
of I-I wlf Cw4T/LQ q P L
(Name of Firm)
the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any
undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited
any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain
from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement,
communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to
-- fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure
any advantage against the public body awarding the contract of anyone interested in the proposed
contract; that all statements contained in the bid are true; and, further, that the bidder has not,
directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof,
or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation,
partnership, company association, organization, bid depository, or to any member or agent thereof to
effectuate a collusive or sham bid:
-
I declare under penalty of perjury that the foregoing is true and correct and that this affidavit was executed on the J,Z , day of A=4 I ,1932.
- Subscribed and sworn to before me on the 23 day of Ts<)\ L( 1 ,19w.
- (NOTARY SEAL)
\fi,--,AAA**AAAA
MATTHEW P. MAJESKI ’
COMM. #1141019 8
NOTARY PUBl.lC-CACIFoRNIA -I
qc&&c 0 zq$‘
/Signature of Notary “u
1E”4 7117198 Contract No. 3588 Page 24 of 122 Pages
CONTRACT
PUBLIC WORKS
This agreement is made this 25th day Of OctohPr 1999 , by and
between the City of Carlsbad, California, a municipal corporation, (hereinafter called “City”),
and HMS CONSTRUCTION whose principal place of business is
2089 FUERTE STREET, FALLBROOK CA 92028.4643
called ‘Contractor”).
(hereinafter
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all work specified in the Contract documents
for:
TRAFFIC SIGNAL AT AVIARA PARKWAY AND POINSETI-IA LANE CONTRACT NO. 3588
(hereinafter called “project”)
2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools,
equipment, and personnel to perform the work specified by the Contract Documents.
3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor’s Proposal, Bidder’s Bond, Designation of Subcontractors, Designation of Owner
Operator/Lessors, Bidder’s Statements of Financial Responsibility, Technical Ability and Experience;
Re Debarment, Non:collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Special Provisions, addendum(s) to said Plans and Specifications and Special
Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by
this reference.
Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as
indicated, specified, and implied by the Contract Documents. Any items of work not indicated or
specified, but which are essential to the completion of the work, shall be provided at the Contractor’s
expense to fulfil1 the intent of said documents. In all instances through the life of the Contract, the
City will be the interpreter of the intent of the Contract Documents, and the City’s decision relative to
said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance.
4. Payment. For all compensation for Contractor’s performance of work under this Contract, City
shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specifications for Public Works Construction (SSPWC) 1997 Edition and the 1998 supplement thereto, hereinafter designated “SSPWC”, as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Special Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month.
b 7117190 ** Contract No. 3588 Page 25 of 122 Pages
c-
5. Independent Investigation. Contractor has made an independent investigation of the
jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the
work, and is aware of those conditions. The Contract price includes payment for all work that may
be done by Contractor, whether anticipated or not, in order to overcome underground conditions.
Any information that may have been furnished to Contractor by City about underground conditions
or other job conditions is for Contractor’s convenience only, and City does not warrant that the
conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground
conditions and has not relied on information furnished by City.
c-
L-
--
6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging
trenches or other excavations that extend deeper than four feet below the surface Contractor shall
promptly, and before the following conditions are disturbed, notify City, in writing, of any:
A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste,
as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class
I, Class II, or Class III disposal site in accordance with provisions of existing law.
c- 6. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated.
--
C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual
nature, different materially from those ordinarily encountered and generally recognized as inherent in
work of the character provided for in the contract.
City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ,
or do involve hazardous waste, and cause a decrease or increase in contractor’s costs of, or the
time required for, performance of any part of the work shall issue a change order under the
procedures described in this contract.
c-
In the event that a dispute arises between City and Contractor whether the conditions materially
differ, or involve hazardous waste, or cause a decrease or increase in the contractor’s cost of, or time required for, performance of any part of the work, contractor shall not be excused from any
scheduled completion date provided for by the contract, but shall proceed with all work to be
performed under the contract. Contractor shall retain any and all rights provided either by contract or
by law which pertain to the resolution of disputes and protests between the contracting parties.
7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements
of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied
and will comply with these requirements, including, but not limited to, verifying the eligibility for
employment of all agents, employees, subcontractors, and consultants that are included in this
Contract.
--
--
8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of
Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates
is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to
California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post
copies of all applicable prevailing wages on the job site.
?G 7117198 Contract No. 3588 Page 26 of 122 Pages
r-
C
c-
--
c-
--
r-
C
C-
r-
P
m..
c-
--
L-
F-
c-
-
c-
-
C.
--
r.
c-
--
C.
9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and
indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage,
injury and liability of every kind, nature and description, directly or indirectly arising from or in
connection with the performance of the Contract or work; or from any failure or alleged failure of
Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may
be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except
for loss or damage caused by the sole or active negligence or willful misconduct of the City. The
expenses of defense include all costs and expenses including attorneys’ fees for litigation,
arbitration, or other dispute resolution method.
Contractor shall also defend and indemnify the City against any challenges to the award of the
contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense
costs include the cost of separate counsel for City, if City requests separate counsel.
10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance
against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives,
employees or subcontractors. Said insurance shall meet the City’s policy for insurance as stated in
Resolution No. 91-403.
(A) Coverages And Limits Contractor shall maintain the types of wverages and minimum limits
indicted herein:
a. Comprehensive General Liability Insurance: $1 ,OOO,OOO combined single limit per
occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents,
officers or employees are additional insured.
b. Business Automobile Liability Insurance: $l,OOO,OOO combined single limit per accident for
bodily injury and property damage. In addition, the auto policy must wver any vehicle used in the
performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether
scheduled or non-scheduled. The auto insurance certificate must state the coverage is for “any
auto” and cannot be limited in any manner.
c. Workers’ Compensation and Employers’ Liability Insurance: Workers’ compensation limits
as required by the Labor Code of the State of California and Employers’ Liability limits of $l,OOO,OOO per incident. Workers’ compensation offered by the State Compensation Insurance Fund is
acceptable to the City.
(B) Additional Provisions. Contractor shall ensure that the policies of insurance required under
this agreement with the exception of Workers’ Compensation and Business Automobile Liability
Insurance contain, or are endorsed to contain, the following provisions.
a. The City, its officials, employees and volunteers are to be covered as additional insured as
respects: liability arising out of activities performed by or on behalf of the Contractor; products and
completed operations of the contractor; premises owned, leased, hired or borrowed by the
contractor. The coverage shall contain no special limitations on the scope of protection afforded to
the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers’ liability coverage.
Contract No. 3588 Page 27 of 122 Pages
-.
- b. The Contractor’s insurance coverage shall be primary insurance as respects the City, its
officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its
officials, employees or volunteers shall be in excess of the contractor’s insurance and shall not contribute with it.
-- C. Any failure to comply with reporting provisions of the policies shall not affect coverage provided
to the City, its officials, employees or volunteers.
-- d. Coverage shall state that the contractor’s insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with respect to the limits of the insurer’s
liability.
--
-_
--
(C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in
coverage or limits except after thirty (30) days’ prior written notice has been given to the City by certified mail, return receipt requested.
(D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured
retention levels must be declared to and approved by the City. At the option of the City, either: the
insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the
City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of
c- losses and related investigation, claim administration and defense expenses.
-- -
(E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a
waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its
officials or employees.
-- (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for
subcontractors shall be subject to all of the requirements stated herein.
-_
c-
(G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best’s Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the business of
insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a
listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by the City Council in Resolution No. 91-403.
(H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and
original endorsements affecting coverage required by this clause. The certificates and
endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the
City and are to be received and approved by the City before the Contract is executed by the City.
(I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor’s bid.
--
?3 7117198 Contract No. 3588 Page 28 of 122 Pages
--
--
11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5
(commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in the Special Provisions I section. The contractor shall initially submit all claims over
$375,000 to the City using the informal dispute resolution process described in Public Contract Code
subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California
Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit
for breach of this agreement.
--
(A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City
must be asserted as part of the contract process as set forth in this agreement and not in anticipation
of litigation or in conjunction with litigation.
(6) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be
considered fraud and the Contractor may be subject to criminal prosecution.
(C) Government Code. Contractor acknowledges that California Government Code sections
12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a
false claim to a public entity. These provisions include false claims made with deliberate ignorance of
the false information or in reckless disregard of the truth or falsity of the information.
(D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False
Claims Act, it is entitled to recover its litigation costs, including attorney’s fees.
(E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim
may subject the Contractor to an administrative debarment proceeding wherein the Contractor may
be prevented from further bidding on public contracts for a period of up to five years. --
(F) Carlsbad Municipal Code. The provisions of Cartsbad Municipal Code sections 3.32.025,
3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference.
c-
--
--
C.
-
-.
(G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debam-rent by
another jurisdiction is grounds for the City of Carlsbad to disqualify the Contract0 subcontractor
from participating in future contract bidding.
I have read and understand all provisions of Section 11 above.
4
(I .I
12. Maintenance of Records. Contractor shall maintain and make avai ble at no cost to the
City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article
2, of the Labor Code. If the Contractor does not maintain the records at Contractor’s principal place
of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address
of such records.
13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section
1720 of the Labor Code are incorporated herein by reference.
14. Security. Securities in the form of cash, cashier’s check, or certified check may be substituted
for any monies withheld by the City to secure performance of this contract for any obligation
established by this contract. Any other security that is mutually agreed to by the Contractor and the
City may be substituted for monies withheld to ensure performance under this Contract.
‘3 7/17/98 Contract No. 3588 Page 29 of 122 Pages
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No. 5907
State of CALIFORNIA
County of SAN DIEGO
On 9-29-99
DATE
personally appeared
before me, CHRISTINE A. PATERSON, NOTARY PDBLIC ,
NAME, TITLE OF OFFICER. E.G., -JANE WE. NOTARY PUBLIC
NICHAJCL C. HIGH ,
NAME(S) OF SIGNER(S)
q personally known to me - 8R E 3
to be the person(s) whose name(s) is/are
subscribed to the within instrument and ac-
knowledged to me that heM&bey executed
the same in his/M%#t& authorized
capacity(ie@, and that by his/M
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(e) acted, executed the instrument.
SIGNATURE OF NOTARY
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITYCLAIMEDBYSIGNER DESCRlPTlONOFAlTACHEDDOCUMENT
q INDIVIDUAL q CORPORATE OFFICER
TITLE(S) TITLE OR TYPE OF DOCUMENT
[7 PARTNER(S) q LIMITED
0 GENERAL
0 ATTORNEY-IN-FACT NUMBER OF PAGES
0 TRUSTEE(S)
; ~;;;;lAN/CONSEAVATOR
DATE OF DOCUMENT
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTll-Y(IES)
HMS CONSTRDCTION SIGNER(S) OTHER THAN NAMED ABOVE
01993 NATIONAL NOTARY ASSOCIATION l 8236 Remmet Ave., P.O. Box 7184 l Cancga Park, CA 91309-7184
c-
c-
--
c-
c-
r-
c-
--
e-
--
w-
15. Provisions Required by Law Deemed Inserted. Each and every provision of law and
clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not
correctly inserted, then upon application of either party, the Contract shall forthwith be physically
amended to make such insertion or correction.
16. Additional Provisions. Any additional provisions of this agreement are set forth in the
“General Provisions” or “Special Provisions” attached hereto and made a part hereof.
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE
ATTACHED
(CORPORATE SEAL)
CONTRACTOR:
r
ICKHAJ% C.HIGH. OWNER
(print name and title)
By:
(sign here)
(print name and title)
ATTEST:
Deputy City Clerk
President or vice-president and secretary or assistant secretary must sign for corporations. If only
one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation.
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
By:
vq 7/l 7198 Contract No. 3588 Page 30 of 122 Pages
LABOR AND
BOND NO. S-800-0761
MATERIALS B,OND
WHERE$& the City Council of the, City of Carlsbad, State of California, by Resolution
/k&N 1 adopted September 14, 1999 , has awarded to
(hereinafter designated as the “Principal”), a Contract for:
TRAFFIC SIGNAL AT AVIARA PARKWAY AND POlNSElTlA LANE CONTRACT NO. 3588
in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract
Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are
incorporated herein by this reference.
WHEREAS, Principat has executed or is about to execute said Contract and the terms thereof require the furnishing, of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth.
NOW, THEREFORE, WE, HMS CONSTRUCTION
as Principal, (hereinafter designated as the “Contractor), and- -ONAL IN- ccl&NY
as Surety, are held firmly bound unto the City of Carlsbad in the sum of FIFTY FOUR THOUSAND FOUR HUNDRED NINETY AND N0100--------- . . . . . . . . . . . . . . . ----.-----..-.- ..-.-. -.- . . . . . . . . . . . . . . . . . . ..-.-------.----.................................--......--.--..-...........-. Dollars
($ 54,490.oo 1 said sum being fifty percent (50%) of the estimated amount payable by the City of Carlsbad under {he terms of the Contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld, and paid over to the Employment Development
Department from the wages of employees of the contractor and subcontractors pursuant to section
13020 of the Unemployment Insurance Code with respect to such work and labor that the Surety will pay for the same, not to exceed the sum specified in the bond, and, also, in case suit is brought upon the bond, costs and reasonable expenses and fees, including reasonable attorney’s fees, to be fixed
by the court, as required by the provisions of section 3248 of the California Civil Code.
This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencing with section 3082).
Surety stipulates and agrees that no change, eictension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications.
7/17/98 Contract No. 3588 Page 31 of 122 Pages
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT NO. 5907
State of
County of
CALIFORNIA
SAN DIEGO
On 9-29-99
DATE
personally appeared
before me, CERISTINE A. PATERSON, NOTARY PUBLIC ,
NAME, TITLE OF OFFICER - E.G.. -JANE WE. NOTARY PUBLIC
NICHAEL c. HIGH t
NAME(S) OF SIGNER(S)
q personally known to me - 8F! z 3
to be the person(s) whose name(s) is/m
subscribed to the within instrument and ac-
knowledged to me that heH&tq executed
the same in his/he&b& authorized
, capacityw, and that by his/m
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(e) acted, executed the instrument.
SIGNATURE OF NOTARY
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF AlJACHED DOCUMENT
q INDIVIDUAL q CORPORATE OFFICER
TITLE OR TYPE OF DOCUMENT
0 PARTNER(S) q LIMITED q GENERAL
0 ATTORNEY-IN-FACT NUMBER OF PAGES
0 TRUSTEE(S)
0 GUARDIAN/CONSERVATOR q OTHER:
DATE OF DOCUMENT
SJGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTlTY(IES)
HNS CONSTRUCTION SIGNER(S) OTHER THAN NAMED ABOVE
61993 NATIONAL NOTARY ASSOCIATION l 6236 Remmet Ave., P.O. Box 7164 l Canqa Park, CA 91309-7164
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No. 5907
State of California
County of s= Diego
On 9-29-99 before me, America San Martin, Notary Public I
DATE NAME. TITLE OF OFFICER - E.G., -JANE DOE, NOTARY PUBLIC”
personally appeared Valerie M. Pearce ,
NAME(S) OF SIGNER(S)
q personally known to me - OR - 0 proved to me on the basis of satisfactory evidence
to be the person@) whose name(X) is/%pcle
subscribed to the within instrument and ac-
knowledged to me that-she- executed
the same in his/her/their authorized
capacity(b), and that by xlrd@QherBt!h%&
signature@) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
0 INDIVIDUAL q CORPORATE OFFICER
TITLE OR TYPE OF DOCUMENT TITLE(S)
0 PARTNER(S) 0 LIMITED
0 GENERAL
0 ATTORNEY-IN-FACT
0 TRUSTEE(S)
NUMBER OF PAGES
i z;WQlAN/CONSERVATOR
DATE OF DOCUMENT
SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTl-W(IES)
SIGNER(S) OTHER THAN NAMED ABOVE
01993 NATIONAL NOTARY ASSOCIATION l 8236 Remmet Ave., P.O. Box 7184*Canoga Park, CA 91309-7184
--
P--
In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond.
Executed by CONTRACTOR this 29TE
c-
4-
day of SEPTEMBER
CONTRACTOR:
HMS CONSTRUCTION
c- lUXHAEL C. HIGH
(print name here)
-- OWNJXE, HMS CONSTRUCTION
(title and organization of signatory)
-- By:
(sign here)
-- - (print name here)
-- (title and organization of signatory)
Executed by SURETY this 29T8 day
of SEPTEM8W ,I999 .
SURETY:
WASHINGTON -IONAL INSURANCE COMPANY
(name of Surety)
300 PARK BLVD., SUITE 500 ITASCA, IL 60143-2625
(address of Surety)
(630) 227-4700
(telephone number of Surety)
VALERIE M. PJURCE, ATTORNEY-IN-FACT
(printed name of Attorney-in-Fact)
(attach corporate resolution showing current
power of attorney)
(Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.)
c-
(President or vice-president and secretary or assistant secretary must sign for corporations. If only
one officer signs, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
By: JANE MO
-* b 7117198 Contract No. 3588 Page 32 of 122 Pages
WASHINGTON INTERNATIONAL INSURANCE COMPANY
POWER OF ATTORNEY
KNOW ALL BY THESE PRESENTS: That the Washington international Insurance Company, a corporation organized and existing under the laws
-he State 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, LETICIA SAN MARTIN,
CHRISTINE A. PATERSON, VALERIE M. PEARCE, BART B. STEWARTAND J.T. WARNOCK
EACH IN THEIR SEPARA TE CAPACITY
rts 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, recognizances,
contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required, or permitted by law, statute, rule,
regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said Washington
international Insurance Company as fully and amply, to all intents and purposes, as if the same has been duly executed and acknowledged by its
President and its principal office.
This Power of Attorney shall be limited in amount to $5,500,000.00 for any single objiggtion.
This Power of Attorney is issued pursuant to authority granted by the resolutions of the Board of Directors adopted March 22, 1978,
July 3, 1980 and October 21, 1986 which read, in part, as follows:
1. The Chairman of the Board, President, Vice President, Assistant Secretary, Treasurer and Secretary may designate Attorneys-in-Fact, and
authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds, and undertakings, recognizances,
contracts of indemnity and other wribngs obligatory in the nature thereof, and to appoint Special Attorneys-in-Fact, who are hereby authorized
to certify copies of any power-of-attorney issued in pursuant to this section and/or any of the By-Laws of the Company, and to remove, at any
time, any such-Attorney-in-Fact or Special Attorney-in-Fact and revoke the authority given him.
2. The signatures of the Chairman of the Board, the President, Vice President, Assistant Secretary, Treasurer and Secretary, and the corporate
seal of the Company, may be aflixed to any Power of Attorney, certificate, bond or undertaking relating thereto, by facsimile. Any such Power
ofAttorney, certificate bond or undertaking bearing such facsimile signature or facsimile seal affixed in the ordinary course of business shall
be val$pUM~fi~ upon the Company. ,+ ’ ,_ ..I p.? t2;*:.~ I .“‘/,,
IN TESTlMf$&~WhEREdF/&!Iashington international Insurance Company has caused this instrument to be signed and its corporate seal to be
affixed b&%thor$$$ of&e~~$i&i2th day of Ma s s.-” “3=i.;~-.+?+44 :.* “5 2
- x3” c‘4Q Q : 6’ Z ATIONAL INSURANCE COMPANY = -: = -& . $-‘yfy’ 9 p : CJ =
= 0: = *I -. SH4 -9 *..
&J y&t; J+ jg
. .= p -5 5 *a.. \ -,- + %,,,;Lj )j;; ,:.i; *-
STATE OF ILL&IS)II~~~+”
,,,<zsF
COUNTY OF DUPAGE)
On this 12th day of May, 1998, before me came the indiidual who executed the preceding instrument, to me personally known, and, being by me duly
sworn, said that he is the therein described and authorized officer of the Washington International Insurance Company; that the seal affixed to said
instrument is the Corporate Seal of said Company;
IN Tmw%f5#&mto set my hand and affixed my Official Seal, the day and year first above written. “OFFICTAL SEAL”
. . Mary PuMic. state of lilinois
CER
STATE OF ILLINOIS)
COUNTY OF DUPAGE)
I, the undersigned, Vice-President of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA Corporation, DO HEREBY CERTIFY
that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked, and furthermore that Article Ill, Section 6
cf the By-Laws of the Corporation, and the Resolution of the Board of Directors, set forth in the Power of Attorney, are now in force.
Signed and sealed in the County of Dupage. Dated the 29TBday of S-W-- ,1999 -.
F-- J&s& Carper&r, Vice-President
BOND NO. S-800-0761
.- FAITHFUL PERFORMANCE/WARRANTY BOND
WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution
99-306 F&w’ adopted September 14, 1999 , has awarded to , (hereinafter
designated as the “Principal”), a Contract for:
TRAFFIC SIGNAL AT AVIARA PARKWAY AND POlNSElTlA LANE CONTRACT NO. 3588
in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and
other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract;
NOW, THEREFORE, WE, HMS CONSTRUCTION 9 as Principal,
(hereinafterdesignatedasthe”ContractoF),and WASHINGTON INTERNATIONAL INSURANCE COEPANY
, as Surety, are held and firmly bound unto the City of Carlsbad,
ill the Sum Of One Hundred Eight Thousand Nine Hundred Eighty Dollars ($ 108,980.OO ) said sum being equal to
one hundred percent (100%) of the estimated amount of the Contract, to bk paid to City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind
ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally,
firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect.
As a part of the obligation secured hereby and in addition to the face amount specified therefor, there
shall be included costs and reasonable expenses and fees, including reasonable attorney’s fees,
incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered.
Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications.
7/17/9a Contract No. 3588 Page 33 of 122 Pages
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No. 5907
State of CALIFORNIA
County of SAN DIEGO
On 9-29-99 before me, CHRISTINE A. PATERSON, NOTAR.. PUBLIC ,
DATE NAME, TITLE OF OFFICER. E.G., -JANE WE, NOTARY PUBLIC
personally appeared NICNAEL c. NICE I
NAME(S) OF SIGNER(S)
q personally known to me - 3
to be the person@) whose name(s) is/m
subscribed to the within instrument and ac-
knowledged to me that hem executed
the same in his/he&+&r authorized
, capacity&+, and that by hisMMbe+
signature(e) on the instrument the person(e),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
WITNESS my hand and
-ta’An,
SIGNATURE OF NOTARY
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
q INDIVIDUAL
0 CORPORATE OFFICER
TITLE(S) TITLE OR TYPE OF DOCUMENT
c] PARTNER(S) q LIMITED
0 GENERAL
0 ATTORNEY-IN-FACT NUMBER OF PAGES
0 TRUSTEE(S)
c] GUARDIAN/CONSERVATOR
0 OTHER:
DATE OF DOCUMENT
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ElvnD’(lE.5.)
JIMS CONSTRUCTION SIGNER(S) OTHER THAN NAMED ABOVE
@I993 NATIONAL NOTARY ASSOCIATION l 6236 Remmet Ave., P.O. Box 7184 * Canoga Park, CA 91309-7184
CALIFORNIA ALLPURPOSE ACKNOWLEDGMENT No. 5907
State of California
County of San Diego
On 9-29-99
DATE
personally appeared
before me, America San Martin, Notary Public I
NAME, TITLE OF OFFICER - E.G., “JANE DOE, NOTARY PUBLIC
Valerie M. Pearce ,
NAME(S) OF SIGNER(S)
q personally known to me - OR - q proved to me on the basis of satisfactory evidence
to be the perso? whose name(s) is-
subscribed to the within instrument and ac-
knowledged to me that&&hem executed
the same in his/her/their authorized
capacity(d), and that by xkWher#BW
signature@) on the instrument the person@),
or the entity upon behalf of which the
person@) acted, executed the instrument.
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
0 INDIVIDUAL
0 CORPORATE OFFICER
TITLE(S) TITLE OR TYPE OF DOCUMENT
0 PARTNER(S) 0 LIMITED q GENERAL
0 All-ORNEY-IN-FACT NUMBER OF PAGES
0 TRUSTEE(S)
0 GUARDIAN/CONSERVATOR
0 OTHER:
DATE OF DOCUMENT
SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTll-Y(IES)
SIGNER(S) OTHER THAN NAMED ABOVE
01993 NATIONAL NOTARY ASSOCIATION l 8236 Remmet Ave., P.O. BOX 7184 l Canoga Park, CA 91309-7184
In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall
not exonerate the Surety from its obligations under this bond.
c-
Executed by CONTRACTOR this 29m
day of SJPTEMBEB ,1999 .
CONTRACTOR: --
BMS CONSTRUCTION
--
--
MI- c. HICE (630)227-4700
c- (print name here) (telep,hone number of Surety)
OWNER, EMS CONSTRUCTION -- (Title and Organization of Signatory)
-- -_ By:
(sign here)
c-
--
--
-.-
c-
c-
(print name here)
(Title and Organization of signatory)
Executed by SURETY this 29TH day of
SEPTEMBER ,I999 .
SURETY:
(name of Surety)
300 PARK BLVD., SUITE 500
ITASCA, IL 60143-2625
(address of Surety)
By:
(signature of Attorney-in-Fact) --
VALERIEM. PEARCE, ATTORNEY-IN-FACT
(printed name of Attorney-in-Fact)
(Attach corporate resolution showing current power of attorney.)
(Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only
one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
By:
?3 7117198 Contract No. 3588 Page 34 of 122 Pages
WASHINGTON INTERNATIONAL INSURANCE COMPANY
POWER OF ATTORNEY
KNOW ALL BY THESE PRESENTS: That the Washington International Insurance Company, a COfPOratiOn organized and existing under the laws
, ““he State of Arizona, and having its principal office in the Village of ltasca, Illinois does hereby constitute and appoint
JEROLD D. HALL, SANDRA J. UXLE, CHRIS A. LYDICK, LETICIA SAN MARTIN,
CHRISTINE A. PATERSON, VALERIE hl. PEARCE, BART B. STEWARTAND J.T. WARNOCK
EACH IN THEIR SEPARATE CAPACrrY
,&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, recognizances,
contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required, or permitted by law, statute, rule,
regulation, contract or othetie, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said Washington
international Insurance Company as fully and amply, to all intents and purposes, as if the same has been duly executed and acknowledged by its
President and its principal office. .
This Power of Attorney shall be limited in amount to 35,500,000.00 for any single objiggtion.
This Power of Attorney is issued pursuant to authority granted by the resolutions of the Board of Directors adopted March 22, 1978,
July 3, 1980 and October 21, 1986 which read, in part, as follows:
1. The Chairman of the Board, President Vice President, Assistant Secretary, Treasurer and Secretary may designate Attorneys-in-Fact, and
authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds, and undertakings, recognizances,
contracts of indemnity and otherwritings obligatory in the nature thereof, and to appoint Special Attorneys-in-Fact, who are hereby authorized
to certify copies of any power-of-attorney issued in pursuant to this section and/or any of the By-Laws of the Company, and to remove, at any
time, any such-Attorney-in-Fact or Special Attorney-in-Fact and revoke the authority given him.
2. The signatures of the Chairman of the Board, the President, Vice President, Assistant Secretary, Treasurer and Secretary, and the corporate
seal of the Company, may be aft?& to any Power of Attorney, certificate, bond or undertaking relating thereto, by facsimile. Any such Power
of Attorney, ceficate bond or undertaking bearing such facsimile signature or facsimile seal affixed in the ordinary course of business shall
be va~,$qG!ii#jy won the Company. 1. _ ..\ 3-T :~.::.i , “/I/‘
IN TESTIMD’&.%$iERE~/ashington International Insurance Company has caused this instrument to be signed and its corporate seal to be
affixed b&%th’orized oftidie~$$i& 2th day s &y;’ F-- : CT.- &..G-pdq+.?. ” $2 f “J’ hi 33’cl i ‘r.? 5 : = ATIONAL INSURANCE COMPANY
ZZ= = 0: pq. 9 i F $
= d *. ;J 5, .;‘i b
5 3 **.**
p$$
.= is < 5 .-* y* c.. // fJ I,,,,,; ;;; ,,i’;
STATE OF ILLI&HS)~I’L”““’
.,,<#.
COUNTY OF DUPAGE)
On this 12th day of May, 1998, before me came the indiidual who.executed the preceding instrument, to me personally known, and, being by me duly
sworn, said that he is the therein described and authorized officer of the Washington International Insurance Company; that the seal aftixed to said
instrument is the Corporate Seal of said Company;
my Official Seal, the day and year first above written.
ERICA R. JOHNSON
STATE OF ILLINOIS) COUNTY OF DUPAGE)
I, the undersigned, Vice-President of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA Corporation, DO HEREBY CERTlN
that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked, and furthermore that Article Ill, Section 5
cf the By-Laws of the Corporation, and the Resolution of the Board of Directors, set forth in the Power of Attorney, are now in force.
Signed and sealed in the County of Dupage. Dated the 29THday of SEpTEMBrn ,1999 .
c-
,.-
--
CiTY OF CARLSBAD Purchasing Department 1200 Carlsbad Village Drive Carlsbad CA 92008 REPRESENTATION AND CERTIFICATION
The following representation and certification shall be completed, signed and returned to City of Carlsbad as 5 pa’rt 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:
--
DEFINITIONS:
--
--
--
--
MINORITY BUSINESS ENTERPRISE: “Minority Business” is defined as a business, at least 51 percent of which is owned, operated and controlled by minority group members, or in the case of publicly owned businesses, at least 51 percent of which is owned, operated and controlled by minority group members. The Small Business Administration defines the socially and economically disadvantaged (minorities) as Black American, Hispanic American, Native Americans (i.e. American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian-Pacific Americans (i.e., U.S. Citizens whose origins are from Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the U.S. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia and Taiwan).
F’
--
Are you currently certified by CALTRANS? YES NO-
Certification #:
CERTIFICATION OF BUSINESS REPRESENTATION(S):
Mark all applicable blanks. This offeror represents as a part of this offer that:
This firm is-, is not a minority business. This firm is-, is not= a woman-owned business.
WOMAN-OWNED BUSINESS: A woman-owned busi- ness is a business of which at least 51 percent is owned, controlled and operated by a woman or women. Controlled is defined as exercising the power to make policy decisions. Operation is defined as actually involved in the day-to-day management.
FIRM’S PRIMARY PRODUCTS OR SERVICE:
CONSTRUCTION CONTRACTOR:
CLASSIFICATION(S):
LICENSE NUMBER:
TAXPAYERS I.D. NO.
CERTIFICATION: The information furnished is certiied to be factual and correct as of the date submitted.
COMPANY NAME PRINTED NAME
ADDRESS TITLE
CITY, STATE AND ZIP SIGNATURE
TELEPHONE NUMBER DATE
F
--
Contract No. 3588 Page 35 of 122 Pages
--
--
--
r-
--
--
-- -
--
--
--
--
-_
OPTIONAL ESCROW AGREEMENT FOR
SECURITY DEPOSITS IN LIEU OF RETENTION
This Escrow Agreement is made and entered into by and between the City of Carlsbad whose
address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called “City” and
whose address is
hereinafter called
“Contractor” and whose address is
called “Escrow Agent.”
hereinafter
For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows:
1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California,
the contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into
between the City and Contractor for the Traffic Signal at Aviara Parkway and Poinsettia Lane, Contract No. 3588, in the amount of dated
(hereinafter referred to as the “Contract”). Alternatively, on written request of the contractor, the City
shall make payments of the retention earnings directly to the escrow agent. When the Contractor
deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City
within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and
omissions of the escrow agent in connection with the handling of retentions under these sections in
an amount not less than $100,000 per contract. The market value of the securities at the time of the
substitution shall be a least equal to the cash amount then required to be withheld as retention under
the terms of the contract between the City and Contractor. Securities shall be held in the name of
the I and shall designate the Contractor as the beneficial
owner.
2. The City shall make progress payments to the Contractor for such funds which otherwise would
be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow
Agent holds securities in the form and amount specified above.
3. When the City makes payment of retentions earned directly to the escrow agent, the escrow agent shall hold them for the benefit of the contractor until such time as the escrow created under
this contract is terminated. The contractor may direct the investment of the payments into securities.
All terms and conditions of this agreement and the rights and responsibilities of the parties shall be
equally applicable and binding when the City pays the escrow agent directly.
-- 4. The contractor shall be responsible for paying all fees for the expenses incurred by the Escrow
Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent.
--
C.
5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City.
*a % 7117198 Contract No. 3588 Page 38 of 122 Pages
c-
--
c-
-- -
cm
--
c-
--
6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account
only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor.
7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days’ written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City.
8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon
disbursement of all moneys and securities on deposit and payments of fees and charges.
9. The Escrow Agent shall rely on the written notifications from the City and the contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent’s release, conversion and disbursement of the securities and interest as set forth above.
10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows:
For Contractoi:
For Escrow Agent: Title
Title
Signature
Address
Name
Signature
Address
Name
Signature
Address
At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent
a fully executed counterpart of this Agreement.
/.-
--
‘3 7117198 Contract No. 3588 Page 37 of 122 Pages
c-
--
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above.
For City:
--
For Contractor:
--
--
-- -
For Escrow Agent:
vg 71-I 7198 Contract No. 3588
Title
Name
Signature
Address
Title
Name
Signature
Address
Title
Name
Signature
Address
Page 38 of 122 Pages
c-
SPECIAL PROVISIONS
c- FOR
TRAFFIC SIGNAL AT c- AVIARA PARKWAY AND POINSETTIA LANE
CONTRACT NO. 3588
--
--
SUPPLEMENTAL PROVISIONS TO
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
PART 1, GENERAL PROVISIONS
SECTION 1 -- TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS
c-
l-l TERMS
-- Add the following section: ” l-l .I Reference to Drawings. Where words “shown ,- “indicated”, “detailed”, %oted”, “scheduled”,
or words of similar import are used, it shall be understood that reference is made to the plans
-- - accompanying these provisions, unless stated‘otherwise.
Add the following section:
c-
c-
l-l .2 Directions. Where words “directed”, “designated , ” “selected”, or words of similar import are
used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word “required” and words of similar import shall be understood to
mean “as required to properly complete the work as required and as approved by the Engineer,”
unless stated otherwise.
Add the following section:
l-l .3 Equals and Approvals. Where the words “equal”, *‘approved equal”, “equivalent”, and such
words of similar import are used, it shall be understood such words are followed by the expression
“in the opinion of the Engineer”, unless otherwise stated. Where the words “approved”, “approval”,
“acceptance”, or words of similar import are used, it shall be understood that the approval,
acceptance, or similar import of the Engineer is intended.
c-
--
Add the following section:
l-l .4 Perform. The word “perform” shall be understood to mean that the Contractor, at its
expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the
Contractor, at its expense, shall furnish and install the work, complete in place and ready to use,
including furnishing of necessary labor, materials, tools, equipment, and transportation.
c-
‘3 7117198 Contract No. 3588 Page 39 of 122 Pages
I-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively
defined by the definitions assigned to them herein.
Agency - the City of Cartsbad, California.
City Council -the City Council of the City of Carlsbad.
City Manager - the City Manager of the City of Carlsbad or his/her approved representative.
Dispute Board - persons designated by the City Manager to hear and advise the City Manager on
claims submitted by the Contractor. The City Manager is the last appeal level for informal dispute resolution.
Engineer - the Public Works Director of the City of Carlsbad or his/her approved representative.
The Engineer is the third level of appeal forlinformal dispute resolution.
Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original
Contract Price bid.
Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired,
directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and
Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 “own organization” means construction equipment that the Contractor owns or leases
and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an
operator is not part of the Contractor’s Own Organization and will not be included for the purpose of
compliance with section 2-3.1 of the Standard Specifications and these Special Provisions.
Owner Operator/Lessor - Any person who provides equipment or tools with an operator provided who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee
of the Agency or a public utility.
Principal Inspector - The Senior Inspec&‘s immediate supervisor and second level of appeal for
informal dispute resolution.
Project Inspector - the Engineer’s designated representative for inspection, contract administration and first level for informal dispute resolution.
Senior Inspector - the Project Inspector’s immediate supervisor and first level of appeal for informal
dispute resolution.
SECTION 2 -- SCOPE AND CONTROL OF THE WORK
2-3 SUBCONTRACTS.
2-3.1 General, add the following: Should the Contractor fail to adhere to the provisions requiring
the Contractor to complete 50 percent of the contract price with its own organization, the Agency
may at its sole discretion elect to cancel the contract or to deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the
Contractors own organization. The City Council shall be the sole body for determination of a
violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the City Council and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final.
7117198 Contract No. 3588 Page 40 of 122 Pages
-.
24 CONTRACT BONDS, modify the second sentence of paragraph one as follows: Delete, “who
is listed in the latest version of U.S. Department of Treasury Circular 570,“.
-.
Modify paragraphs three and four to read: The Contractor shall provide a faithful
perfomtance/warranty bond and payment bond (labor and materials bond) for this contract. The
faithful performance/warranty bond shall be in the amount of 100 percent of the contract price and
the payment bond shall be in the amount of 50 percent of the contract price. Both bonds shall
extend in full force and effect and be retained by the Agency during this project until they are
-. released according to the provisions of this section.
-.
C.
The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days
after rewrdation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The
payment bond shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid.
-.
Add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized
to transact the business of insurance in California and whose assets exceed their liabilities in an
amount equal to or in excess of the amount of the bond. The bonds are to contain the following
documents:
1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other
-- instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner.
-4
--
If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the
insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the
execution of the bond. The financial statement shall be made by an officer’s certificate as defined in
Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may
be verified by the oath of the principal officer or manager residing within the United States.
7. 2-5 PLANS AND SPECIFICATIONS.
--
c-
2-5.1 General, add the following: The specifications for the -work include the Standard
Specifications for Public Works Construction, (SSPWC), 1997 Edition, and 1998 supplement thereto,
hereinafter designated “SSPWC”, as written and promulgated by Joint Cooperative Committee of the
Southern California Chapter American Public Works Association and Southern California Districts
Associated General Contractors of California, and as amended by the Special Provisions section of
this contract.
--
c-
The construction plans consist of one (1) sheet, labeled as sheet 11 of 16, Drawing No. 360-38. The
standard drawings used for this project are the latest edition of the San Diego Area Regional
Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Department
of Public Works, together with the City of Carlsbad Supplemental Standard Drawings.
--
7-
2-5.2 Precedence of Contract Documents, add the following: Where CALTRANS specifications are used to modify the SSPWC or added to the SSPWC by any of the contract documents the
CALTRANS specifications shall have precedence only to the materials and construction materials
referred to in the CALTRANS specifications. The Invitation to Bid, Contract for Public Works, Part 1
of these Special Provisions and Part 1 of the SSPWC in the order of precedence in section 2-5.2 of the SSPWC shall prevail over the CALTRANS specifications in all other matters.
7/l 7198 Contract No. 3588 Page 41 of 122 Pages
2-5.3.3 Submittals, add the following: When submitted for the Engineer‘s review, Shop Drawings
shall bear the Contractors certification that the Contractor has reviewed, checked, and approved the
Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals:
“I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to
be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval.”
By: Title:
Date:
Company Name:
Add the following:
2-5.4 Record Drawings, The Contractor shall provide and keep up-to-date a complete “as-built”
record set of blue-line prints, which shall be corrected in red daily and show every change from the
original drawings and specifications and the exact “as-built” locations, sizes and kinds of equipment,
underground piping, valves, and all other work not visible at surface grade. Prints for this purpose
may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be
used only as a record set and shall be delivered to the Engineer upon completion of the work.
Payment for performing the work required by section 2-5.4 shall be included in various bid items and
no additional payment will be made therefor.
2-9 SURVEYING.
2-9.1 Permanent Survey Markers, substitute the following: The Contractor shall not disturb
permanent survey monuments or benchmarks without the consent of the Engineer. Where the
Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is
impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer
authorized to practice land surveying within the State of California, hereinafter surveyor, to establish
the location of the monument before it is disturbed. The Contractor shall have the monument
replaced by the surveyor no later than thirty (30) days after construction at the site of the
replacement is completed. The surveyor shall file corner record(s) as required by 55 8772 and
8773, et seq. of the California Business and Professions Code.
When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover
to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument
frames and covers shall be protected during street sealing or painting projects or be cleaned to the
satisfaction of the Engineer.
2-9.3 Survey Service, substitute the following: The Contractor shall hire and pay for the services
of a surveyor to perform all work necessary for establishing control, construction staking, records
research and all other surveying work necessary to construct the work, provide surveying services
as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all
surveying operations and shall personally supervise and certify the surveying work.
-* + 7/17/98 Contract No. 3588 Page 42 of 122 Pages
c-
--
Add the following section:
-_
c-
--
--
--
-- -
2-9.3.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of section 2-5.3.3, ‘Submittals”, herein. The Contractor shall submit grade sheets to
the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall
submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound
form on 215mm by 280 mm (8’&” by 11”) paper. The field notes, calculations and data shall be clear and complete with name of the surveyor, the party chief, field crew members, preparer of the field
notes or calculations. They shall be annotated with the date of observation or calculation, be
numbered with consecutive page numbers and shall be readable without resort to any electronic aid,
computer program or documentation for any computer program. The field notes shall be prepared in
conformance with the CALTRANS “Surveys Manual”. The Contractor shall have a Record of Survey
prepared by the surveyor and file it in conformance with §Q 8700 - 8805 of the State of California
Business and Professions Code when the surveyor performs any surveying that such map is
required under $3 8762 of the State of California Business and Professions Code and whenever the
Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-IO
type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing
steel and all monuments and marks that are at, or accessory to, property corners and street
centerlines are permanent survey monuments. The Record of Survey shall show all monuments set,
control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the ’
unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set
and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the
Engineer’s review and approval before submittal to the County Surveyor and before submittal to the
County Recorder.
-- Add the following section:
2-9.3.2 Survey Requirements, The Contractor shall perform all necessary surveying to install the
traffic signals.
e-- Add the following section:
2-9.3.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.3.2 shall be included in the lump sum price bid for the traffic signals and no other
-- compensation will be made therefor.
2-10 AUTHORITY OF BOARD AND ENGINEER
-- Add the following section:
--
240.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of
all records in the Contractor’s or subcontractor’s possession pertaining to the work that the Engineer
may request.
--
--
-.
Add the following section: 240.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the
Engineer, within San Diego County, accurate books and accounting records relative to all its
activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor’s and its subcontractors
performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews
of Contractors staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance
notice, Contractor shall make available to the Engineer for examination, all of its, and all
Contract No. 3588 Page 43 of 122 Pages
subcontractors to this contract, records with respect to all matters covered by this Contract and will
permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and
records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor’s ongoing business operations.
Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations.
SECTION 3 -- CHANGES IN WORK
3-3 EXTRA WORK.
3-2.2.1 Contract Unit prices, add the following: In the case of an increase or decrease in quantity
of a minor bid item in excess of 25 percent of the original quantity bid the adjustment of contract unit
price for such items will be limited to that portion of the change in excess of 25 percent of the original
quantity listed in the Contractors bid proposal for this contract. Adjustments in excess of 25 percent
may, at the option of the Engineer, be paid pursuant to section 3-3, Extra Work.
3-3.2.2 ( c ) Tool and Equipment Rental, ‘second paragraph, modify as follows: Regardless of
ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs
shall be the edition of the, “Labor Surcharge & Equipment Rental Rates” published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein
shall be used as multipliers of the rental rates for determining the value of costs for delay to the
Contractor and subcontractors, if any, The labor surcharge rates published therein are not a part of
this contract.
3-3.2.3 Markup, Delete sections 3-3.2.3 (a) and (b) and replace with the following:
(a) Work by Contractor. The following percentages shall be added to the Contractor’s costs
and shall constitute the markup for all overhead and profits:
1) Labor . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20
2) Materials . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 15
3) Equipment Rental . . . . . . . . . . . . . . . . . . . 15
4) Other Items and Expenditures . . 15
To the sum of the costs and markups provided for in this section, 1 percent shall be added as
compensation for bonding.
(W Work by Subcontractor. When all or any part of the extra work is performed by a
Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor’s actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the
extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor.
3-3.3 Daily Reports by Contractor, add the following after the second sentence: Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer.
Contract No. 3588 Page 44 of 122 Pages
c-
-_
c-
3-4 CHANGED CONDITIONS. delete the second sentence of paragraph three, delete paragraph
five (5) and add the following: The Contractor shall not be entitled to the payment of any additional
compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a
change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter
specified. Compliance with this section shall not be required as a prerequisite to notice provisions in
Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in
measurement or errors of computation as to contract quantities. The written notice of potential claim
for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and
prior to the time that the Contractor performs the work giving rise to the potential claim. The
Contractors failure to give written notice of potential claim for changed conditions to the agency
upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith.
c-
c-
The Contractor shall provide the City with a written document containing a description of the
particular circumstances giving rise to the potential claim, the reasons for which the Contractor
believes additional compensation may be due and nature of any and all costs involved within 20
working days of the date of service of the written notice of potential claim for changed conditions.
Verbal notifications are disallowed.
--
The potential claim shall include the following certification relative to the California False Claims Act,
Government Code Sections 12650-l 2655.
-- .-
“The undersigned certifies that the above statements are made in full cognizance of the California
False Claims Act, Government Code sections 12650-12655. The undersigned further understands
and agrees that this potential claim, unless resolved, must be restated as a claim in response to the
City’s proposed final estimate in order for it to be further considered.”
c- By: Title:
Date:
c- Company Name:
The Contractor’s estimate of costs may be updated when actual costs are known. The Contractor
shall submit substantiation of its actual costs to the Engineer within 20 working days after the
affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim.
--
It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such
matters be settled, if possible, or other appropriate action promptly taken.
--
3-5 DISPUTED WORK. Add the following: The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a
waiver of all claims in connection therewith.
vg 7/17/98 Contract No. 3588 Page 45 of 122 Pages
Delete second sentence of paragraph one and add the following: Prior to proceeding with dispute
resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall
attempt to resolve all disputes informally through the following dispute resolution chain of command:
1. Project Inspector
2. Senior Inspector
3. Principal Inspector
4. City Engineer
5. City Manager
The Contractor shall submit a complete report within 20 working days after completion of the
disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or
appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review
the Contractor’s report and respond with a position, request additional information or request that the
Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or
Contractor’s presentation of its report. The Contractor may appeal each level’s position up to the City
Manager after which the Contractor may proceed under the provisions of the Public Contract Code.
The authority within the dispute resolution chain of command is limited to recommending a resolution
to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions
in the contract.
All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures
in the Public Contract Code, Division 2, Part 3, Chapter I, Article 1.5 (commencing with Section 20104) which is set forth below:
ARTICLE 1.5 RESOLUTION 0-F CONSTRUCTION CLAIMS
20104. (a)(l) This article applies to all public works claims of three hundred seventy-five thousand
dollars ($375,000) or less which arise between a contractor and a local agency.
(2) This article shall not apply to any claims resulting from a contract between a contractor and a
public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1
(commencing with Section 10240) of Chapter 1 of Part 2.
(b)(l) “Public work” has the same meaning as in Sections 3100 and 3106 of the Civil Code, except
that “public work” does not include any work or improvement contracted for by the state or the
Regents of the University of California. (2) “Claim” means a separate demand by the contractor’ for (A) a time extension, (B) payment of
money or damages arising from work done by, or on behalf of, the contractor pursuant to the
contract for a public work and payment of which is not otherwise expressly provided for or the
claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications
for any work which may give rise to a claim under this article.
(d) This article applies only to contracts entered into on or after January I, 1991.
-9 b 7117198 Contract No. 3588 Page 46 of 122 Pages
--
c-
--
e--
--
c-
--
-- -
--
20104.2. For any claim subject to this article, the following requirements apply:
(a) The claim shall be in writing and include the documents necessary to substantiate the Claim.
Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to
extend the time limit or supersede notice requirements otherwise provided by contract for the filing of
claims.
(b)(l) For claims of less than fifty thousand dollars ($SO,OOO), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to
defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, lt shall be requested and provided pursuant to this
subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency’s written response to the claim, as further documented, shall be submitted to
the claimant within 15 days after receipt of the further documentation or within a period of time no
greater than that taken by the claimant in producing the additional information, whichever is greater.
(c)(l) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred
seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written
claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the
local agency may have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local agency’s written response to the claim, as further documented, shall be submitted to
the claimant within 30 days after receipt of the further documentation, or within a period of time no
greater than that taken by the claimant in producing the additional information or requested
documentation, whichever is greater.
(d) If the claimant disputes the local agency’s written response, or the local agency fails to respond
within the time prescribed, the claimant may so notify the local agency, in writing, either within 15
days of receipt of the local agency’s response or within 15 days of the local agency’s failure to
respond within the time prescribed, respectively, and demand an informal conference to meet and
confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute.
(e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2
(commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For
purposes of those provisions, the running of the period of time within which a claim must be filed
shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a)
until the time that claim is denied as a result of the meet and confer process, including any period of
time utilized by the meet and confer process.
(f) This article does not apply to tort claims and nothing in this article is intended nor shall be
construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division
3.6 of Title 1 of the Government Code.
--
20104.4. The following procedures are established for all civil actions filed to resolve claims subject
to this article:
(a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court
shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties.
--
i-
?-‘
Contract No. 3588 Page 47 of 122 Pages
The mediation process shall provide for the selection within 15 days by both parties of a
disinterested third person as mediator, shall be commenced within 30 days of the submittal, and
shall be concluded within 15 days from the commencement of the mediation unless a time
requirement is extended upon a good cause showing to the court or by stipulation of both parties. If
the parties fail to select a mediator within the 15day period, any party may petition the court to
appoint the mediator.
(b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to
Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure,
notwithstanding Section 1141 .?I of that code. The Civil Discovery Act of 1986 (Article 3
(commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall
apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial
arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed
for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to
exceed their customary rate, and such fees and expenses shall be paid equally by the parties,
except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds.
(3)jn addition to Chapter 2.5 (commencing with Section 1141 .lO) Title 3 of Part 3 of the Code of Civil
Procedure, any party who after receiving an arbitration award requests a trial de novo but does not
obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter,
pay the attorney’s fees of the other party arising out of the trial de novo.
(c) The court may, upon request by any party, order any witnesses to participate in the mediation or
arbitration process.
20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed
except as otherwise provided in the contract.
(b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any
arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law.
SECTION 4 - CONTROL OF MATERIALS
4-l MATERIALS AND WORKMANSHIP.
4-1.3.1 General, add the following: The Contractor shall provide the Engineer free and safe
access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the
safety of persons as contained in the State of California, California Code of Regulations, Title 8,
Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety
Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such
information as may be necessary to keep the Engineer fully informed regarding progress and
manner of work and character of materials. Inspection or testing of the whole or any portion of the
work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfil1
this Contract.
41.4 Test of Materials, delete the phrase, ‘and a reasonable amount of retesting”, from the third
sentence of the first paragraph.
add the following: Except as specified in these Special Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests
meet or exceed the requirements indicated in the Standard Specifications and the Special Provisions. The cost of all other tests shall be borne by the Contractor.
‘3 7117198 Contract No. 3588 Page 48 of 122 Pages
P
--
At the option of the Engineer, the source of supply of each of the materials shall be approved by the
Engineer before the delivery is started. All materials proposed for use may be inspected or tested at
any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the
product from any source proves unacceptable at any time, the Contractor shall furnish approved
material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be
removed from the project site all at the Contractors expense.
--
Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the
requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made
necessary by noncompliance with the specifications shall be borne by the Contractor.
--
c-
4-1.6 Trade names or Equals, add the following: The Contractor is responsible for the
satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution
is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove
the substituted item and replace it with the originally specified item at no cost to the Agency.
Ic- SECTION 5 - UTILITIES
-- -
5-I LOCATION. Add the following: The Agency and affected utility companies have, by a search
of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the
limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of
utilities indicated on the Plans is not guaranteed.
c-
--
5-4 RELOCATION. Add the following: In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon
request to the Engineer, may be permitted to temporarily omit the portion of work affected by the
utility. Such omission shall be for the Contractors convenience and no additional compensation will
be allowed therefor. The portion thus omitted shall be constructed by the Contractor immediately
following the relocation of the utility involved unless otherwise directed by the Engineer.
5-6 COOPERATION. Add the following:
-- SECTION 6 -0 PROSECUTION; PROGRESS AND
ACCEPTANCE OF THE WORK
C. 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete subsection 6-l
and substitute the following: The Contractor shall begin work within10 calendar days after receipt of the “Notice to Proceed”.
c.
?a 7117198 Contract No. 3588 Page 49 of 122 Pages
Add the following section:
6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will
set the time and location for the Preconstruction Meeting. Attendance of the Contractor’s
management personnel responsible for the management, administration, and execution of the
project is mandatory for the meeting to be convened. Failure of the Contractor to have the
Contractor’s responsible project personnel attend the Preconstruction Meeting will be grounds for
default by Contractor per section 6-4. No separate payment will be made for the Contractor’s
attendance at the meeting. The notice to proceed will only be issued on or after the completion of
the preconstruction meeting.
Add the following section:
6-1.2.3 Bar Chart. As a.part of the Baseline Construction Schedule the Contractor shall prepare
and submit to the Engineer a chart showing individual tasks and their durations arranged with the
tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path.
6-2 PROSECUTION OF WORK.
Add the following section: 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and
materials, and performing all operations necessary to complete the Project Work as shown on the
Project Plans and as specified in the Specifications. The work includes construction of traffic signal
at the intersection of Aviara Parkway and Poinsettia Lane, all striping and removal of conflicting
striping, and installation of signs.
6-6 DELAYS AND EXTENSIONS OF TIME.
6-6.4 Written Notice and Report. Modify as follows: The Contractor shall provide written notice
to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by
the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the
duration of such period of delay. The initial and continuing written notices shall include the
classification of each workman and supervisor and the make and model of each piece of equipment
placed on standby, the cumulative duration of the standby, the Contractor’s opinion of the cause of
the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable
means. Should the Contractor fail to provide the notice(s) required by this section the Contractor
agrees that no delay has occurred and that it will not submit any claim(s) therefor.
6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work to completion within ninety (90) working days after the starting date specified in the Notice to
Proceed.
6-7.2 Working Day. Add the following: Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through
Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays.
This written permission must be obtained at least 48 hours prior to such work The Engineer may
approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work
conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall
pay the inspection costs of such work.
-* +c 7117190 Contract No. 3588 Page 50 of 122 Pages
--
6-8 COMPLETION AND ACCEPTANCE. Delete the second paragraph and add the following:
The Engineer will not accept the Work or any portion of the Work before all of the Work is
completed and all outstanding deficiencies that may exist are corrected by the Contractor and the
Engineer is satisfied that all the materials and workmanship, and all other features of the Work,
meet the requirements of all of the specifications for the Work. Use, temporary, interim or
permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the
Engineers judgment, the Work has been completed and is ready for acceptance the Engineer will
so certify to the Board. Upon such certification by the Engineer the Board may accept the
completed Work. Upon the Board’s acceptance of the Work the Engineer will cause a “Notice of
Completion” to be filed in the office of the San Diego County Recorder. The date of recordation
shall be the date of completion of the Work.
r-
--
Delete the first sentence of the third paragraph and substitute the following two sentences: All
work shall be warranted for one (1) year after recordation of the “Notice of Completion” and any
faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained
as a warranty bond for the one year warranty period.
c-
c..
6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first sentence
of the second paragraph and add the following: For each consecutive calendar day in excess of
the time specified for completion of Work, as adjusted in accordance with 6-6, the Contractor shall
pay the Agency, or have withheld monies due it, the sum of five hundred ($500) per each calendar
day beyond the project completion time specified in the notice to proceed.
-- -
--
Execution of the Contract shall constitute agreement by the Agency and Contractor that five hundred
($500) per day is the minimum value of costs and actual damages caused by the Contractor to
complete the Work within the allotted time. Any progress payments made after the specified
completion date shall not constitute a waiver of this paragraph or of any damages.
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR
c_-
c-
7-3 LlABlilN INSURANCE. Modify as follows: All insurance is to be placed with insurers that
have a rating in Bests Key Rating Guide of at least A-:V and are admitted and authorized to conduct
business in the state of California and are listed in the official publication of the Department of
Insurance of the State of California.
c-
7-4 WORKERS’ COMPENSATION INSURANCE. Add the following: All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are
listed in the official publication of the Department of Insurance of the State of California. Policies
issued by the State Compensation Fund meet the requirement for workers’ compensation insurance.
--
c.
-
7-5 PERMITS. Delete the first sentence and add the following four sentences: Except as specified herein the agency will obtain, at no cost to the Contractor, all encroachment, right-of-way,
grading, resource agency and building permits necessary to perform work for this contract on
Agency property, in streets, highways (except State highway right-of-way), railways or other rights-
of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The
Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The wst.of said permit(s) shall be included in the price bid for the appropriate bid item and
no additional compensation will be allowed therefor.
?3 7117198 Contract No. 3588 Page 51 of 122 Pages
7-7 COOPERATION AND COLLATERAL WORK.
Add the following section:
7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies
during the relocation or construction of their lines. The Contractor may be granted a time extension
if, in the opinion of the Engineer, a delay is caused by the utility company. No additional
compensation will be made to the Contractor for any such delay.
7-8 PROJECT SITE MAINTENANCE.
7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control required herein
shall also be executed on weekends and other non-working days when needed to preserve the
health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust
control throughout the duration of the Contract. The Engineer may require increased levels of
cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety
and welfare of the public. Cleanup and dust control shall be considered incidental to the items of
work that they are associated with and no additional payment will be made therefor.
7:8.5 Temporary Light, Power and Water. Add the following: The Contractor shall obtain a
construction meter for water used for the construction, plant establishment, maintenance, cleanup,
testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements,
The Contractor shall pay all costs of temporary light, power and water including hookup, service,
meter and any, and all, other charges, deposits and/or fees therefor. Said costs shall be considered
incidental to the items of work that they are associated with and no additional payment will be made
therefor.
Add the following section:
7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped
with mufflers in good repair when in use on the project with special attention to the City Noise Control
Ordinance, Carlsbad Municipal Code Chapter 8.48.
7-10 PUBLIC CONVENIENCE AND SAFETY.
740.3 Street Closures, Detours, Barricades. Add the following: Traffic controls shall be in
accordance with the plans, Chapter 5 of the California Department of Transportation “Manual of
Traffic Controls,” 1996 edition and these Special Provisions. If any component in the traffic control
system is damaged, displaced, or ceases to operate or function as specified, from any cause, during
the progress of the work, the Contractor shall immediately repair said component to its original
condition or replace said component and shall restore the component to its original location. In the
event that the Contractor fails to install and/or maintain barricades or such other traffic signs,
markings, delineation or devices as may be required herein, the Engineer may, at his/her sole
option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty
dollars ($20.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater.
-* ‘E+ 7117198 Contract No. 3588 Page 52 of 122 Pages
r-
--
c.
c-
c-
Add the following section:
7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control
devices shall be maintained throughout the duration of work in good order and according to the
approved traffic control plan. All construction area signs shall conform to the provisions of section
2067.2 et seq. All temporary reflective pavement markers shall conform to the provisions of section
214~5.l.et seq. All temporary reflective channelizers shall conform to the provisions of section 214-
5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform
to the provisions of section 210-I .6 et seq. except that all temporary paint shall be rapid dry water
borne conforming to CALTRANS Specification No. 801 O-91 D-30. Warning and advisory signs, ‘lights
and devices installed or placed to provide traffic control, direction and/or warning shall be furnished,
installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that
remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-
existant conditions shall be removed from the travelled way and from the view of motorists in the
travelled way or shielded from the view of the travelling public during such periods that their
message does not pertain to existing conditions. Care shall be used in performing excavation for
signs in order to protect underground facilities. All excavation required to install stationary
construction area signs shall be performed by hand methods without the use of power equipment. -- Warning and advisory signs that are used only during working hours may be portable signs.
Portable signs.shall be removed from the travelled way and shielded from the view of the travelling
public during non-working hours. During the hours of darkness, as defined in Division 1, Section
-- 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the
Contractor, shall be in conformance with the provisions in section 206-7.2 et seq. If illuminated traffic wnes rather than post-type delineators are used during the hours of darkness, they shall be affixed
or covered with reflective wne sleeves as specified in CALTRANS “Standard Specifications”, except -- - the sleeves shall be 180 mm (7”) long. Personal vehicles of the Contractor’s employees shall not be
parked within the traveled way, including any section closed to public traffic. Whenever the
Contractor’s vehicles or equipment are parked on the shoulder within 1.8 m (6’) of a traffic lane, the -- shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper
in advance of the parked vehicles or equipment and along the edge of the pavement at 7.6 m (25’)
intervals to a point not less than 7.6 m (25’) past the last vehicle or piece of equipment. A minimum
of nine (9) wnes or portable delineators shall be used for the taper. A C23 (Road Work Ahead) or
C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a sign post or telescoping
flag tree with flags. The sign post or flag tree shall be placed where directed by the Engineer.
-.
Add the following section: 7-10.3.2 Maintaining Traffic. The Contractor’s personnel shall not work closer than 1.8 m (6’),
nor operate equipment within 0.6 m (2’) from any traffic lane occupied by traffic. For equipment the
0.6 m (2’) shall be measured from the closest approach of any part of the equipment as it is operated
and/or maneuvered in performing the work. This requirement may be waived when the Engineer
has given written authorization to the reduction in clearance that is specific to the time, duration and
location of such waiver, when such reduction is shown on the traffic control plans included in these
contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing
traffic control devices. As a condition of such waiver the Engineer may require the Contractor to
detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or
c- provide barriers.
During the entire construction, a minimum of two paved traffic lanes, not less than 3.6m (12’) wide,
shall be open for use by public traffic in each direction of travel.
P
1 -0 b 7117198 Contract No. 3588 Page 53 of 122 Pages
Add the following section:
7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing
traffic lanes or pedestrian walkways in accordance with the details shown on the plans, CALTRANS ‘Manual of Traffic Control”, 1996 edition and provisions under “Maintaining Traffic” elsewhere in
these Special Provisions. The provisions in this section will not relieve the Contractor from its
responsibility to provide such additional devices or take such measures as may be necessary to
maintain public safety.
When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the
traveled way, shall be removed from the traveled way and shoulder at the end work period. If the
Contractor so elects, said components may be stored at selected central locations, approved by the
Engineer, within the limits of the right-of-way.
Add the following section:
7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe
operations, traffic shall be controlled with lane closures, as provided for under “Traffic Control System for Lane Closure” of these Special Provisions or by use of an alternative traffic control plan
PrQpOSed by the Contractor and approved by the Engineer. The Contractor shall not start traffic
striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer’s written approval of said plan.
Add the following section:
7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished,
placed, maintained and removed in accordance with the minimum standards specified in Chapter 5
of the ‘Traftic Manual”, 1996 edition published by CALTRANS. Whenever the work causes
obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place
prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall
be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be
performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding.
Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material.
Temporary pavement delineation shall not be applied over existing pavement delineation or other
temporary pavement delineation. Temporary pavement delineation shall be maintained until
superseded or replaced with permanent pavement delineation.
Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new
traffic pattern for the area and is no longer required for the direction of public traffic. When
temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed.
Add the following section: 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan
Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the
project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor
shall have such new or modified TCP prepared and submitted as a part of the Work for any and all
construction activities that are located within the travelled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this
project that are not included in the project plans. The Contractor must submit the TCP for the
-0 b 7117198 Contract No. 3588 Page 54 of 122 Pages
e-
e-
c-
c-
--
Engineer’s review in conformance with the requirements of section 2-5.3, et seq. and obtain the
Engineer’s approval of the TCP priqr to implementing them. The minimum 20 day review period
specified in section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP,
new, modified or added to, for the Engineer’s review. New or revised TCP submittals shall include
all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in
sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of
features affecting the traffic control plan and the methodology proposed to transition to the
subsequent TCP phase. When the vertical alignment of the travelled surface differs from the
finished pavement elevation vertical curves must also be shown. Modifications, supplements and/or
new design of TCP shall meet the requirements of the Engineer and of the “MANUAL OF TRAFFIC CONTROLS”, 1996 Edition as published by the State of California Department of Transportation.
Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer
shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or
new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new
designs to the TCP when, in the Engineer’s sole opinion, such modifications, supplements, and/or
new designs to the TCP prepared by the registered professional engineer retained by the Contractor
will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or
new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such
modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of section 2-5.3 Shop
Drawings and Submittals.
-- - Add the following section:
7-10.3.7 Payment.
-- The Contractor shall prepare and implement traffic control plans and shall furnish all labor and
materials to perform, install, maintain, replace and remove all traffic control as incidentals to the work
with which they are associated and no other compensation will be allowed therefor.
-- Add the following section:
7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons
on, about, or adjacent to the premises where the work is being performed. The Contractor shall
erect and properly maintain at all times, as required by the conditions and progress of the work, all
necessary safeguards for the protection of workers and public, and shall use danger signs warning
against hazards created by such features of construction as protruding nails, hoists, well holes, and
falling materials.
c-
--
7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which
would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract.
--
vg 7117198 Contract No. 3588 Page 55 of 122 Pages
SECTION 9 - MEASUREMENT & PAYMENT
91.4 Units of Measurement, modify as follows: The system of measure for this contract shall be
the U.S. Standard Measures.
93 PAYMENT.
9-3.1 General. Delete the eighth paragraph and substitute the following: Guarantee periods
shall not be affected by any payment but shall commence on the date of rewrdation of the ‘Notice of
Completion”
9-3.2 Partial and Final Payment. Delete the second paragraph and substitute the following:
Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on
contract unit prices, completed change order work and as provided for in Section 9-2 of the
Standard Specifications (SSPWC). Progress payments shall be made no later than thirty (30)
calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the
Contractor’s information. Should the Contractor assert that additional payment is due, the
Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental
payment request to the Engineer with adequate justification supporting the amount of supplemental
payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon
as practicable after receipt, determine whether the supplemental payment request is a proper
payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven
(7) days after receipt. The returned request shall be accompanied by a document setting forth in
writing the reasons why the supplemental payment request was not proper. In conformance with
Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after
receipt of an undisputed and properly submitted supplemental payment request from the
Contractor. If payment of the undisputed supplemental payment request is not made within thirty
(30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent
to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure.
Delete the third paragraph and substitute the following: The Agency shall retain 10 percent of such
estimated value of the work done as part security for the fulfillment of the contract by the Contractor,
except that at any time after 50 percent of the work has been completed, if the Engineer finds that satisfactory progress is being made, the Agency may reduce the total amount being retained from
payment pursuant to the above requirements to 5 percent of the total estimated value of said work
and may also reduce the amount retained from any of the remaining partial payments to 5 percent of the estimated value of such work and materials. In addition, on any partial payment made after 95
percent of the work has been completed, the Agency may reduce the amount withheld from payment
pursuant to the requirements of this Section to such lesser amounts as the Engineer determines is
adequate security for the fulfillment of the balance of the work and other requirements of the
contract, but in no event will said amount be reduced to less than 125 percent of the estimated value
of the work yet to be completed as determined by the Engineer. Such reduction will only be made
upon the written request of the Contractor and shall be approved in writing by the surety on the Performance Bond and by the surety on the Payment Bond. The approval of the surety shall be
submitted to the Engineer; the signature of the person executing the approval for the surety shall be properly acknowledged and the power of attorney authorizing the person executing the approval to
give such consent must either accompany the document or be on file with the Agency.
-* b 7f17f98 Contract No. 3588 Page 58 of 122 Pages
Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment
Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the
contract bid item and change order item with quantities and payment amounts and shall show all
deductions made or to be made for prior payments and amounts to be deducted under provisions of
the contract. All prior estimates and progress payments shall be subject to correction in the Final
Payment Estimate.
The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make
written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its
position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all
contract bid items and change order items.
-- If the Contractor submits a written statement with documentation in the aforementioned time, the
Engineer will review the disputed item within 30 calendar days and make any appropriate
adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the
c- Engineer will be subject to resolution as specified in subsection 3-5, Disputed Work.
--
-- -
The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to
ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the
Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or
contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items.
9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed in
the written statement required in subsection 9-3.2 all claims of any dollar amount shall be submitted
in a written statement by the Contractor no later than the date of receipt of the final payment
estimate. Those final payment items disputed in the written statement required in subsection 9-3.2
shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be
considered that was not included in this written statement, nor will any claim be allowed for which
written notice or protest is required under any provision of this contract including sections 3-4
Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with
notice or protest requirements.
--
The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the
basis and amount of said claims. The Engineer will consider and determine the Contractor’s claims
and it will be the responsibility of the Contractor to furnish within a reasonable time such further
information and details as may be required by the Engineer to determine the facts or contentions
involved in its claims. Failure to submit such information and details will be sufficient cause for
denying the claims.
--
Payment for claims shall be processed within 30 calendar days of their resolution for those claims
approved by the Engineer. The Contractor shall proceed with informal dispute resolution under
subsection 3-5, Disputed Work, for those claims remaining in dispute.
,’ -
c-
Add the following section:
9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the will not be included in the progress estimate.
Contract No. 3588 Page 57 of 122 Pages
SUPPLEMENTAL PROVISIONS
TO
STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION
PART 2, CONSTRUCTION MATERIALS
SECTION 200 - ROCK MATERIALS
200-2 UNTREATED BASE MATERIALS
200-2.1 General. Add the following: Aggregate base shall be crushed aggregate base (Section
200-2.2) crushed slag base (Section 200-2.3). or crushed miscellaneous base (Section 200-2.4).
SECTION 2019 CONCRETE, MORTAR, AND RELATED MATERIALS
TABLE 201-l .1.2(A) Modify as follows:
TABLE 201-l .I .2(A) w
PORTLAND CEMENT CONCRETE
Type of Construction Concrete Class
All Concrete Used Within the Right-of-Way 330-C-23
(560-C-3250) (‘I
Trench Backfill Slurry 115-E-3 (190-E-400)
Street Light Foundations and Survey Monuments 330-C-23
(560-C-3250)
Traffic Signal Foundations 350-C-27
(590-C-3750)
Concreted-Rock Erosion Protection 310-c-17
Maximum
Slump mm (Inches) (2)
200 (8”)
100 (4”)
100 (4”)
per Table 300-l 1.3.1
Except as noted herein.
I (520~C-2500P) 1 .
(1) Except that concrete required to be of higher strength by Table 201-l .1.2(A) SSPWC shall be
as per Table 201-l. 1.2(A) SSPWC. (2) As per Table 201-l. 1.2(A) SSPWC.
(3) Portions of Table 201-1.1.2(A) of the Standard Specifications for Public Works Construction
not shown herein as changed are not affected by this table.
201-I .2.4 Admixtures. (e) Air-entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than l-112 percentage
points. The air content of freshly mixed concrete will be determined California Test Method No. 504.
SECTION 203 - BITUMINOUS MATERIALS
203-6 ASPHALT CONCRETE.
203-6.2 Materials. Add the following: Asphalt concrete shall be class C2-AR 4000 for surface course, and B-AR 4000 for base course.
b @s 7117198 Contract No. 3588 Page 58 of 122 Pages
F’
C
-
e-
r-
c-
c.
--
c-
-- -
-
--
c-
--
c.
--
-_
?-
c
P
203-6.6.1, Batch Plant Method, modify as follows: Third paragraph, last sentence, delete “and
from the Engineer’s field laboratory”. Last paragraph, add after D 2172: ‘method A or B.”
2038.7 Asphalt Concrete Storage. add the following: Open graded asphalt concrete stored in
excess of 2 hours, and any other asphalt concrete stored in excess of I8 hours, shall not be used in
the work.
SECTION 204 - LUMBER AND TREATMENT WITH PRESERVATIVES
TABLE 204-l .2(A) add the following:
TABLE 204-I .2(A)
USES GRADES
Headers for bituminous pavement up to 50 mm x construction grade Redwood or treated
100 mm (2”x4”) construction grade Douglas Fir
Headers for bituminous pavement larger than 50 number 1 grade Redwood, or treated number I
mm x 100 mm (2”x4”) grade Douglas Fir
SECTION 206 - MISCELLANEOUS METAL ITEMS
Add the following section:
206-7 TRAFFIC SIGNS.
Add the following section: 206-7.1 Permanent Traffic Signs Permanent traffic signs shall consist of all signs used for the
direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic upon the
completion of the Work.
Add the following section:
206-7.1.1 General. Materials, legend, proportion, size, and fabrication of all signs used for the
direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall conform to
the requirements of “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993”,
Sheets I through 5 that accompany “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993” of dimensions and details, dated April 1987, and “OPAQUE COLOR CHART”, dated
February 1980, all published by the State of California, Department of Transportation, Division of
Procurement Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 95819 and as modified herein. Where the “SPECIFICATION FOR REFLECTIVE SHEETING SIGNS,
October 1993” require the Contractor or supplier to notify the Department of Transportation or to
certify compliance to said SPECIFICATIONS, to provide a quality control program or to allow testing,
approval, observation of manufacturing or assembly operations by the State of California,
Department of Transportation and/or its employees or officials, such rights shall be vested in the
Engineer.
Add the following section: 206-7.1.2 Sign Identification. Modify the “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993” as follows: Sign identification shall be as per “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993”, except that the notation shall be “PROPERTY OF
THE CITY OF CARLSBAD”.
vg 7/l 7198 Contract No. 3588 Page 59 of 122 Pages
Add the following section:
206-7.1.3 Drawings. Modify the ‘Specifications For Reflective Sheeting Signs, October 1993” as
follows: Standard signs shall be as per the most recently approved ‘Approved Sign Specification
Sheets” of the State of California, Department of Transportation. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the “Notice to Proceed” of this contract, whichever is most recent.
Add the following section: 206-7.1.4 Reflective Sheeting. Modify the “Specifications For Reflective Sheeting Signs, October
1993” as follows: All warning signs and all regulatory signs, excepting only those hereinafter listed,
shall be fabricated with Type III encapsulated lens sheeting conforming to the requirements of this
specification. Signs listed below shall be fabricated with Type II encapsulated lens sheeting
conforming to the requirements of this specification. Regulatory signs which shall be fabricated with
Type II encapsulated lens sheeting are: R5; R24 through, and including, R32B; R47 through, and
including, R53C; R62A through, and including, R62D; R74 through, and including, R96C; and R99
through, and including, RI05A.
Add the following section:
206-7.1.5 Substrate. Modify the ‘Specifications For Reflective Sheeting Signs, October 1993” as follows: All permanent traffic signs used for the direction, warning, and regulation of vehicle
(including bicycle) and pedestrian traffic shall use aluminum substrate.
Add the following section:
206-7.1.6 Mounting traffic Signs. Traffic signs shall be installed as required by San Diego Regional Standard drawing M-45 or, when the sign area exceeds the maximum area allowed for on
that drawing, on wood posts in the same manner shown on the State of California, Department of
Transportation ‘Standard Plans” 1995 edition standard plans numbers RSI , RS2, RS3 and RS4 for
installation of roadside signs
Add the following section:
206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of all signs used for the
direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic during the
Contractors performance of the Work. Temporary traffic signs include both stationary and portable
signs.
Add the following section: 206-7.2.1 General. Materials, legend, proportion, size, and fabrication of all temporary traffic signs
used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic
shall conform to the requirements of ‘Specifications For Reflective Sheeting Signs, October 1993”,
Sheets 1 through 5 that accompany “Specifications For Reflective Sheeting Signs, October 1993” of
dimensions and details, dated April 1987, and “OPAQUE COLOR CHART”, dated February 1980, all
published by the State of California, Department of Transportation, Division of Procurement Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 95819 and as
modified herein. Where The “Specification For Reflective Sheeting Signs, October 1993” require the Contractor or supplier to notify the Department of Transportation or to certify compliance to said
“Specifications For Reflective Sheeting Signs, October 1993”, to provide a quality control program or
to allow testing, approval, observation of manufacturing or assembly operations by the State of California, Department of Transportation and/or its employees or officials, such rights shall be vested in the Engineer.
Contract No. 3588 .Page 60 of 122 Pages
c.
Add the following section:
206-7.2.2 Drawings.- Modify the ‘Specifications For Reflective Sheeting Signs, October 1993” as follows: Standard temporary traffic signs shall be as per the most recently approved “Approved
Sign Specification Sheets” of the State of California, Department of Transportation. The date of
approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the ‘Notice to Proceed” of this contract, whichever is most recent.
Add the following section:
206-7.2.3 Reflective Sheeting. Modify the “Specifications For Reflective Sheeting Signs, October 1993” as follows: All warning signs and all regulatory signs, excepting only those hereinafter listed,
shall be fabricated with Type III encapsulated lens sheeting conforming to the requirements of this
specification. Signs listed below shall be fabricated with Type II encapsulated lens sheeting
conforming to the requirements of this specification. Regulatory signs which shall be fabricated with
Type II encapsulated lens sheeting are: R5; R24 through, and including, R32B; R47 through, and
including, R53C; R62A through, and including, R62D; R74 through, and including, R96C; and R99
through, and including, RI 05A.
Add the following section:
*-
206-7.2.4 Substrate. Modify the “Specifications For Reflective Sheeting Signs, October 1993” as
follows: Excepting only construction warning signs used at a single location during daylight hours
for not more than five (5) consecutive days, all signs used for the direction, warning, and regulation
of vehicle (including bicycle) and pedestrian traffic shall be stationary mounted and shall use
aluminum substrate.
Add the following section:
206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary traffic
signs shall be installed on wood posts in the same manner shown on the State of California,
Department of Transportation ‘Standard Plans” 1995 edition standard plans numbers RSI, RS2,
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 at least
2.1 m (7’). c) Construction area sign posts may be installed on above ground temporary platform sign
supports as approved by the Engineer, or the signs may be installed on existing lighting standards or other supports as approved by the Engineer. When construction area signs
are installed on existing lighting standards, holes shall not be made in the standards to
support the sign.
d) The post embedment shall be 0.8-m (32”) if post holes are backfilled around the posts with
295-C-I 7 (500-C-2500) portland cement concrete.
e) When break-away sign posts (SDRS M-45) are used one post shall be provided for each
0.48 n? (5 ff)of sign area.
Post size and number of posts shall be as shown on the plans, except that when stationary mounted signs are installed and the type of sign installation is not shown on the plans, post size and the number of posts will be determined by the Engineer. Posts shall be good sound wood posts, suitable for the purpose intended. Sign panels for stationary mounted signs shall consist of Type IIIA reflective sheeting applied to a sign substrate. Sign panels shall conform to the requirements specified for aluminum signs in the “Specifications For Reflective Sheeting Signs, October 1993”.
‘3 7117198 Contract No. 3588 Page 61 of 122 Pages
Add the following section: 206-7.2.6 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of
a base, standard or framework and a sign panel. The units shall be capable of being delivered to the
site of use and placed in immediate operation. Sign panels for portable signs shall conform to the requirements of sign panels for stationary mounted signs in the “Specifications For Reflective
Sheeting Signs, October 1993, or shall be cotton drill fabric, flexible industrial nylon fabric, or other
approved fabric. Fabric signs shall not be used during the hours of darkness. Size, wlor, and leg- end requirements for portable signs shall be as described for stationary mounted sign panels in
section 206-7.2 of these Special Provisions. The height to the bottom of the sign panel above the
edge of traveled way shall be at least 0.3-m (12”). All parts of the sign standard or framework shall
be finished with 2 applications of an orange enamel which will match the wlor of the sign panel
background. Testing of paint will not be required.
Add the following section:
206-7.2.6 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or
overturned, from any cause, during the progress of the work, the Contractor shall immediately
replace the signs in their original locations. The Contractor shall maintain all temporary traffic signs
used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of being
marked by graffiti.
Add the following section:
206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS.
Add the following section:
206-6.1 General. This Section pertains to IO-gage and 12-gage cold-rolled steel perforated tubing
used for the support and stabilization of signs. All shapes shall have a galvanized finish and shall be
cold-roll-formed steel conforming to ASTM Designation A-446, Grade A. Galvanizing shall conform to
ASTM A-525, Designation G-90. Galvanizing shall be performed after all forming and punching
operations have been completed. Cold-rolled steel perforated tubing shall be perforated on all four
faces with I 1 mm (7/I 6”) holes on 25 mm (I “) centers.
Add the following section:
206-6.2 Tolerances. Wall thickness tolerance shall not exceed +0.28 mm, -0.13 mm (+O.Ol I”,
0.005”). Convexity and concavity measured in the center of the flat side shall not exceed a tolerance
of +0.25 mm (+O.OIO”) applied to the specific size determined at the corner. Straightness tolerance
variation shall not exceed 1.6 mm in I m (l/I 6 ” in 3’). Tolerance for corner radius is 4.0mm (5/32”), plus or minus 0.40 mm (1164”). Weld flash on comer-welded square tubing shall permit 3.60 mm
(g/64”) radius gage to be placed in the comer. Using IO-gage or 12-gage square tube, consecutive
size tubes shall telescope freely for 3.Im (10’). Tolerance on hole size is plus or minus 0.40 mm
(1164’) on a size. Tolerance on hole spacing is plus or minus 3.2 mm in 6.1 m (l/8” in 20’). In addition, for the following specific sizes of light gage steel tubing, dimensional tolerances shall not
exceed those listed in tables 206-8.2 (A) and 206-8.2(B).
** b 7117198 Contract No. 3588 Page 62 of 122 Pages
C
z-
c-
-.
--
-.
TABLE 206-6.2(A) LIGHT GAGE STEEL TUBING SIZE TOLERANCE
Nominal Outside Dimensions I Outside Tolerance forkll Sides at Comers
mm
25x25
32x32
(inches) I mm I finches)
I
$ fl xl) I . 0.005
I 0.006 -- __ _- (IV4 x I'/,) 0.15 -.---
38x38 (I ‘12 x I ‘I*) 0.15 0.006
44X44 fI% x 13/.l 0.20 0.008
51 x 51 (2 x 2) 0.20 0.008
56 x 56 (2’/,6 x 23/,,) 0.25 0.010
57x57 (2’1, x 2’/,) 0.25 0.010
64 x 64 (2’& x 2’/*) 0.25 0.010
51 x 76 (2 x 3) 0.25 0.010
TABLE 206-8.2(B)
LIGHT GAGE STEEL TUBING SQUAREliE& OF SIDES AND TWIST
Nominal Outside Dimension I Squareness”) 1 Twist Permissible in 900 mm (3”) mm
25x25 32 x 32
(Inches) mm. (Inchtan\ 1 mmt2) Ilnrrhec\i2) .
(1 XI) 0.15 1 o.or I (I-‘/, x I-‘/,) 0.18 I 0.
I. .--, . . . . # I .a .“a I””
-36 1.3 0.050
38x38 (l-G* x IJ1,)
-- .- - -007 1.3 0.050
0.20 0.009 I.3 0.050
44X44 (I-“/, x I-3/,) 0.25 0.010 I.6 0.062
51 x 51 (2 x 2) 0.30 0.012 I.6 0.062 -- ati i x 56 (2-3/,, x 2-3/,,) 0.36 0.014 1.6 0.062 57 x 57 (2-V, x 2-V,) 0.36 1.014 I.6 0.062 64x64 (2-l& x 2-V2) 0.38 0.015 I.9 0.075 iI x 76 I (2 x 3) I 0.46 1 0.018 J 1.9 1 0.075
(‘I
12)
Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed.
Twist is measured by holding down the edge of one end of a square tube on a surface plate
with the bottom side of the tube parallel to the surface plate, and noting the height that either
comer on the opposite end of the bottom side is above the surface plate.
Add the following section:
206-8.3 Fasteners. Fasteners used to assemble cold-rolled steel perforated tubing shall be steel “pull-through” electrogalvanized rivets with 9.5 mm (3/8”) diameter shank, 22 mm (7/8”) diameter
head, and a grip range of from 5 mm (0.200”) to 0.90 mm (0.356”). The fasteners shall conform to
ASTM B-633, Type Ill SCI.
SECTION 209 - ELECTRICAL COMPONENTS
209’ ELECTRICAL COMPONENTS. Modify as follows: Section 209, “Signals, Lighting and Traffic Electrical Systems”, herein, shall replace Section 209, “Electrical Components”, of the SSPWC in all
matters pertaining to the specifications for measurement, payment, warranty, and materials and
methods of construction for all elements of street lighting and traffic signals. For electrical components provided and installed in systems not including street lighting and traffic signals section
209 SSPWC is unmodified except as specified in sections other than section 209, ‘Signals, Lighting
and Electrical Systems”, herein. For section 209, “Signals, Lighting and Electrical Systems”, for all
elements of street lighting and traffic signals both construction materials and construction methods
have been combined into a single section.
vg 7/I 7198 Contract No. 3588 Page 63 of 122 Pages
SECTION 209 - SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS
209-l GENERAL
209-l .Ol Description. Signals, lighting and electrical systems work shall wnsist of furnishing and
installing, modifying or removing one or more traffic signals, traffic signal master controller assemblies and interconnection facilities, flashing beacon systems, lighting systems, sign illu-
mination systems, traftic monitoring stations, communication systems, electrical equipment in
structures, falsework lighting, provisions for future systems, or combinations thereof, all as shown on the plans, and as specified in these special provisions.
The locations of signals, beacons, standards, lighting fixtures, signs, controls, services and
appurtenances shown on the plans are approximate and the exact locations will be established by the Engineer in the field. All systems shall be complete and in operating condition at the time of
acceptance of the contract.
209-l .015 Deflnltions. The following definitions pertain only to Section 209, “Signals, Lighting and
Electrical Systems.”
Actuation.- The operation of any type of detector.
Burn-In Procedure. - The procedure by which each LED signal module is energized for a
minimum of 24 hours at operating voltage at a 100% duty cycle, and in an ambient temperature of
60°C (14OOF).
Candlepower Values. - Luminous intensity expressed in candelas (cd).
Channei.- A discrete information path.
Chromatic&y (Color). - The color of the light emitted by a signal module, specified as x-y
chromatic@ coordinates on the chromaticity diagram according to the 1931 Commission
lntemationale d’Eclairage standard observer and coordinate system. The measured chromaticity
coordinates shall fall within the limits specified in VTCSH Section 8.04 “Limits of Chromatic@
Coordinates.”
Controller Assembly.- The complete assembly for controlling the operation of a traffic signal or
other system, consisting of a controller unit, and all auxiliary equipment housed in a rainproof 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 a
percent of signal cycle time period.
Electrolier .- The complete assembly of lighting standard, luminaire, ballast and lamp. Flasher .- A device used to open and close signal circuits at a repetitive rate.
Flashing Beacon Control Assembly.- A complete electrical mechanism for operating a waning beacon or intersection control beacon.
Inductive Loop Vehicle Detector.- A detector capable of being actuated by the change of inductance caused by a vehicle passing over or standing over the loop. Integrating Photometer. - An instrument used in measuring the intensity of light that enables total luminous flux to be determined by a single measurement.
LED Light Source. - An individual light emitting diode. LED Signal Module. - A sealed circular ball or arrow that includes the lens and utilizes LED devices as the light source. An LED signal module may directly replace an existing traffic signal lamp and lens combination. Lighting Standard.- The pole and mast arm which support the luminaire. Luminaire .-The assembly which houses the light source and controls the light emitted from the light source.
‘r# 7/I 7198 Contract No. 3588 Page 64 of 122 Pages
-
--
-.
c-
Magnetic Vehicle Detector.- A detector capable of being actuated by the induced voltage caused
by the passage of a vehicle through the earth’s magnetic field.
Magnetometer Vehicle Detector.- A detector capable of being actuated by the magnetic
disturbance caused by the passage or presence of a vehicle.
Major Street.- The roadway approach or approaches at an intersection normally carrying the major
volume of vehicular traffic.
Minimum intensity. - In accordance with the values in Table 1 of the existing “Vehicle Traffic
Control Signal Heads”, hereinafter VTCSH standard, the minimum intensity values below which no LED signal modules will be released from the supplier.
Minor Street.- The roadway approach or approaches at an intersection normally carrying the minor
volume of vehicular traffic. Pedestrian Detector.- A detector, usually of the push button type, capable of being operated by
hand.
Plans. - For this Section (Section 209) plans shall include all documents listed in Section 2.5,
“Plans and Specifications”, et seq. as well as the “STANDARD PLANS”, 1995 edition as promulgated
by the State of California, Department of Transportation.
Power Consumption. - The rms electrical power (watts) consumed by an LED signal module
when operated at rated voltage.
Pre-timed Controller Assembiy.- A controller assembly for operating traffic signals in accordance
with a pre-determined cycle length.
Rated initial intensity. - The light intensity of a new LED signal module, operated at rated voltage,
measured after the bum-in procedure with an integrating photometer.
Rated Voltage. - The ac rms voltage at which light output performance and power consumption are specified (117 VAC at 60 Hz).
Signal Face.- That part of a signal head provided for controlling traffic in a single direction and
consisting of one or more signal sections.
Signal Head.- An assembly containing one or more signal faces.
Signal indication.- The illumination of a signal section or other device, or of a combination of
sections or other devices at the same time.
Signal Section.- A complete unit for providing a signal indication consisting of a housing, lens,
reflector, lamp receptacle and lamp.
Sun Phantom. - The effect of an outside light source entering the signal assembly and being
returned in such a manner as to present the appearance of the signal assembly being illuminated.
Traffic-Actuated Controller Assembiy.- A controller assembly for operating traffic signals in
accordance with the varying demands of traffic as registered with the controller unit by detectors. Traffic Phase .- The right of way, change and clearance intervals assigned to a traffic movement or
combination of movements. Vehicle .- Any motor vehicle normally licensed for highway use.
VTCSH Standard. - The definitions and practices described in “Vehicle Traffic Control Signal
Heads” published in the “Equipment and Materials Standards” of the Institute of Transportation
Engineers.
209-l .02 Regulations and Code. All electrical equipment shall conform to the standards of the National Electrical Manufacturers Association (NEMA), the Underwriters’ Laboratories Inc. (UL), the Electrical Testing Laboratories (ETL), the National Electrical Testing Association, Inc. (NETA), or the Electronic Industries Association (EIA), wherever applicable. In addition to the requirements of the plans, these special provisions, all materials and workmanship shall conform to the requirements of
the National Electrical Code 1996 edition, hereinafter referred to as the Code; California Code of Regulations, Title 6, Chapter 4, Subchapter 5, Electrical Safety Orders; Rules for Overhead Electrical Line Construction, General Order No. 95 of the Public Utilities Commission; Standards of the
American Society for Testing and Materials (ASTM); American National Standards Institute (ANSI);
and any local ordinances which may apply. Wherever reference is made to any of the standards
-* +c 7117198 Contract No. 3588 Page 65 of 122 Pages
mentioned above, the reference shall be construed to mean the code, order, or standard that is in effect on the day the Notice to Contractors for the work is dated.
209-1.03 Equipment List and Drawings. Unless otherwise permitted in writing by the Engineer,
the Contractor shall, within 15 days following award of the contract, submit to the Engineer for review
a list of equipment and materials which the Contractor proposes to install as specified in Section 2-
5.3, ‘Shop Drawings and Submittals.” The list shall be complete as to name of manufacturer, size
and identifying number of each item. The list shall be supplemented by such other data as may be
required, including schematic wiring diagrams and scale drawings of cabinets showing location and
spacing of shelves, terminal blocks and equipment, including dimensioning. All of the above data
shall be submitted, install as specified in Section 2-5.3, “Shop Drawings and Submittals”, for review.
Where electrical equipment is constructed as detailed on the plans, the submission of detailed drawings and diagrams will not be required.
The Contractor shall furnish 5 sets of controller cabinet schematic wiring diagrams made by (1) wet
blueprint, white background process using iron-sensitized paper, (2) the offset lithograph process, or (3) the electrostatic process. The diagrams shall show the location of the installation and shall list all
equipment installed in each controller cabinet. In addition, for each signal installation, the Contractor shall furnish an intersection sketch showing poles, detectors, field wire wnnection terminals and
phasing as shown on the plans. All schematic wiring diagrams of the controller units and auxiliary
equipment, all cabinet diagrams, and all operation manuals shall be submitted at the time the
controller assemblies are delivered for testing. The schematic wiring diagram shall show in detail all
circuits and parts. All parts shown thereon shall be identified by name or number and in such
manner as to be readily interpreted. All diagrams, plans and drawings shall be prepared using
graphic symbols shown in ANSI publication Y32.2, entitled “IEEE Standard and American National
Standard Graphic Symbols for Electrical and Electronic Diagrams.”
209-I .04 Warranties, Guaranties and instruction Sheets. Manufacturers’ warranties and
guaranties furnished for materials used in the work and instruction sheets and parts lists supplied
with materials shall be delivered to the Engineer prior to acceptance of the project.
209-I .05 Maintaining Existing and Temporary Electrical Systems. Existing electrical systems (traffic signal, street lighting, flashing beacon, traffic monitoring, sign illumination and other facilities),
or approved temporary replacements thereof, shall be kept in effective operation for the benefit of the
traveling public during the progress of the work, except when shutdown is permitted, to allow for
alterations or final removal of the systems. The traffic signal shutdowns shall be limited to normal
working hours. Lighting system shutdowns shall not interfere with the regular lighting schedule,
unless otherwise permitted by the Engineer. The Contractor shall notify the Engineer prior to performing any work on existing systems. The Contractor shall notify the local traffic enforcement
agency prior to any operational shutdown of a traffic signal.
The Contractor shall ascertain the exact location and depth of existing detectors, conduits, pull boxes
and other electrical facilities before using any tools or equipment that may damage those facilities or interfere with any electrical system. Where damage is caused by the Contractor’s operations, the
Contractor shall, at the Contractor’s expense, repair or replace damaged facilities promptly in accordance with these specifications. If any existing loop conductor, including the portion leading to
the detector hand hole or termination pull box, is damaged by the Contractor’s operations, the
Contractor shall immediately notify the Engineer. The affected detectors shall be replaced at the Contractor’s expense and as directed by the Engineer within 24 hours. If the Contractor fails to complete the repairs within this period, the repairs will be made by Agency forces at the Contractor’s
expense. Should the Contractor fail to perform the required repairs or replacements, the cost of
performing the repairs or replacements will be deducted from any moneys due or to become due the
Contractor.
Contract No. 3588 Page 66 of 122 Pages
Where roadways are to remain open to traffic and existing lighting systems are to be modified, the lighting systems shall remain in operation and the final &nnecti& to the modified circuit shall be
made so that the modified circuit will be in operation by nightfall of the same day. Temporary
electrical installations shall be kept in effective operation until the temporary installations are no
longer required for the traveling public. Removal of temporary installations shall conform to the
provisions in Section 209-7, “Removing, Reinstalling or Salvaging Electrical Equipment.” These provisions will not relieve the Contractor in any manner of the Contractor’s responsibilities as provided in Sections 4-1 .I, “General” and 4-l .2, “Protection of Work and Materials.”
During traffic signal system shutdown the Contractor shall place “STOP AHEAD” and “STOP” signs
to direct vehicle and pedestrian traffic through the intersection. All signal faces shall be covered
when the system is shut down overnight. Temporary “STOP AHEAD” and ‘STOP” signs shall be
either covered or removed when the system is turned on. “STOP AHEAD” and “STOP” signs shall
be furnished by the Contractor and shall conform to the provisions in Section 7-10.3, ‘Street
Closures, Detours, Barricades.” Minimum size of “STOP” signs shall be 750 mm (30”). One “STOP
AHEAD” sign and one “STOP” sign shall be placed for each direction of traffic. For two, or more,
lane approaches, two “STOP” signs shall be placed for each direction of traffic. Location of the signs shall be as directed by the Engineer.
2091.06 Scheduling of Work. No above ground work, except service equipment, shall be performed until the Contractor has all materials on hand to complete that particular signal location or
lighting circuit. Work shall be so scheduled that each traffic signal, lighting and sign illumination
system shall be completed and ready for operation prior to opening the corresponding section of the
roadway to traffic.
Traffic signals shall not be placed in operation for use by public traffic without the written approval of
the Engineer. The Contractor shall obtain the written approval of the Engineer no less than three
days prior to placing any traffic signal in operation. Traffic signals shall not be placed in operation for
use by public traffic without the energizing of street lighting at the intersection to be controlled if
street lighting exists or is being installed in conjunction with the traffic signals. Traffic signals shall not be placed in operation until the roadways to be controlled are open to public traffic, unless
otherwise directed by the Engineer. Lighting and traffic signals shall not be placed in operation,
including flashing operation, prior to commencement of the functional test period specified in Section
209-2.14, “Testing,” unless ordered otherwise by the Engineer.
Conductors shall not be pulled into conduit until pull boxes are set to grade, crushed rock sumps installed, mortar placed around conduit, concrete bottom of putI boxes placed, and metallic conduit
bonded.
The initial turn-on shall be made only between the hours of 9:00 a.m. and 2:00 p.m. and Tuesday through Thursday unless otherwise approved, in writing, by the Engineer. Prior to turn-on, all
equipment as shown on the plans shall be installed and operable including pedestrian signals, pedestrian push buttons, vehicle detectors, lighting, signs and pavement delineation. All louvers,
visors, and signal faces shall be directed to provide maximum visibility. Functional tests shall start
on any working day except Friday, or the day preceding a legal holiday.
209-l .07 Safety Precautions. Attention is directed to Section 7-10.4.1, “Safety Orders.” Before
starting work on existing series street lighting circuits, the Contractor shall obtain daily a safety circuit
clearance from the serving utility. By-pass switch plugs shall be pulled and “Men at Work” signs posted at switch boxes before any work is done.
e* b 7117190 Contract No. 3588 Page 87 of 122 Pages
209-2 MATERIALS AND INSTALLATION
209-2.01 Excavating and Backfilling. The excavations required for the installation of conduit,
foundations, and other appurtenances shall be performed in such a manner as to avoid any
unnecessary damage to streets, sidewalks, landscaping, and other improvements. The trenches
shall not be excavated wider than necessary for the proper installation of the electrical appurtenances and foundations. Excavation shall not be performed until immediately before
installation of conduit and other appurtenances. The material from the excavation shall be placed in
a position that will not cause damage or obstruction to vehicular and pedestrian traffic nor interfere with surface drainage.
Unless otherwise permitted in writing by the Engineer, all surplus excavated material shall be
removed and disposed of, within 48 hours, outside the public right of way in accordance with the
provisions in Sections 7-8.1, “Cleanup and Dust Control”, 300-1.3, “Removal and Disposal of
Materials” and 302-6, “Surplus Material”, depending on the origin and nature of the materials to be
removed and disposed.
The excavations shall be backfilled in conformance with the provisions in Sections 300-3.5,
“Structure Bactill” or 306-1.3, “Backfill and Densification,” depending on the nature of the structure
or conduit that the excavation being backfilled accommodates. Excavations after backfilling shall be
kept well filled and maintained in a smooth and well-drained condition until permanent repairs are
made. All excavations shall be filled, and sidewalks, pavement, and landscaping restored at each intersection prior to excavating at any other intersection, unless otherwise penitted by the Engineer.
Excavations in the street or highway shall be performed in such a manner that not more than one
traffic lane is restricted at any time, unless otherwise approved by the Engineer.
209-2.02 Removing and Replacing Improvements. In addition to the requirements of sections
7-9, “Protection and Restoration of Existing Improvements” and 306-1.5, “Trench Resurfacing” Improvements such as sidewalks, curbs, gutters, portland cement concrete and asphalt concrete
pavement, underlying material, lawns and plants, and any other improvements removed, broken or
damaged by the Contractors operations, shall be replaced or reconstructed with the same kind of
material as found on the work or with materials of equal quality. The new work shall be left in a serviceable condition.
Whenever a part of a square or slab of existing concrete sidewalk, curb, gutter, or driveway is broken
or damaged, the entire square, section or slab shall be removed and the concrete reconstructed as
above specified. The outline of all areas to be removed in portland cement concrete sidewalks and
driveways and in pavements shall be cut to a minimum depth of 50 mm (2”) with an abrasive type
saw prior to removing the sidewalk, driveways and pavement material. Cuts shall be neat and true
along score lines, with no shatter outside the removal area.
209-2.03 Foundations. Portland cement materials and construction methods shall conform to
Section 201, “Concrete, Mortar and Related concrete Materials,” for Materials and Section 303, “Concrete and Masonry Construction,” for construction methods. Concrete foundations shall rest on
firm ground.
Reinforced cast-in-drilled-hole concrete pile foundations for traffic signal and lighting standards shall
conform to the provisions in Section 205-3.3, “Cast-in-Place Concrete Piles,” except that material
resulting from drilling holes shall be disposed of as provided in Section 209-2.01, “Excavating and
Backfilling.” The exposed portions of the foundation shall be formed to present a neat appearance. Forms shall be true to line and grade. Tops of foundations for posts and standards, except special
foundations, shall be finished to curb or sidewalk grade or as directed by the Engineer. Forms shall
pg 7/l 7198 Contract No. 3588 Page 68 of 122 Pages
--
c-
Ic
--
be rigid and securely braced in place. Conduit ends and anchor bolts shall be placed in proper
position and to proper height, and shall be held in place by means of a template until the concrete
sets.
Anchor bars or studs and nuts, except for Type 30 and Type 31 lighting standards, shall conform to
ASTM Designation: A 307. Headed anchor bolts for foundations shall conform to the specifications
of ASTM Designation: A 307, Grade B with Sl supplementary requirements. At the option of the
Contractor, nonheaded anchor bolts for foundations shall conform either to the specifications of
ASTM Designation: A 307, Grade C or to the provisions in AASHTO Designation: M 314, Grade 36 or 55 with Sl supplementary requirements. When nonheaded anchor bolts conforming to the
specifications of ASTM Designation: A 307, Grade C are furnished, the end of each fabricated
anchor bolt shall be either coded by end stamping as required in ASTM Designation: A 307 or the
end that projects from the concrete shall be permanently coded with a green wlor by the
manufacturer. High strength anchor bolts, bars, or studs for Type 30 and Type 31 lighting standards
shall conform to ASTM Designation: A 325, A 325M or A 449 and shall comply with the mechanical requirements of ASTM Designation: A 325 or A 325M after galvanizing. Nuts and washers for high
strength anchor bolts shall conform to ASTM Designations: A 563 or A 563M, and F 476 or F 476M,
respectively. In addition to the requirements of ASTM Designation: A 449, studs shall be marked on
either end as required for bolt heads. All steel parts shall be galvanized in accordance with the
provisions in Section 21 O-3.6, “Galvanizing for Traffic Signal Facilities.”
The upper threaded portion of all anchor bolts shall be provided with 2 nuts and 2 washers each.
Anchor bars or studs shall be provided with 3 nuts and washers each. Welding shall not be
performed on any portion of the body of high-strength anchor bolts, anchor bars, or studs.
Plumbing of the standards shall be accomplished by adjusting the leveling nuts before placing mortar or before the foundation is finished to final grade. Shims, or other similar devices shall not be used
for plumbing or raking of posts, standards or pedestals.
Both forms and ground which will be in contact with the concrete shall be thoroughly moistened
before placing concrete. Forms shall not be removed until the concrete has thoroughly set.
Ordinary surface finish, as specified in Section 303-I .9.2, “Ordinary Surface Finish,” shall be applied
to exposed surfaces of concrete. Where obstructions prevent the construction of a planned foundation, the Contractor shall construct an effective foundation as directed by the Engineer. The
foundations shown on the plans shall be extended if conditions require additional depth, and the additional work, if ordered by the Engineer, will be paid for as extra work as provided in Section 3-2,
“Changes Initiated By The Agency.”
Unless otherwise specified or shown on the plans, foundations not to be reused shall be removed.
The resulting hole shall be backfilled with material equivalent to the surrounding material. Unless othennrise shown on the plans, all standards to be relocated shall be provided with new foundations
and anchor bolts of the proper type and size. Posts, poles, standards, pedestals, and cabinets shall
not be erected until the foundation has set at least 7 days, and shall be plumbed or raked, as
directed by the Engineer.
209-2.04 Standards, Steel Pedestals and Posts. Standards for traffic signals and lighting, and steel pedestals for cabinets and other similar equipment shall be located as shown on the plans.
Workmanship and finish shall be equal to the best general practice of metal fabrication shops. All welding shall conform- to AWS Dl.1, “Structural Welding Code,” and to the requirements in this
Section 209-2.04. All welds joining the shafts of the standards and mast arms to their base plates shall be as shown on the plans, however, alternative weld joint details may be approved by the Engineer. Approval of alternative weld joint details will be contingent upon the proposed weld joint
EC 3 7/l 7198 Contract No. 3588 Page 69 of 122 Pages
passing both weld procedure and nondestructive testing as deemed necessary by the Engineer. All costs of the supplemental testing shall be borne by the Contractor.
All standards except Type 1, and all signal mast arms, shall have an aluminum identification plate, as
noted on the plans, attached with stainless steel rivets or screws. Type 1 standards and steel pedestals for controller cabinets shall be constructed of 3 mm (.125’) or thicker galvanized steel; or
100 mm (4”) standard weight galvanized, steel pipe or Size 103, Type 1 conduit, with the top
designed for post-top slip-fitter. Standard weight galvanized, steel pipe shall conform to the
specifications of ASTM Designation: A 53. Materials and construction methods for all ferrous metal parts of standards, with shaft length of 4.6 m (15’) and longer, shall conform to the details shown on
the plans, the requirements of Sections 206, “Miscellaneous Metal items,” for Materials and Section
304, “Metals Fabrication and Construction,” for construction methods except as otherwise noted, and
the following requirements:
I) Except as otherwise specified, standards shall be fabricated from sheet steel of weldable grade
having a minimum yield strength, after fabrication, of 276 Mpa (40,000 psi). Certified test reports
which verify conformance to the minimum yield strength requirements shall be submitted to the
Engineer. The test reports may be the mill test reports for the as-received steel or, when the as- received steel has a lower yield strength than required, the Contractor shall provide supportive test
data which provides assurance that the Contractors method of cold forming will consistently increase the tensile properties of the steel to meet the specified minimum yield strength. The
supportive test data shall include tensile properties of the steel both before and after cold forming for
specific heats and thicknesses.
2) When a single-ply 8 mm (0.3125”) thick pole is specified, a 2-ply pole with equivalent section
modulus may be substituted. Standards may be fabricated of full-length sheets or shorter sections.
Each section shall be fabricated from not more than 2 pieces of sheet steel. Where 2 pieces are
used, the longitudinal welded seams shall be directly opposite one another. When the sections are butt-welded together, the longitudinal welded seams on adjacent sections shall be placed to form
continuous straight seams from,base to top of standard. 3) Butt-welded transverse joints shall be strengthened by inserting a metal sleeve at each joint. The
sleeve shall be 3 mm (0.120”) nominal thickness, or thicker, steel having the same chemical
composition as the steel in the standard. When the sections to be joined have different specified minimum yield strengths, the steel in the sleeve shall have the same chemical composition as the
higher minimum yield strength steel to be joined. The metal sleeve shall have a minimum length of
25 mm. The sleeve shall be centered at the joint and have the same taper as the standard with the
outside of the sleeve in full contact with the inside of the standard throughout the sleeve length and
circumference. All welds shall be continuous. The weld metal at the transverse joint shall extend to the sleeve, making the sleeve an integral part of the joint. Longitudinal welds in steel tubular sections will be tested in accordance with California Test 664. The sampling frequency shall be as
determined by the Engineer. The welds may be made by the electric resistance welding process. All exposed welds, except fillet and fatigue resistant welds and welds on top of mast arms, shall be
ground flush with the base metal.
4) All exposed edges of the plates which make up the base assembly shall be finished smooth and
all exposed comers of the plates shall be neatly rounded unless otherwise shown on the plans.
Shafts shall be provided with slip-fitter shaft caps. Standards shall be straight, with a permissive variation not to exceed 25 mm (I’) measured at the midpoint of a 9 m (30’) or 11 m (36’) standard
and not to exceed 20 mm (3/,U) 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 and
Type 36 standards.
5) All galvanized nuts, used on assemblies with a specified preload or torque, shall be lubricated in
accordance with the requirements specified for galvanized Grade DH nuts in ASTM Designation:
A 563 or A 563M.
6) Standards with an outside diameter of 300 mm (12’) or less shall be round. Standards with an
‘3 7/17/98 Contract No. 3588 Page 70 of 122 Pages
-.
-
_- -
-
-
rC
outside diameter greater than 300 mm (12”) shall be round or multisided. Multisided standards shall
have a minimum of 10 sides which shall be wnvex and shall have a minimum bend radius Of
100 mm (4”). 7) Mast arms for standards, shall be fabricated from material as specified for standards and shall
conform to the dimensions shown on the plans.
8) The cast steel option for slip bases shall be fabricated from material conforming to the requirements of ASTM Designation: A 27/A 27M, Grade 70-40. Other comparable material may be
used if written permission is given by the Engineer. The casting tolerances shall be in accordance
with the Steel Founder’s Society of America recommendations (green sand molding). One casting from each lot of 50 castings or less shall be subject to radiographic inspection, in accordance with
the provisions in ASTM Designation: E 94. The castings shall comply with the acceptance criteria
severity level 3 or better for all types and categories of diswntinuities as specified in ASTM Designations: E 186 and E 446. If the one casting fails to pass the inspection, 2 additional castings
shall be radiographed. Both of these castings shall pass the inspection or the entire lot of 50 will be
rejected. Material certifications consisting of physical and chemical properties, and radiographic
films of the castings shall be filed at the manufacturer’s office. These certifications and films shall be
available for inspection upon request. 9) High-strength bolts, nuts and flat washers used to connect slip base plates shall conform to ASTM
Designation: A 325 or A 325M and shall be galvanized as specified in Section 210-3.6, ‘Galvanizing
for Traffic Signal Facilities.”
10) Plate washers shall be fabricated by saw cutting and drilling steel plate conforming to AISI
Designation: 1018, and be galvanized as specified in Section 210-3.6, ‘Galvanizing for Traffic Signal Facilities.”
11) Prior to galvanizing, all burrs and sharp edges shall be removed and holes shall be chamfered sufficiently on each side to allow the bolt head to make full contact with the washer without tension
on the bolt.
12) High-strength cap screws shown on the plans for attaching mast arms to standards shall
conform to ASTM Designation: A 325, A 325M or ASTM Designation: A 449 and shall comply with
the mechanical requirements of ASTM Designation: A 325 or A 325M after galvanizing. The cap
screws shall be galvanized as specified in Section 210-3.6, ‘Galvanizing for Traffic Signal Facilities.”
The threads of the cap screws shall be coated with a lubricant which is clean and dry to the touch. 13) The galvanized faying surfaces of the connections between signal or lighting mast arms and
poles shall be free of surface imperfections, such as lumps, runs, and scum, which would prevent intimate, uniform contact between the faying surfaces.
14) Handholes in the base of standards shall conform to the details shown on the plans. All
handholes shall be provided with covers. 15) Changes in configuration of mast arms will be permitted, provided the mounting height and
stability are maintained. Fabricators electing to use larger than minimum arm diameters shall adjust
the details as required to permit solid seating of the cap screws. All arms shall be bent to the
approximate configuration shown on the plans. A smooth curving arm is required.
16) Pedestrian push button posts shall be constructed of 65 mm (2 ‘&“) standard pipe conforming to
the dimensions shown on the plans. Guard posts shall be constructed of 100 mm (4”) nominal
dimension galvanized standard pipe 1.7 m (66”) long. Posts shall be set 900 mm (3’) in a block of
portland cement concrete, as shown on the plans, and the pipe shall be filled with portland cement concrete. Push button posts and guard posts shall be pipe conforming to the specifications of ASTM Designation: A 53.
17) Slip bases shall be assembled and tightened when the pole is on the ground prior to erection.
The threads of the heavy hex nuts for the slip base bolts shall be coated with an additional lubricant
which is clean and dry to the touch. Each high strength slip base bolt shall be tightened to within 10 N-m (10 foot-pounds), plus or minus, of values in Table 209-2.04(A):
?3 7117198 Contract No. 3588 Page 71 of 122 Pages
TABLE 2099.04 (A)
HIGH STRENGTH SLIP BASE BOLT TORQUE VALUES
Standard Type Torque (Newton-meters) Torque Foot- Pounds
15-SB 200 150
30 200 150
31 275 200
36-20A 225 165
New hardware shall conform to the requirements for hardware used with new standards. New
standards, mast arms, posts and other ferrous materials shall be galvanized as provided in Section 21 O-3.6, ‘Galvanizing for Traffic Signal Facilities.”
209-2.05 Conduit. All conductors shall be run in conduit, except overhead and temporary
installations, and where conductors are run inside poles. Conduit shall be of the sizes shown on the plans and as specified in this Section 209-2.05. In addition, the Contractor may, as an option at the
Contractors expense, use conduit of a larger size than that shown or specified, provided the larger size is used for the entire length of the run from outlet to outlet. Reducing couplings will not be
permitted. New conduit shall not pass through foundations for standards.
209-2.05A Material. Conduit and conduit fittings shall be UL or ETL listed and shall conform to the
following: Type 1. Hot-dip galvanized rigid steel conduit conforming to the requirements in UL
Publication UL 6 for Rigid Metallic Conduit. The zinc coating will be tested in accordance with ASTM
Designation: A 239.
2) Type 2. Hot-dip galvanized rigid steel conduit conforming to Type 1 above and coated with
polyvinyl chloride or polyethylene. The exterior thermoplastic coating shall have a minimum
thickness of 0.9 mm (35 mils). 3) Type 3. Rigid non-metallic conduit conforming to the requirements in the UL Standard for Rigid
Non-Metallic Conduit (Publication UL 651). Type 3 conduit shall be installed at ail underground locations.
4) Type 4. Liquid tight flexible metal conduit shall consist of conduit with a liquid tight, non-metallic,
sunlight-resistant jacket over an inner flexible metal core. Type 4 conduit shall be UL listed for use
as the grounding conductor.
5) Type 5. Intermediate steel conduit (IMC) conforming to the requirements in UL Publication 1242
for Intermediate Metallic Conduit. Type 5 conduit shall only be used when specified.
Bonding bushings to be installed on metal conduit shall be insulated and shall be the galvanized or
zinc alloy type. All conduit installed underground shall be Type 3, rigid non-metallic conduit. Type 3
conduit shall be installed at underground locations only.
209-2.05B Use. Unless otherwise indicated, the minimum metric trade size of conduit shall be:
1) From an electrolier to the adjacent pull box shall be Size 41 (I’&” dia). 2) From a pedestrian push button post to the adjacent pull box shall be Size 27 (1” dia).
3) From a signal standard to the adjacent pull box shall be Size 53 (2” dia). 4) From a controller cabinet to the adjacent pull box shall be Size 78 (3” dia).
5) For detector runs shall be Size 41 (I’&” dia).
6) Not otherwise specified shall be Size 41 (I’&” dia).
-* % 7/17/98 Contract No. 3588 Page 72 of 122 Pages
209,2.05C Installation. Conduit shall be installed in conformance with the codes and regulations listed in Section 209-1.02, “Regulations and Code.” Conduit runs shown on the plans may be
changed to avoid underground obstructions with written approval by the Engineer. The ends of all
conduits, whether shop or field cut, shall be reamed to remove burrs and rough edges. Cuts shall be
made square and true. Slip joints or running threads will not be permitted for coupling conduit.
When a standard coupling cannot be used for coupling metal type conduit, a UL or ETL listed
threaded union coupling shall be used. All couplings for metal type conduit shall be tightened to
provide a good electrical connection throughout the entire length of the conduit run. Conduit shall be tightened into couplings or fittings using strap wrenches or approved groove joint pliers. Conduit threads and damaged surfaces on metal conduit shall be painted with 2 applications of approved unthinned zinc-rich primer (organic vehicle type) conforming to the requirements in Section 210-3.6,
“Galvanizing for Traffic Signal Facilities.” Aerosol cans shall not be used.
The ends of conduit shall be threaded and shall be capped with standard pipe caps or “pennies” to
protect the raceway against dirt and concrete until wiring is started. When caps -or “pennies” are
removed, the ends of conduit and conduit fittings shall be provided with conduit bushings. Conduit
terminating in pull boxes or foundations shall be provided with insulated bonding bushings.
Conduit bends, except factory bends, shall have a radius of not less than 6 times the inside diameter
of the conduit. Where factory bends are not used, conduit shall be bent, without crimping or
flattening, using the longest radius practicable.
A No. 12 copper pull .wire or a pull rope shall be installed in all conduits which are to receive future
conductors. The pull rope shall be nylon or polypropylene with a minimum tensile strength of 2225 N (500 pounds). At least 0.6 m (2‘) of pull wire or rope shall be doubled back into the conduit at each
termination. Existing underground conduit to be incorporated into a new system shall be cleaned
with a mandrel or cylindrical wire brush and blown out with compressed air.
Conduit shall be laid to a depth of not less than 460 mm (18’) below grade in portland cement
concrete sidewalk areas and curbed paved median areas, and not less than 750 mm (30”) below finished grade in all other areas. Conduit may be laid on top of the existing pavement within new curbed medians being constructed on top of the existing pavement. Conduit couplings shall be
located at least 150 mm (6”) from face of foundation.
Unless “Trenching In Pavement Method” is specifically allowed or required on the plans or in these
special provisions, conduit shall be oiaced under existina pavement bv iackina or drilling
methods. Pavement shall not be disturbed without permission from the Engineer. In the event
obstructions are encountered, upon approval of the Engineer, small holes may be cut in the
pavement to locate or remove obstructions. Jacking or drilling pits shall be kept 0.6 m (2‘) clear of
the edge of any type of pavement wherever possible. Excessive use of water, such that pavement
might be undermined or subgrade softened, will not be permitted. Conduit to be placed as part of
the completed work shall not be used for drilling or jacking. When “Trenching in Pavement Method”
is specifically allowed or required on the plans or in these special provisions, installation of conduit
under pavement shall conform to SDRS Dwg. No. GS-24.
Prior to spreading asphalt concrete, paint binder (tack coat) shall be applied as specified in Section
3025.4, “Tack Coat.” Spreading and compacting of asphalt concrete shall be performed by any
method which will produce an asphalt concrete surfacing of uniform smoothness, texture, and density.
-* b 7/17/98 Contract No. 3588 Page 73 of 122 Pages
All excavated areas in the pavement shall be backfilled, except for the top 30 mm (O.lO’), by the end of each work period. The top 30 mm (0.10’) shall be placed within 3 calendar days after trenching.
Conduit to be placed beneath railroad tracks shall comply with the following:
1) The conduit shall be Size 41 (l’/,” dia.) minimum, and shall be placed to a minimum depth of 900 mm (3’) below bottom of tie. The near side of each conduit jacking pit shall be constructed not less
than 4 m (12’) from the centerline of track. When the jacking pit. is to be left overnight, it shall be
covered with substantial planking.
2) Conduit terminating in standards or pedestals shall extend not more than 50 mm (2’) vertically
above the foundation and shall be sloped towards the handhole opening.
3) Conduit entering through the side of non-metallic pull boxes shall terminate not more than 50 mm
(2”) inside the box wall and not less than 50 mm (2’) above the bottom, and shall be sloped toward
top of box to facilitate pulling of conductors. Conduit entering through the bottom of a pull box shall
terminate 50 mm (2”) above the bottom and shall be located near the end walls to leave the major portion of the box clear.
4) At all outlets, conduits shall enter from the direction of the run.
209-2.06 Pull Boxes. Pull boxes shall be installed at the locations shown on the plans or as
specified. The Contractor may, as an option, at the Contractor’s expense, use pull boxes of a larger
standard size than that shown or specified.
209-2.06A Materials. Pull boxes, wvers and extensions for installation in the ground or in
sidewalk areas shall be of the sizes and details shown on the plans and shall be precast of
reinforced portland cement concrete (PCC). Covers shall be secured with 9 mm &“) bolts, cap
screws, or studs, and nuts which shall be of brass, stainless steel or other non-corroding metal
material. Stainless steel holddown bolts, cap screws or studs, and nuts and washers shall have a
chromium content of not less than 18 percent and a nickel content of not less than 8 percent.
All ferrous metal parts shall be galvanized in accordance with the provisions in Section 210-3.6, “Galvanizing for Traffic Signal Facilities.”
209-2.068 Cover Marking. Covers for pull boxes, except wvers for ceiling pull boxes, shall be
marked as shown on the plans. Marking shall be clearly defined and uniform in depth and may be placed parallel to either the long or short sides of the cover. Marking letters shall be between 25 mm (1”) and 75 mm (3“) high. Marking shall be applied to each steel or cast iron cover prior to galvanizing by one of the following methods:
(a) Cast iron strips, at least 6 mm (‘lqy) thick, with the letters raised a minimum of 1.5 mm (‘/,,“). Strips shall be fastened to covers with 6 mm (‘/,“) 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 (‘/‘6y)
above the surrounding surface of the strips. Strips shall be fastened to covers by spot welding, tack welding or brazing, with 6 mm (‘/,“) stainless steel rivets, or with 6 mm (‘/,“) roundhead stainless
steel machine bolts and nuts. Bolts shall be peened after tightening.
(c) Bead welding the letters on the covers. The letters shall be raised at least 2 mm &“).
209-2.066 installation and Use. Pull boxes shall be installed at the locations shown on the plans and, in conduit runs exceeding 60 m(200’), shall be spaced at not over 60 m (200’) intervals. The Contractor may, at the Contractors expense, install additional pull boxes to facilitate the work. The
bottoms of pull boxes installed in the ground or in sidewalk areas, shall be bedded in crushed rock as shown on the plans and shall be grouted prior to the installation of conductors. The grout shall be between 13 mm (1/2y) and 25 mm (I’) thick and shall be sloped toward the drain hole. A layer of
roofing paper shall be placed between the grout and the crushed rock sump. A 25 mm (1’) drain
hole shall be provided in the center of the pull box through the grout and the roofing paper.
?3 7/17/98 Contract No. 3588 Page 74 of 122 Pages
c-
. .
c-
P
209-2.08 Conductors. Conductors shall be copper of the gage shown on the plans, unless
specified otherwise. Copper wire shall conform to the specifications of ASTM Designations: B 3 and B a.
Wire sizes, other than conductors used in loop detector lead-in cable, shall be based on American
Wire Gage (AWG), except that conductor diameter shall be not less than 98 percent of the specified
AWG diameter. Conductors for branch circuits shall be sized to prevent a voltage drop exceeding 3 percent at the furthest connected load, while drawing the combination of all connected loads capable
of simultaneous operation. The maximum voltage drop for both feeders and branch circuits shall not exceed 5 percent at the furthest connected load, while drawing the combination of all connected
loads capable of simultaneous operation. Conductors used in loop detector lead-in cable shall
conform to the specifications of ASTM Designation: B 286. A Certificate of Compliance conforming
to the provisions in Section 4-1.5, “Certification,” shall be submitted by the manufacturer with each
type of cable to be used on a project.
209-2.08A Conductor identification. All single conductors in cables, except detector lead-in
cables, shall have clear, distinctive and permanent markings on the outer surface throughout the
entire length showing the manufacturers name or trademark, insulation type letter designation,
conductor size, voltage rating and the number of conductors if a cable. Conductor insulation shall be
of a solid color or of basic wlors with a permanent wlored stripe as detailed in the following table unless otherwise specified. Solid or basic wlors shall be homogeneous through the full depth of
insulation. Identification stripes shall be continuous over the entire length of the conductor. For
conductor sizes No. 2 and larger, the insulation may be black and the ends of the conductors shall
be taped with electrical insulating tape of the required wlor for a minimum of 500 mm (20”). All single
conductors in cables shall be marked as shown in Table 209-2.08A (A):
-0 %C 7ti7t98 Contract No. 3588 Page 75 of 122 Pages
TABLE 209-2.08A (A)
Circuit
Vehicle Signals (Note 4)
CONDUCTORS
Identification Insulation Colors
stripe Signal Phase or Function Base (Note 1) Ba;;?r6ys MinS$m
(Note 11)
4:: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Red, Yellow, Brown Black 2,6 . . . . . . . . . . . . . . . . . . . . Red, Yellow, Brown Ofo;e 4,8 . . . . . . . . . . . . . . . . . . . . :t . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
3:; . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Red, Yellow. Brown 1,5 . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Red, Yellow, Brown Purple 3.7 . . . . . . . . . . . . . . . . . . . . ::
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ...*..... . . . . . . . . . . . . . . . .
Control
rounded-Line 2 . . . . . . . . . . rounded between Flasher
Grounded 8 Common
Interconnect
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Notes: 1. On overlaps, insulation is striped for first phase in designation, for example, a phase (2+3) conductor is striped as for phase 2. 2. Band for overlap and special phases as required. 3. Flashing beacons having separate service do not require banding. 4. These requirements do not apply to signal cable. 5. ‘s” if circuit is switched on line side of service equipment by utility. 6. Band conductors in each pull box and near ends of termination points. On signal light circuits, a single band may be placed around 2 or 3 ungrounded conductors comprising a phase. 7. Ungrounded conductors between service switch and flasher mechanism shall be black and banded as indicated in this column. 8. ~a;~ctors between ballasts and sign lighting lamps shall be No. 16 and color shall correspond to that of the ballast
9. Both conductors between external H.I.D. ballast and lamp socket shall be black. 10. Black acceptable for size No. 2 and larger. Tape ends for 500 mm (20’) with indicated color. 11. ~~d;~~mlisted are minimums. Ampacity requirements of specific circuits or voltage drop may necessitate larger
?3 7ti7t98 Contract No. 3588 Page 76 of 122 Pages
.
-
-
c_
209-2.088 Multiple Circuit Conductors. Conductors for multiple circuits shall be UL or ETL
listed and rated for 600-volt operation. The insulation for No. 14 through No. 4 conductors shall be
one of the following: 1) Type TW polyvinyl chloride conforming to the requirements of ASTM Designation: D 2219.
2) Type THW polyvinyl chloride.
3) Type USE, Type RHH or Type RHW cross-linked polyethylene.
At any point, the minimum thickness of any Type TW, THW, USE, RHH or RHW insulation shall be
1 .O mm (40 mils) for conductor sizes No. 14 to No. 10, inclusive, and 1.3 mm (54 mils) for No. 8 to
No. ‘2, inclusive. The insulation for No. 2 and larger conductors shall be one of the types listed above
or shall be Type THWN. Conductors for wiring wall luminaires shall be stranded copper, with insulation rated for use at temperatures up to 125°C. Overhead lighting conductors shall be No. 8,
or larger, medium hard drawn copper with weatherproof covering.
209-2.086 Series Circuit Conductors. Conductors for series circuits shall be No. 8, shall be
rated for 5000~volt operation and shall be insulated with 3.7 mm (150 mils) minimum thickness
polyvinyl chloride compound conforming to the specifications of ASTM Designation: D 2219, or
polyethylene conforming to the specifications of ASTM Designation: D 1351.
209-2.08D Signal Cable. Sianal cable shall be installed. Individual conductors are not allowed. Signal cable shall conform to the following: The cable jacket shall be black polyethylene with an inner
polyester binder sheath, and shall be rated for 600- volt and 75’C. All cables shall have clear, distinctive, and permanent markings on the outer surface throughout the entire length of the cable
showing the manufacturer’s name or trademark, insulation designation, number of conductors, conductor sizes, and the voltage rating of the jacket. Filler material, if used, shall be polyethylene
material. Individual conductors in the cable shall be solid copper with Type THWN insulation, and shall conform to the requirements in Section 209-2.08, ‘Conductors,” and ASTM Designation: B 286.
The minimum thickness of Type THWN insulation, at any point, shall be 0.3 mm ( 13 mils) for
conductor sizes No. 14 and No. 12, and 0.4 mm (18 mils) for conductor size No. 10. The minimum
thickness of the nylon jacket shall be 0.1 mm (4 mils) at any point.
Three-Conductor Cable (3CSC). The 3-conductor signal cable shall consist of three No. 14
conductors. The cable jacket shall have a minimum average thickness of 1 .l mm (45 mils) and a minimum thickness at any point of 0.9 mm (36 mils). The nominal outside diameter of the cable shall
not exceed 10 mm (0.10”). The color code of the conductors shall be blue/black stripe, blue/orange stripe, and white/black stripe. The 3 conductor cable shall be used for pedestrian push buttons and a spare.
FiveConductor Cable (SCSC). The 5-conductor signal cable shall consist of five No. 14 conductors. The cable jacket shall have a minimum average thickness of 1.1 mm (45 mils) and shall have a minimum thickness at any point of 0.9 mm (38 mils). The nominal outside diameter of the
cable shall not exceed 13 mm (0.50”). The color code of the conductors shall be red, yellow, brown,
black, and white.
Nine-Conductor Cable (SCSC). The g-conductor cable shall consist of eight No. 14 conductors and
one No. 12 conductor. The cable jacket shall have a minimum average thickness of .5 mm (60 mils) and shall have a minimum thickness at any point of 1.2 mm (48 mils). The nominal outside diameter
of the cable shall not exceed 17 mm (0.70”). The color code for the No. 12 conductor shall be white.
The wlor code for the No. 14 conductors shall be as Table 209-2.08D(A):
Contract No. 3588 Page 77 of 122 Pages
red
yellow
brown
red/black stripe
TABLE 209.2.08D(A)
NINE-CONDUCTOR CABLE SIGNAL CABLE
Insulation Colors
yellow/black stripe
brown/black stripe
black
white/black stripe
Twelve-Conductor Cable (IZCSC). The 12-conductor signal cable shall consist of eleven No. 14
conductors and one No. 12 conductor. The cable jacket shall have a minimum average thickness of
1.5 mm (60 mils) and shall have a minimum thickness at any point of 1.2 mm (48 mils). The nominal
outside diameter of the cable shall not exceed 17 mm (0.70”). The wlor code for the No. 12
conductor shall be white. The wlor code and functional connections for the No. 14 conductors shall
be as Table 209-2.08D(B), unless otherwise approved by the Engineer:
TABLE 20%2.08D(B) TWELVE -CONDUCTOR CABLE SIGNAL CABLE
The 12-conductor cable shall be used for vehicle signals, pedestrian signals, spares and the signal
common.
Twenty Eight-Conductor Cable (28CSC). The 28-conductor signal cable shall consist of 27 No. 14 conductors and one No. 10 conductor. The cable jacket shall have a minimum average thickness of 2 mm (80 mils) and shall have a minimum thickness at any point of 1.6 mm (64 mils). The nominal
outside diameter of the cable shall not exceed 23 mm (0.90”). The color code for the No. 10
conductor shall be white. The color code and functional connections for the No. 14 conductors shall
be as Table 209-2.08D(C)
-* b 7117198 Contract No. 3588 Page 78 of 122 Pages
-
-
-
--
TABLE 209-2.08D(C)
1) The signal commons in each 28-conductor cable shall be kept separate except at the signal
controller. 2) Each 28-conductor cable shall be labeled in each pull box ‘Cl” or “CT,.
3) The cable identified “Cl” shall be used for signal Phases 1, 2, 3 and 4. The cable identified
‘C2” shall be used for signal Phases 5,6,7 and 8.
4) Each signal cable, except 28-conductor, shall be marked, in each pull box, showing the signal
standard to which it is connected.
20902.08E Signal Interconnect Cable (SIC). Signal Interconnect Cable shall consist of six or twelve No. 20, minimum, stranded tinned copper conductors as shown on the plans or required herein. Each conductor shall be insulated with 0.33 mm (0.013’), minimum nominal thickness, wlor
coded, polypropylene material. Conductors shall be in twisted pairs. Color coding shall distinguish
each pair. Each pair shall be wrapped with an aluminum polyester shield and shall have a No. 22 or larger, stranded, tinned copper drain wire inside the shielded pair. The cable jacket shall be black, high density polyethylene, rated for a minimum of 300- volts and 8O”C, and shall have a nominal wall
thickness of 1.0 mm (40 mils), minimum. The cable jacket or the moisture-resistant tape directly
under the outer jacket shall be marked with the manufacturer’s name, insulation type designation,
number of conductors and conductor size, and voltage and temperature ratings. Splices shall be
made only where shown on the plans or in controller cabinets. A minimum of one meter (3’) of slack
** + 7/17/98 Contract No. 3588 Page 79 of 122 Pages
shall be provided at each splice and 2 m (6’) at each controller cabinet. Splices of conductors shall
be insulated with heat-shrink tubing of the appropriate size and shall overlap the conductor insulation
at least 15 mm (0.5”). The overall cable splice shall be covered with heat-shrink tubing, with at least
40 mm (l1/2y) of overlap of the cable jacket.
209-2.09 Wiring. All conductors shall be run in conduit, except overhead and temporary
installations and where conductors are run inside poles. Wiring shall be done in conformance with
the regulations and code listed in Section 209-1.02, “Regulations and Code,” and the following
additional requirements:
209-2.09A Circuitry. Sufficient traffic signal light conductors shall be provided to perform the
functional operation of the signal and, in addition thereto, 3 spare conductors shall be provided in all
conduits containing traffic signal light conductors, unless shown othewise on the plans. Traffic signal light conductors shall not run to a terminal block on a standard unless they are to be
connected to a signal head that is mounted thereon. Connection to each terminal of a pedestrian
push button shall be by a single conductor. The wmmon for pedestrian push button circuits shall be
separate from the traffic signal light circuit grounded conductors. Where ballasts or transformers are
used, series conductors shall be run from ballast to ballast, transformer to transformer, and from
ballast or transformer to service.
209-2.09B Installation. A UL or ETL listed inert lubricant shall be used in placing conductors in
conduit. Conductors shall be pulled into conduit by hand and the use of winches or other power actuated pulling equipment will not be permitted. When new conductors are to be added to existing
conductors in a conduit, all conductors shall be removed; the conduit shall be cleaned as provided in
Section 209-2.05C, “Installation”; and both old and new conductors shall be pulled into the conduit as
a unit. Where traffic signal light conductors are run in lighting standards containing street lighting
conductors from a different service point, either the traffic signal light conductors or the lighting
conductors shall be encased in flexible or rigid metal conduit, to a point where the 2 types of
conductors are no longer in the same raceway. Temporary conductors less than 3 m (10‘) above grade shall be enclosed in flexible or rigid metal conduit.
At least 0.3 m (1 ‘) of slack shall be left for each conductor at each signal or lighting standard, or
combined standard, and at least one meter (3’) of slack at each pull box. At least one meter (3’) of
slack shall be left for each conductor at each splice. Ends of spare conductors or conductors terminated in pull boxes shall be taped to provide a watertight seal.
Conductors within fixtures or service cabinets shall be neatly arranged and shall be cabled together
with self-clinching nylon cable ties, or other method approved by the Engineer. Traffic signal light
conductors, interconnect conductors, service conductors, detector conductors and cables in
controller cabinets and flashing beacon cabinets shall be neatly arranged, and shall be cabled
together with self-clinching nylon cable ties, or enclosed in plastic tubing or raceway.
Conductor identification shall be provided under the following conditions:
1) Where signal phase or circuit are not clearly indicated by conductor insulation wlor and stripe as detailed in the conductor table in Section 209-2.08, “Conductors,” or when identification stripes
are not available, marking shall be as detailed in the conductor table for special and overlap
phases. 2) Where metered and unmetered conductors occupy the same pull box, the unmetered circuit conductors shall be identified, ‘UNMETERED-STREET LTG,” ‘UNMETERED-COUNT STATION,”
or as appropriate to describe the unmetered circuit.
-0 % 7117198 Contract No. 3588 Page 80 of 122 Pages
C
-
-
Conductors shall be permanently identified as to function. Identification shall be placed on each
conductor, or each group of conductors comprising a signal phase, in each pull box and near the end
of terminated conductors. Identification shall be by direct labeling, tags or bands fastened to the
conductors in such a manner that they will not move along the conductors. Labeling shall be by mechanical methods.
209-2.09C Connectors and Terminals. Conductors shall be joined by the use of UL or ETL listed
crimp type connectors as shown on the plans. Connectors and terminals shall be applied with the
proper type tool as recommended by the manufacturer of the connector or terminal being used.
Finished connections and terminals shall comply with the requirements of Military Specification MIL- T-7928. All stranded conductors smaller than No. 14 shall be terminated in crimp style terminal lugs.
All connectors and terminal lugs for conductor sizes No. 8 and smaller shall be soldered by the hot
iron, pouring or dipping method. Open flame soldering will not be permitted.
209.2.09D Splicing and Terminations. Unless specified otherwise or permitted by the Engineer,
splices shall conform to the details shown on the plans and will be permitted only in the following types of circuits at the following locations:
1) Grounded conductors in pull boxes.
2) Pedestrian push button conductors in pull boxes.
3) Multiple or series lighting conductors in the pull box adjacent to each electrolier or luminaire
location or in the bases of Type 21 standards. Where electroliers are more than 120 m (400’) apart, splices will be permitted in pull boxes at 120 m (400’), or greater, intervals.
4) When traffic signals are being modified, ungrounded traffic signal light conductors may be spliced in pull boxes at locations shown on the plans.
5) Ungrounded traffic signal light conductors to a terminal compartment or signal head on a
standard may be spliced to through conductors of the same phase in the pull box adjacent to the
standard.
6) All splices and terminal lugs for conductor sizes No. 8 and smaller shall be soldered by the hot
iron, pouring or dipping method. Open flame soldering will not be permitted.
209-2.09E Splice Insulation. All splices shall be capable of satisfactory operation under
continuous submersion in water. Multi-conductor cables shall be spliced and insulated to provide a
watertight joint and to prevent absorption of moisture by the cable.
Where more than one conductor enters the sleeve of a ballast installed in a pull box, the insulation
and taping shall be applied between the conductors in such a manner as to provide a watertight joint.
Splice insulation shall conform to the details shown on the plans.
Low-voltage tape shall be UL or ETL listed and shall be the following types:
1) Self-fusing, oil and flame-resistant, synthetic rubber.
2) Pressure-sensitive, adhesive, polyvinyl chloride, 0.15 mm (0.007) minimum thickness.
Tape for insulating splices in high-voltage (over 600 V) circuits shall be designed for use on 5-kvolt
circuits and shall be resistant to ozone, wrona and water. Insulating pad shall be composed of a laminate of 2 mm (0.085”) thickness of electrical grade polyvinyl chloride and a 3 mm (0.125”)
thickness of butyl splicing compound with removable liner. . Heat-shrink tubing shall be medium or heavy wall thickness, irradiated polyolefin tubing containing an adhesive mastic inner wall. Minimum wall thickness prior to contraction shall be one millimeter (39 mils). When heated, the inner wall shall
melt and fill all crevices and interstices of the object being covered while the outer wall shrinks to
form a waterproof insulation. Each end of the heat-shrink tube or the open end of the end cap of
heat-shrink tubing shall, after contraction, overlap the conductor insulation at least 38 mm (1%“).
‘3 7117198 Contract No. 3588 Page 81 of 122 Pages
Heat-shrink tubing shall conform to the requirements of UL Standard 468D and ANSI Cl 19.1, for
extruded insulated tubing at 600-V. All heat-shrink tubing shall also meet the requirements of Table 209-2.09E(A):
Property
Shrinkage Ratio
Dielectric Strength
Resistivity
Tensile Strength
Operating Temperature
Water Absorption
TABLE 209-2.09E(A)
HEAT-SHRINK TUBING
Requirement
33 percent, maximum, of supplied diameter when heated to 125°C and
allowed to cool to 25°C.
140 kV per 10 mm, minimum.
1013 4 . mm, minimum.
14 MPa, minimum.
-40°C to 90°C (135°C Emergency).
0.5 percent, maximum.
When three or more conductors are to be enclosed within a single splice using heat-shrink tubing,
mastic shall be placed around each conductor, prior to being placed inside the heat-shrink tubing. _ The mastic shall be the type recommended by the manufacturer of the heat-shrink tubing. After
contraction, the ends and seams of heat-shrink tubing shall be painted with electrical insulating
coating. Heat-shrink tubing shall not be heated with an open flame. A heating device designed for
the purpose is required.
The Contractor may, at the Contractor’s option, use either of the following splice insulation methods:
1) “Method B” as shown on the plans. A minimum of 2 thicknesses of electrical insulating pad
shall be used. Pads shall be applied to the splice in accordance with the manufacturer’s
recommendations.
2) Heat-shrink tubing as provided above.
209-2.095 Fused Splice Connectors. In the pull box adjacent to each luminaire a fused
disconnect splice connector shall be installed in each ungrounded conductor between the line and
the ballast. The connector shall be readily accessible in the pull box regardless of whether the
ballast is remote or is integral with the luminaire.
For 240-volt and 480-volt circuits, each connector shall be designed so that both ungrounded
conductors are disconnected simultaneously. The connector shall have no exposed metal parts, except the head of a stainless steel assembly screw may be exposed. The head of the metal
assembly screw shall be recessed a minimum of 0.8 mm (‘&“) below the top of a plastic boss which surrounds the head.
The splice connector shall completely enclose the fuse and shall protect the fuse against damage
from water and weather. The contact between the fuse and fuse holder shall be by spring pressure.
The terminals of the splice connector shall be rigidly crimped, using a tool of the type recommended
by the manufacturer of the fused splice connector, onto the line conductors and the conductors to
the ballasts and shall be insulated and made waterproof in accordance with the splice connector manufacturer’s recommendations. Fused splice connectors shall not be used in series circuits. Fuses shall be standard midget, ferrule type, with “Non-Time-Delay” feature, and shall be 10 mm
(1313;) x 38 mm (1 1/2”).
-* b 7/17/98 Contract No. 3588 Page 82 of 122 Pages
209-2.10 Bonding and Grounding. Metallic cable sheaths, metal pull box covers, metal conduit,
equipment grounding conductors, ballast and transformer cases, service equipment, sign switches, and metal poles and pedestals shall be made mechanically and electrically secure to form a
continuous system, and shall be effectively grounded. Bonding jumpers shall be copper wire or
copper braid of the same cross sectional area as No. 6 for series lighting systems and No. 8 or
larger for all other systems. The jumper size shall be increased to match the load or the circuit
breaker size, or shall be as shown on the plans. Equipment grounding conductors shall be wlor
coded to Code requirements or shall be bare.
--
The bonding jumper in standards with handholes shall be attached by a 4.5 mm (“/,,“) or larger brass
bolt and shall be run to the conduit or bonding wire in the adjacent pull box. Standards without handholes shall be bonded by a jumper attached to all anchor bolts, and shall be run to the conduit
or bonding wire in the adjacent pull box. Grounding jumper shall be visible after cap has been
placed on foundation. Where slip base standards or slip base inserts are installed, the bonding
jumper shall not intrude into the slip plane. Bonding shall be accomplished by a bonding strap to all
anchor bolts or a 4.5 mm (“/,,‘) or larger brass bolt installed in the bottom slip base plate.
-
,f. -
One side of the secondary circuit’of series-multiple and step-down transformers shall be grounded.
Grounding of metal conduit, service equipment and the grounded conductor at service point shall be
accomplished as required by the Code and the serving utility, except that grounding electrode conductor shall be No. 6, or larger. For equipment grounding purposes in Type 3 conduit, a No. 6
copper wire shall be run continuously in circuits used for series lighting, and a No. 8, minimum,
copper wire shall be run continuously in all other circuits. The bonding wire size shall be increased
to match the circuit breaker size, or shall be as shown on the plans. Where Type 3 conduit is to be installed for future conductors, the copper wire may be omitted. Equipment bonding and grounding
conductors are not required in conduits which contain only loop lead-in cable or signal interconnect
cable or both.
At each multiple service disconnect location, a ground electrode shall be furnished and installed.
Ground electrodes shall be one-piece lengths of galvanized steel rod or pipe not less than 19 mm
(3/,“) in diameter, or of copper clad steel rod not less than 15 mm (‘/l) in diameter. Ground
electrodes shall be installed in accordance with the provisions of the Code. The service equipment shall be bonded to the ground electrode by use of a ground clamp or exothermic weld and No. 6 or
larger copper wire, enclosed in a size 16 or larger diameter conduit.
c, Ground clamp for service grounding and for grounding of equipment on wood poles shall be Size 16 galvanized, malleable iron conduit hub with swivel feature. On wood poles, all metallic equipment
mounted less than 2.4 m (8‘) above ground surface shall be grounded. Bonding of metallic conduit in non-metallic pull boxes shall be by means of bonding bushings and bonding jumpers. Bonding of
metallic conduit in metal pull boxes shall be by means of locknuts, one inside and one outside of the
box.
209-2.11 Service. Electrical service installation and materials shall conform to the requirements of
the serving utility. When the service equipment is to be installed on a utility-owned pole, the Contractor shall furnish and install conduit, conductors and all other necessary material to complete
the installation of the service. The position of the riser and equipment will be determined by the
utility. Service conduit shall conform to the requirements of the serving utility and shall be not less than Size 41 (1 ‘&” dia.).
‘2 7117198 Contract No. 3588 Page 83 of 122 Pages
Where a kilowatt-hour meter is required, a meter socket with sealing ring, as approved by the serving utility, shall be furnished and installed. Where a meter socket is installed, the meter
enclosure shall be provided with factory installed test bypass facilities as required by the serving
utility. Service equipment shall be installed as soon as possible to enable the utility to schedule its
work well in advance of the completion of the project.
Each service shall be provided with a circuit breaker which shall simultaneously disconnect all
ungrounded service entrance conductors. All circuit breakers shall be quick-break on either
automatic or manual operation. The operating mechanism shall be enclosed and shall be trip-free
from the operating handle on overload. Circuit breakers shall be trip-indicating, shall have frame
size plainly marked and shall have trip rating clearly indicated on the operating handle. Overload
tripping of breakers shall not be influenced by an ambient temperature range of from -18°C to 50°C.
Multiple-pole breakers shall be the internal trip type. All circuit breakers shall be listed by UL or ETL.
Current rating of breakers shall be as shown on the plans. Circuit breakers used as service
disconnect equipment shall have a minimum interrupting capacity of 10 000 A, rms. Circuit breakers
shall be enclosed in a NEMA raintight enclosure with dead-front panel and hasp with a 11 mm (7/,6u) hole for a padlock. The padlock will be furnished by others. Service equipment enclosures, except
Types II and Ill, shall be galvanized. Types II and III service equipment enclosures shall be
fabricated from galvanized sheet steel or fabricated from sheet steel and zinc or cadmium plated
after fabrication, or shall be fabricated from aluminum. Fabrication of service equipment enclosures
shall conform to the requirements of Section 209-3.04A, ‘Cabinet Construction.” Steel enclosures
shall be painted in accordance with the provisions in Section 209-2.16, “Painting.” All overlapping
exterior seams and doors shall meet the requirements for Type 3R enclosures specified in the
NEMA Enclosure Standards.
Except for falsework lighting and power for the Contractor’s operations, upon written request by the
Contractor, the Engineer will arrange with the serving utility to complete service connections for both
temporary and permanent installations and the Agency will pay all costs and fees required by the utility. The request shall be submitted not less than 15 days before service connections are required.
Energy used prior to completion of the contract will be charged to the Contractor, except that the cost
of energy used for public benefit, when an operation is ordered by the Engineer, will be at the
expense of the Agency.
Full compensation for furnishing and installing Agency-owned or permanent service poles, service
equipment, conduit, conductors and pull boxes (including equipment, conduit, and conductors placed
on utility-owned poles) shall be considered as included in the contract item of electrical work involved
and no additional compensation will be allowed therefor. Where the service point is indeterminate
and is shown on the plans as an “approximate location” or “service point not yet established”, the
labor and materials required for making the connection between the service point, when established,
and the nearest pull box shown on the plans will be paid for as extra work as provided in Section 3-3,
“Extra Work.”
209-2.12 Wood Poles. Wood poles for service or temporary installations shall be ANSI Class 5, or
larger. Poles shall not have more than 180 degrees twist in grain over the full length. Sweep shall
be no more than 100 mm (4”). Tops of poles shall be beveled. Poles shall be placed in the ground to a depth of at least 1.8 m (6’). The lengths of poles shall be 7.6 m (25‘) for service poles and 10.7
m (35‘) for other poles, unless otherwise specified.
After each wood pole is set in the ground, the space around the pole shall be backfilled with selected earth or sand, free of rocks and other deleterious material, placed in layers approximately 100 mm
(4”) thick. Each layer shall be moistened and thoroughly compacted.
-* b 7117198 Contract No. 3588 Page 84 of 122 Pages
Mast arms for wood pole installations shall be fabricated from standard pipe, free from burrs. Each
mast arm shall be provided with an insulated wire inlet and wood pole mounting brackets for mast
arm and tie-rod cross arm. Tie rods shall be of structural steel and pipe. Mast arms for luminaires
shall be mounted to provide a mounting height of 9.1 m (30’). Mast arms for traffic signals and
flashing beacons shall provide a minimum vertical clearance of 5.2 m (17’) from bottom of equipment
to the pavement.
--
I_
Wood poles, not to be painted, shall be pressure treated after fabrication with creosote,
pentachlorophenol (oil borne) or copper naphthenate as provided in Section 204-2, “Treatment With Preservatives.” All wood poles shall be pressure treated after fabrication with ammoniacal copper
arsenate, chromated copper arsenate or ammoniacal copper zinc arsenate as provided in Section 204-2, “Treatment With Preservatives.” The minimum retention for water borne preservatives shall
be that specified for posts.
209-2.13 Sign Control. Each sign illumination installation shall be provided with a disconnect
circuit breaker mounted on the sign standard or structure, as shown on the plans. Where the sign
lighting is served from a series lighting circuit through a series-multiple transformer, the circuit breaker shall be installed in the secondary circuit. Where the sign lighting is served through a
multiple-multiple transformer, the circuit breaker shall be installed in the primary circuit. Circuit
breakers shall meet the requirements for circuit breakers in Section 209-2.11, “Service.” Enclosure for the circuit breaker shall be NEMA Type 3R, shall be galvanized or shall be cadmium plated, and
shall be provided with dead front panel and a hasp with a 11 mm (7/,6u) diameter hole for a padlock. Padlocks will be furnished by others. When the sign structure is to be painted, the circuit breaker or
sign switch enclosure shall be painted the same wlor as the sign structure on which it is mounted.
209-2.14 Testing. Attention is directed to Section 4-1.4, ‘Test of Materials.” Testing shall conform
to the following:
d..._ 209-2.14A Materials Testing. Material and equipment to be tested shall be delivered to a testing
location designated by the Engineer. Testing will be performed by the Agency. Testing and quality
control procedures for Model 170 and Model 2070 controller assemblies shall conform to the
requirements in “Transportation Electrical Equipment Specifications,” and “Traffic Signal Control
Equipment Specifications,” issued by the State of California, Department of Transportation, and to all
addendums thereto current at the time of project advertising. Testing and quality control procedures
for all other traffic signal controller assemblies shall conform to the requirements in the NEMA TS. Standards for Traffic Control Systems.
-.
In the event equipment submitted for testing does not comply with specifications, the Contractor shall
remove the equipment for repair within 5 working days after notification that the equipment is
rejected. In the event the equipment is not removed within that period, it may be shipped to the
Contractor at the Contractor’s expense. The Contractor shall allow 30 days for Agency testing from the time the material or equipment is delivered to the Agency test site. When equipment being
tested has been rejected for failure to comply with the specifications, the Contractor shall allow
30 days for Agency retesting. The retesting period shall begin when the corrected equipment is made available at the test site.
All testing subsequent to rejection of the equipment for failure to comply with specification
c. requirements will be at the expense of the Contractor. Deductions to cover the cost of that testing will be made from any moneys due or which may become due the Contractor under the contract. -
-.
-* b 7117198 Contract No. 3588 Page 85 of 122 Pages
The Contractor will be notified when testing of the equipment has been completed and it shall be the
Contractors responsibility to deliver the equipment to the site of the work or, at the Contractor’s
request and the Agency’s convenience, the Agency will pack and ship the equipment to the
Contractor or to the site of work. The sum of $100 or the actual cost of packing and shipping,
whichever amount is greater, will be deducted, for each unit of equipment shipped by the Agency, from any moneys due to the Contractor under the contract.
209-2.148 Field Testing. Prior to start of functional testing, the Contractor shall perform the
following tests on all circuits, in the presence of the Engineer.
209.2.14B(l) Continuity. Each circuit shall be tested for continuity.
209-2.148(2) Ground. Each circuit shall be tested for grounds.
209-2.148(3) Insulation Resistance. An insulation resistance test at 500 volts DC shall be made
on each circuit between the circuit and a ground. The insulation resistance shall not be less than
10 MR on all circuits, except for inductive loop detector circuits which shall have an insulation
resistance value of not less than 100 MR.
The insulation resistance test shall not be performed on magnetometer sensing elements. Splices in
the pull box adjacent to the magnetometer sensing elements shall not be made prior to performing
the test on the lead-in conductors between the pull box and the controller cabinet field terminals.
209-2.14C Functional Testing. Attention is directed to Section 209-l .06, “Scheduling of Work,”
regarding requirements for test periods. A functional test shall be made in which it is demonstrated
that each and every part of the system functions as specified. The functional test for each new or
modified system shall consist of not less than 5 days of continuous, satisfactory operation. If unsatisfactory performance of the system develops, the condition shall be corrected and the test
shall be repeated until the 5 days of continuous, satisfactory operation is obtained.
Turn-on of new or modified traffic signals shall be made only after all traffic signal circuits have been thoroughly tested as specified above.
Except for new or modified portions of existing lighting circuits and sign illumination systems, The
Agency will maintain the system or systems during the test period and will pay the cost of electrical
energy for the operation of all of the facilities that are undergoing testing. The cost of any necessary maintenance performed by the Agency on new circuits or on the portions of existing circuits modified
under the contract, except electrical energy, shall be at the Contractor’s expense and will be
deducted from any moneys due, or to become due, theContractor.
A shutdown of the electrical system resulting from damage caused by public traffic, from a power
interruption or from unsatisfactory performance of Agency-furnished materials shall not constitute
discontinuity of the functional test.
209-2.15 Galvanizing. Galvanizing shall be in accordance with the provisions in Section 210-3.6,
‘Galvanizing for Traffic Control Facilities,” except that cabinets may be constructed of material galvanized prior to fabrication in conformance with the specifications of ASTM Designation: A 525 or
A 525M, Coating Designation G 90, in which case all cut or damaged edges shall be painted with at
least 2 applications of approved unthinned zinc-rich primer (organic vehicle type) conforming to the
requirements in Section 210-3.5, “Repair of Damaged Zinc Coating.” Aerosol cans shall not be used.
Other types of protective coating shall be approved by the Engineer prior to installation. Iron or steel pipe standards and pipe mast arms shall be hot-dip galvanized after fabrication in conformance with the specifications of ASTM Designation: A 53. Galvanized surfaces shall have spurs removed.
-* b 7117198 Contract No. 3588 Page 86 of 122 Pages
L-
Tie-rods, bolts, nuts, washers, clamps and other miscellaneous ferrous parts shall be hot-dip galvanized after fabrication in accordance with the provisions in Section 210-3.6, “Galvanizing for
Traffic Control Facilities.” Not less than 250 mm (10“) of the upper end of the anchor bolts, anchor
bars, or studs, and all nuts and washers shall be galvanized in accordance with the provisions in
Section 21 O-3.6, “Galvanizing for Traffic Control Facilities.” After galvanizing, the bolt threads shall
accept galvanized standard nuts without requiring tools or causing removal of protective coatings.
Galvanizing of existing materials in an electrical installation will not be required.
-_ 209-2.16 Painting. Painting of electrical equipment and materials shall conform to the provisions in
Section 310, “Painting,” with the following additions and modifications. Paint materials for electrical
installations, unless otherwise specified, shall conform to the provisions in Section 210, “Paint and
Protective Coatings.” Factory or shop cleaning methods for metals will be acceptable if equal to the
methods specified herein. In lieu of the temperature and seasonal restrictions for painting as
provided in Section 310, “Painting,” paint may be applied to equipment and materials for electrical
installations at any time permitted by the Engineer.
All ungalvanized ferrous surfaces to be painted shall be cleaned prior to applying the prime coat.
Blast cleaning will not be required. If an approved prime coat has been applied by the manufacturer,
and it is in good condition, the first primer application by the Contractor will not be required.
.-
+- -
Existing equipment to be painted in the field, including Agency-furnished. equipment, shall be washed with a stiff bristle brush using a solution of water containing 7.5 ml. of heavy duty detergent powder
per liter (2 tablespoons per gallon). After rinsing, all surfaces shall be wire brushed with a coarse,
cup shaped, power-driven brush to remove all poorly bonded paint, rust, scale, corrosion, grease or
dirt. Any dust or residue remaining after wire brushing shall also be removed prior to priming. Immediately after cleaning, all galvanized surfaces and all non-ferrous metal surfaces shall be
coated with one application of Primer (Wash) Pre-Treatment, Section 210-l .5 or wash primer
conforming to the requirements of Military Specification MIL-P-15328D. The wash primer shall be
applied by spraying or brushing to produce a uniform wet film on the surface. Galvanized equipment
and wood poles for traffic signal or flashing beacon installations shall not be painted.
c-
,-
New galvanized metal surfaces to be painted in the field shall be cleaned as specified for existing
equipment before applying the prime coats specified. Wire brushing of new galvanized surfaces will
not be required. After erection, all exterior surfaces shall be examined for damaged primer and the
damaged surfaces shall be cleaned and spot coated with primer. Galvanized metal guard posts
shall not be painted.
w..
-a.
-_
--
-
Types II and Ill steel service equipment enclosures shall be’ painted with a polymeric or an enamel
coating system conforming to Color No. 14672 (light green) of Federal Standard 595B. All coatings
shall be commercially smooth, substantially free of flow lines, paint washout, streaks, blisters, and other defects that would impair serviceability or detract from general appearance. The coatings shall
comply with the following requirements: 1) Coating Hardness - The finish shall have a pencil lead hardness of HB minimum using an
Eagle Turquoise pencil.
2) Salt Spray Resistance - The undercutting of the film of the coating system shall not exceed 3 mm (‘&‘) average, from lines scored diagonally and deep enough to expose the base metal,
after 250 hours exposure in a salt spray cabinet in accordance with ASTM Designation: B 117. 3) Adherence - There shall be no coating loss when tested by California Test 645. Compliance of the coating system to the above requirements may be determined by the application of the coating, to 100 mm (4”) x 200 mm (8”) x 0.6 mm (0.0236”) test specimens of the same material as
the cabinets, in the same manner as applied to the cabinets.
Contract No. 3588 Page 87 of 122 Pages
A Certificate of Compliance shall be furnished in accordance with the provisions of Section 4-1.5, “Certification,” certifying that the coating system furnished complies in all respects with these
requirements. Interior of metal signal visors, louvers and front faces of back plates shall be finished
with 2 applications of lusterless black exterior grade latex paint formulated for application to properly
metal surfaces, except that factory finish in good wndition will be acceptable.
Metal signal sections, signal head mountings, brackets and fittings, outside of visors, pedestrian
push button housings, pedestrian signal sections and visors, and back faces of back plates, shall be
finished with 2 applications of lusterless black or dark olive green exterior grade latex paint formulated for application to properly prepared metal surfaces. Dark olive green color shall match
Color Chip No. 68 on file at the CALTRANS Transportation Laboratory.
Conduit and conduit fittings above ground shall be prepared and finished in the same manner as the
adjacent standard or post. All paint shall be applied either by hand brushing or by spraying machines
in the hands of skilled operators. The work shall be done in a neat and workmanlike manner. The Engineer reserves the right to require the use of brushes for the application of paint, should the work
done by the paint spraying machine prove unsatisfactory or objectionable, as determined by the
Engineer.
206-3 CONTROLLER ASSEMBLIES
209-3.01 Controller Assembly. A controller assembly shall consist of a complete mechanism for
controlling the operation of traffic signals or other systems, including the controller unit and all
necessary auxiliary equipment, mounted in a cabinet. All equipment required to provide the
operation shown on the plans and as specified shall be provided. All field conductors No. 12 and smaller shall terminate with spade type terminals. All field conductors No. 10 and larger shall
terminate in spade type or ring type terminals.
209-3.02 Type 90 Controller Assembly. Deleted
209-3.03 Model 170 and Model 2070 Controller Assemblies. Model 170 and Model 2070 (Model
170/2070) controller assemblies shall consist of a Model 170, 170E or 2070 controller unit, a wired
cabinet and all auxiliary equipment required to control the system as shown on the plans, and as
specified in these special provisions. Model 170/2070 controller assemblies shall conform to the requirements in “Transportation Electrical Equipment Specifications,” (TEES) and “Traffic Signal
Control Equipment Specifications” (TSCES), issued by the State of California, Department of
Transportation, and to all addendums thereto current at the time of project advertising.
Unless othewise specified or shown on the plans, controller assembly cabinets (housing) shall be
Type 1 as shown in the TSCES. The provisions of Sections 209-3.04, ‘Controller Cabinets,” 209-3.05, “Cabinet Accessories,” and 209-3.06, “Components,” shall not apply to Model 170/2070
controller assemblies.
209-3.04 Controller Cabinets. Unless othennrise specified, controller cabinets for other than Type 90 and Model 17012070 controllers shall conform to the following:
209-3.0449 Cabinet Construction. The cabinet shall be a rainproof cabinet with dimensions as
shown on the plans. The cabinet top shall be crowned 13 mm (‘&“) or slanted to the rear to prevent
standing water. The cabinet and doors shall be fabricated of 3 mm (0.125”) minimum thickness
aluminum. All exterior seams for aluminum cabinets and doors shall be continuously welded. All
exterior welds shall be ground smooth. All edges shall be filed to a radius of 0.8 mm (0.03125”),
minimum.
.
tc- @s 7/l 7198 Contract No. 3588 Page 88 of 122 Pages
I-
I ^
--
--
Cabinets shall be fabricated from aluminum sheet and shall conform to the requirements of ASTM
Designation: B 209 or B 209M for 5052-H32 aluminum sheet, and the following:
I. Welding on aluminum cabinets shall be done by the gas metal arc welding (GMAW)
process using bare aluminum welding electrodes. Electrodes shall conform to the requirements
of the American Welding Society (AWS) A5.10 for ER5356 aluminum alloy bare welding
electrodes. II. Procedures, welders and welding operators for welding on aluminum shall be qualified in
accordance with the requirements of AWS 83.0, “Welding Procedure and Performance
Qualification,” and to the practices recommended in AWS C5.6. Ill. The surfaces of each aluminum cabinet shall be finished to wnform to the requirements of
Military Specification MIL-A-8625C ‘Anodic Coatings for Aluminum and Aluminum Alloys” for a
Type II, Class I coating, except that the anodic coating shall have a minimum thickness of 0.02
mm (0.007”) and a minimum coating weight of 0.04 mg/mm2 (27 mg/inF). The anodic coating
shall be sealed in a 5 percent aqueous solution of nickel acetate (pH 5.0 to 6.5) for 15 minutes at
97°C (210°F). Prior to applying the anodic coating, the cabinets shall be cleaned and etched as
follows:
A. Clean by immersion in inhibited alkaline cleaner such as Oakite 61A or Diversey 909,
or equivalent, 45-60 grams per liter (6 to * oz. Per gallon) (71 “C (160°F) for 5 minutes.
B. Etch in a solution of 11 g (1’/2 oz.) of sodium fluoride, plus 30-45 g (4-6 oz.) of sodium
hydroxide per liter of distilled water at 60-65°C (140°F - 150°F) for 5 minutes.
C. Rinse in cold water.
D. Desmut in a 50 percent by volume nitric acid solution at room temperature for
2 minutes.
E. Rinse in cold water.
---
--
c-
The cabinet shall have a single front door equipped with a Best Co. lock core and lock, no other
manufacturers will be accepted. The door width shall not exceed 1120 mm (44”). When the door is closed and latched, the door shall be locked. The handle shall have provision for padlocking in the
closed position. The handle shall have a minimum length of 175 mm (7”) and shall be provided with a 15 mm (5/gy), minimum, steel shank. The handle shall be fabricated of cast aluminum or of zinc-
plated or cadmium-plated steel. The cabinet door frame shall be designed so that the latching
mechanism will hold tension on and form a firm seal between door gasketing and door frame.
Cabinet locks shall be the solid brass, 6-pin tumbler rim type. The lock shall have rectangular,
spring-loaded bolts. The locks shall be left hand, and rigidly mounted with stainless steel machine
screws approximately 50 mm (2”) apart. Keys shall be removable in the locked and unlocked
positions, and 2 keys furnished with each cabinet. The front position of the lock shall extend 3 mm
(I/[) to 9 mm (3/l) beyond the outside surface of the door. The latching mechanism shall be a
3-point cabinet latch with nylon rollers. The center catch and pushrods shall be zinc-plated or cad-
mium-plated steel. Pushrods shall be turned edgewise at the outer supports and shall be 6 mm (‘/,‘)
x 20 mm (3/,“), minimum. The nylon rollers shall have a minimum diameter of 20 mm (3/,“) and shall be equipped with ball bearings. All cadmium plating shall meet the requirements of Military
Specification MIL-QQ416b. All zinc plating shall meet the requirements of Military Specification
MIL-QQ-325b. The door’s hinging shall be three-bolt butt hinges. Each hinge shall have a fixed pin.
Doors larger than 560 mm (22”) in width or 0.56-m2 (6 V) in area shall be provided with catches to
hold the door open at both 90 degrees and 180 degrees, plus or minus 10 degrees. The catches shall be 9 mm (“/,“) diameter, minimum, plated steel rods. The catches shall be capable of holding
the door open at 90 degrees in a 90 km/h (60 mph) wind at an angle perpendicular to the plane of
the door.
The police panel shall be mounted on the door as shown on the plans, and equipped with a lock
keyed for a master police key. Two keys shall be furnished with each cabinet for the police lock.
Each police key shall have a shaft at least 45 mm (13/q”) in length. Police panels shall not be furnished for controller assemblies that do not control traffic signals.
a 7/l 7198 Contract No. 3588 Page 89 of 122 Pages
Door hinges, pins, and bolts shall be made of stainless steel or aluminum with a stainless steel hinge
pin. The hinges shall be bolted to the cabinet. The hinge pins and bolts shall not be accessible
when door is closed. Gasketing shall be provided on all door openings and shall be dust tight.
Gaskets shall be permanently bonded to the metal. The mating surface of the gasketing shall be
covered with a silicone lubricant to prevent sticking to the mating surface. Details of alternative
designs shall be submitted for review and approval prior to the fabrication of the cabinets.
Substantial metal shelves or brackets shall be provided to support controller unit and auxiliary equipment. Machine screws and bolts shall not protrude beyond the outside wall of the cabinet.
Conduit shall enter the controller cabinet at the front unless shown otherwise on the plans. A pliable
seal, composed of caulking compound or mastic, shall be placed between each controller cabinet and the concrete foundation to prevent water, dust and dirt from entering the cabinet.
209-3.04B Cabinet Ventilation. Each controller cabinet shall be provided with 8 screened,
raintight vent holes, 12 mm (‘12’) in diameter or larger, in the lower side or bottom of the cabinet, or at
the option of the Contractor, louvered vents with a permanent metal mesh or 4-ply woven
polypropylene air filter held firmly in place, which will permit the fan to pass the volume of air
specified, may be substituted. Each wntroller cabinet shall be equipped with an electric fan with ball
or roller bearings and a capacity of at least 2.83 m3/min (100 cfm). The fan shall be thermostatically
controlled and shall be manually adjustable to turn on between 32°C and 65°C (9OoF and 150°F)
with a differential of not more than 6°C (43OF) between automatic turn on and turn off. The cabinet
fan circuit shall be fused at 125 percent of the ampacity of the fan motor installed. The fan and
cabinet vent holes shall be located with respect to each other so as to direct the bulk of the air flow
over the controller unit or 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, or
larger, with a minimum of 19 strands. Conductors shall conform. to Military Specification MIL-W-
16878D, Type B or better. The jnsulation shall have a minimum thickness of 0.25 mm (10 mils) and
shall be nylon jacketed polyvinyl chloride or shall be irradiated cross-link polyvinyl chloride,
polyhalocarbon or polychloro-alkene, except that, at the Contractor’s option, conductors No. 14 and
larger may be UL Type THHN. At the Contractor’s option, flat cable may be used in lieu of individual
conductors. Cable shall be constructed of No. 28, or larger, conductors. Conductor insulation shall
be rated at 300 volts and shall be rated for use at 105’C. Cables shall be provided with strain relief. Wiring within controller cabinets shall be neatly arranged and laced, or enclosed in plastic tubing or
raceway. All conductors used in controller cabinet wiring shall conform to the following color-code
requirements:
1) The grounded conductor of a circuit shall be identifted by a continuous white or natural gray
wlor.
2) The equipment grounding conductor shall be identified by a continuous green wlor or by a
continuous green wlor with one or more yellow stripes. 3) The ungrounded conductors shall be identified by any color not specified in 1 or 2 above.
Conductors used in cabinet wiring shall terminate with properly sized captive or spring spade type
terminals or shall be soldered to a through-panel solder lug on the rear side of the terminal block. All
crimp-style connectors shall be applied with a proper tool which prevents opening of the handles until the crimp is completed. An equipment grounding conductor bus shall be provided in each
controller cabinet. The bus shall be grounded to the cabinet and shall be connected to the metal
conduit system or other approved ground with a No. 8, or larger, grounding conductor. With all the
cabinet equipment in place and connected, the resistance between the grounded conductor teminal
bus and the equipment grounding conductor bus shall be 50 MQ, minimum, when measured with an applied voltage of 150 volts DC. only. If DC- is to be grounded, it shall be connected to equipment ground
‘3 7117198 Contract No. 3588 Page 90 of 122 Pages
r-
c-
c-
--
--
c-
w-
--.
-- -
--
c-
c-
--
--
Two or more terminal blocks shall be provided for field connections. Field terminals shall be installed
within 560 mm (22”) of the face of the cabinet and shall be oriented for screwdriver operation from the door opening. All terminals shall be a minimum of 125 mm (5“) above the foundation. No more
than 3 conductors shall be brought to any one terminal. Two flat metal jumpers, straight or
U shaped, may also be placed under a terminal screw. At least 2 full threads of all terminal screws
shall be fully engaged when the screw is tightened. No live parts shall extend beyond the barrier. Attention is directed to Section 209-l .03, “Equipment List and Drawings,” regarding wiring diagrams.
209-3.05 Cabinet Accessories.- The following accessories shall be furnished with each cabinet
assembly for other than Model 17012070 controllers:
209-3.05A Labels. A permanent printed, engraved or silk screened label shall be provided for the
following equipment and for all other removable items of equipment:
1. Receptacles for relays and switching devices.
2. Switches, fuses and circuit breakers.
Labels shall conform to the designations on the cabinet wiring diagram. Labels for all shelf-mounted
equipment shall be on the face of the shelf below the item. Labels for wall-mounted equipment shall
be below the item.
209-3.05B Convenience Receptacle. A convenience receptacle shall be mounted in a readily accessible location inside the cabinet. Convenience receptacle shall be a duplex, 3-prong, NEMA
Type 5-l 5R grounding type outlet and shall meet the requirements of UL Standard 943.
209-3.05C Lighting Fixture. Each cabinet shall be provided with a fluorescent lighting fixture
mounted on the inside top of the cabinet near the front edge. Fixture shall be provided with an
F15T8, cool white lamp operated from a normal power factor UL or ETL listed ballast. The “On-Off
switch for the lighting fixture shall be either of the following:
1) A toggle switch mounted on the inside door panel.
2) A door-actuated switch that turns the light on when the door is open, and off when the door is
closed. .
209-3.05D Surge Arrestor. The surge arrestor shall reduce the effects of power line voltage transients and shall have ratings in Table 209-3.05(A):
TABLE 209-3.05D(A) SURGE ARRESTOR ELECTRICAL CHARACTERISTICS
Voltage Transient Effect Rating
Recurrent peak voltage 184 volts Energy rating, maximum 20 Joules
Power dissipation, average 0.85 Watts
Peak current for pulses less than 7 ps 1250 Amperes
Standby current shall be one milliampere or less for 60 Hz sinusoidal input.
e--
‘3 7117198 Contract No. 3588 Page 91 of 122 Pages
209.3.05E Terminal Blocks. All terminal blocks shall be rated 600 V, minimum, AC and shall be
provided with nickel, silver, or cadmium plated brass binder head screw terminals. Heavy duty
terminal blocks shall be rated at 20 A and shall be provided with 12 poles with No. 10 x 8 mm (lo-32 x 5/,6n) nickel plated brass binder head screws and nickel plated brass inserts. Each pole position
shall be provided with 2 terminal positions. The terminal blocks shall be the barrier type, with
shorting bars in each of the 12 positions, and shall be provided with integral type marking strips. Light duty terminal blocks shall be rated at 5 A and shall be provided with 12 poles with No. 6 x 3 mm
(6-32 x I/,‘) binder head screws. Each pole position shall be provided with one terminal position.
209-3.06 Components. Components used in the construction of control equipment for other than
Type 90 and Model 170/2070 controllers shall conform to the following:
209-3.06A Toggle Switches. Toggle switches shall have poles as required and shall be rated at
200 percent of circuit current for circuits of 10 A or less and 125 percent of circuit current for circuits
over 10 A. Circuit breakers used as toggle switches shall be UL or ETL listed for switching
operation.
209-3.068 Cartridge Fuses. Cartridge fuses shall be installed in panel mounted fuseholders.
Fuse type and rating shall be as recommended by the fuse manufacturer for the type of load being
protected.
209-3.06C Circuit Breakers. Circuit breakers shall be as specified for circuit breakers in Section
209-2.11, ‘Service,” except that the breakers shall have a minimum interrupting capacity of 5000 A,
rms.
209-3.06D Connectors. Connectors used for interconnecting various portions of circuits together shall be designed and constructed for the application involved. Connectors shall be designed to
provide positive connection of all circuits, and easy insertion and removal of mating contacts.
Connectors shall be permanently keyed to prevent improper connection of circuits. Connectors, or
devices plugging into connectors, shall be provided with positive means to prevent any individual
circuit from being broken due to vibration, pull on connecting cable or similar disruptive force.
2094 TRAFFIC SIGNAL FACES AND FllTlNGS
2094.01 Vehicle Signal Faces. Each vehicle signal face shall be of the adjustable type conforming
to the provisions in Institute of Traffic Engineers (ITE) Publication: ST-008B, “Vehicle Traffic Control
Signal Heads.” Plastic signal sections shall meet the requirements of California Test 605. Any
fracture within the housing assembly, or a deflection of more than 10 degrees in either the vertical or horizontal plane after the wind load has been removed from the front of the signal face, or a
deflection of more than 6 degrees in either the vertical or horizontal plane after the wind load has
been removed from the back of the signal face will be considered structural failure. Vehicle signal
faces, except arrow and ‘X” faces, shall meet the requirements of California Test 604. Adjustment
shall permit rotation of 360 degrees about a vertical axis. The number and type of sections shall be
as specified herein or as shown on the plans. Each vehicle signal face shall be installed at the location and mounted in the manner shown on the plans. Unless otherwise shown on the plans, all vehicle signal faces shall contain 3 sections arranged vertically; red-top, yellow-center,
green-bottom. All new vehicle signal faces, except programmed visibility type, installed at any one intersection shall be of the same manufacture and of the same material.
-* b 7117198 Contract No. 3588 Page 92 of 122 Pages
--
-..
--
--
209-4.01A Optical Units. Each optical unit for 300 mm (12-inch) and 200 mm (8-in) traffic signal
assemblies shall meet the requirements of section 209-4.0lA (1) for incandescent illumination for
yellow or green signals or section or 209-4.01A(2) for light emitting diode illumination of red signals.
209401A(l) Optical Units - Incandescent. Each optical unit for yellow or green, circular ball or arrow, signals shall consist of a lens, a reflector or reflector assembly, a lamp receptacle, and a
clear traffic signal lamp. Lenses, reflectors, reflector assemblies, lamp receptacles and wiring, and light distribution shall conform to the provisions in ITE Publication: ST-008B. Each lens shall be of
best quality glass, true to color and free of imperfections.
All reflectors shall conform to the provisions in ITE Publication: ST-008B except that reflectors shall
be made of silvered glass or of specular aluminum with an anodic coating. Reflector ring holder shall
be made of cast aluminum. A single piece formed metal reflector/ring holder may be used. Top
openings of signal faces shall be sealed with neoprene gaskets.
20940lA(2) Optical Units - Light Emitting Diode. Each optical unit for red, circular or arrow,
signals shall consist of an assembly that utilizes light emitting diodes as the light source in lieu of an
incandescent lamp for use in traffic signal sections and shall conform to the following:
-- 1.
2. 3.
-.. 4.
5. -- -
?I
6.
--
7.
A single piece formed metal reflector/ring holder shall be used.
Top openings of signal faces shall be sealed with neoprene gaskets. The LED signal assembly lens shall be tinted with an appropriate color to reduce sun phantom
affect and enhance on/off contrast. The tinting shall be unifom-r across the face of the lens.
The lens of the LED signal module shall be integral to the unit, shall be convex with a smooth
outer surface and made of ultraviolet stabilized plastic or of glass.
LED signal module shall be a sealed unit with two conductors for connecting to power, a printed
circuit board, power supply, a red lens and gasket, and shall be weather proof after installation
and connection. The circuit board and power supply shall be contained inside the module.
Circuit boards shall conform to Chapter 1, Section 6 of the State of California Department of
Transportation “Transportation Electrical Equipment Specifications”.
The LED signal module shall have prominent and permanent directional marking(s), that is, an
“UP arrow”, the word “UP” or “TOP,” for correct indexing and orientation within a signal housing for units with refracted lens or arrow indications.
8. --
The manufacturer’s name, trademark, serial number and other necessary identification shall be permanently marked on the backside of the LED signal module.
LED signal modules used on this project shall be from the same manufacturer, and each size
shall be the same model. 9. A label shall be placed on the LED signal module certifying compliance to the VTCSH Standard.
-- 10. The lens of the LED signal module shall be capable of withstanding ultraviolet (direct sunlight)
exposure for a minimum time period of five years without exhibiting evidence of deterioration.
11. The LED signal module shall be a single, self-contained device, not requiring on-site assembly
for installation into an existing traffic signal housing.
12. LED traffic signal modules shall be designed as retrofit replacements for existing optical units of
signal lamps and shall not require special tools for installation. 13. LED signal modules shall fit into existing traffic signal section housings built to the VTCSH without modification to the housing.
14. Installation of a LED signal module shall only require the removal of the optical unit components, i.e., lens, lamp module, gaskets, and reflector.
15. The LED signal module shall be weather tight and fit securely in the housing; and shall connect
directly to electrical wiring. 16. LED signal modules shall not require a specific mounting orientation or have a variance in light output, pattern or visibility for any mounting orientation.
17. The power supply for the LED signal module shall be packaged as an integral part of the LED
signal module.
‘3 7117198 Contract No. 3588 Page 93 of 122 Pages
i8.
19.
20.
21.
22.
23.
24.
25:
26.
27.
28.
29.
30.
31.
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. Materials used for the LEDs, lens and the rest of the signal assembly COnStfUCtiOn shall conform
to ASTM specifications for the materials and shall 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. If masking materials are used to form the shape of an arrow within an LED signal module, they
shall be capable of withstanding all environmental requirements specified in this section without
deterioration.
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.
The minimum luminous intensity values and light output distribution shall be as shown in Section
11.04 and Table 1 of the VTCSH standard.
The chromatic@ of LED signal modules shall conform to the chromatic@ requirements of
Section 8.04 and Figure 1 of the VTCSH standard.
An LED traffic signal module must meet the minimum intensity requirements while operating within the temperature range specified in this section.
An LED traffic signal module shall not exhibit more than a nominal -1.5% change in luminous
intensity per a +l OC change in ambient temperature.
Each LED signal module component and sub-assembly shall be traceable to original suppliers production date codes to ensure a reliable product (warranty purposes) and customer identification in the event of a recall situation due to the occurrence of an electronic component
reliability problem.
LED signal modules shall be tested for temperature cycling and certified test results supplied
per MIL-STD-883, Test Method 1010. The temperature range shall be from -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.
LED signal assemblies shall be tested for mechanical vibration and certified test results supplied
per MIL-STD-883, Test Method 2007. Signal assemblies under test shall be subjected to three
4-minute cycles along each X, Y, and Z axis at 21/2 minimum, 2 Hz to 120 Hz. The loosening of
internal components or other internal damage shall be cause for rejection.
LED signal modules shall be tested for moisture resistance and certified test results supplied per
MIL-STD-883, Test Method 1004. Testing shall be performed in a non-changing environment of 71°C (+160°F) at a relative humidity of 95 percent for a period of 168 hours. Signal modules
under test shall be non-operating. Any evidence of internal moisture after testing shall be cause for rejection.
LED signal modules shall be tested for mechanical impact and certified test results supplied per
MIL-STD-883, Test Method 2002. The lens face of each signal module shall be subjected to five blows of 1000 grams for a duration of 0.5 seconds each. Any evidence of cracking,
chipping, or crazing of the lens or entire signal assembly shall be cause for rejection.
LED signal assemblies shall be tested for resistance to electrostatic discharge and certified test
results supplied per MIL-STD-883, Test Method 3015. Signal assemblies under test shall be
subjected to 5 discharges of 1,000 volts, 500 R, 300 pF to electrical leads. Any damage to
intemal electrical components and/or LED light sources is cause for rejection.
-* tc 7/17/98 Contract No. 3588 Page 94 of 122 Pages
209401 B Signal Sections. Each signal section housing shall be structural plastic. Signal
sections shall conform to the following:
1.
2. --
3.
-- 4. 5.
6. -- 7.
8. --
9. e-
Maximum height of a signal se&on shall be 260 mm (lo’/,‘) for each 200 mm (8”) section and
375 mm (14V,“) for each 300 mm (12’) section.
The housing of each signal section shall be provided with a one-piece, hinged, square-shaped door designed to permit access to the section for relamping without the use of tools.
The door shall be secured by a method that will hold the door closed during the loading tests specified in this Section.
The lens shall be mounted in the door in a watertight manner.
All exposed hardware, such as hinge pins and door latching devices, shall be Type 304 or 305
stainless steel.
All interior screws and fittings shall be stainless steel. An opening shall be provided in the top and bottom of each signal section to receive 40 mm
(1 l/L) pipe.
The 200 mm (8”) and 300 mm (12”) signal sections of an individual manufacturer shall be
capable of joining to form a signal face in any combination. This interchangeability is not
required between metal and plastic signal sections.
All gaskets, including those for the door, lens, reflector and lamp holder, shall be made of a
material that is not affected when installed in a signal section with a metal or plastic housing that
is operated continuously for 336 hours.
--
-- -
--
--
c-
--
2094OlB(2) Plastic Signal Sections. Housings shall be either molded in one piece or shall be
fabricated from 2 or more pieces joined into a single piece. The plastic shall have ultraviolet stability,
shall be unaffected by the heat of the lamp used and shall be self-extinguishing. Housings and doors shall be colored throughout and shall be black matching Color No. 17038, 27038 or 37038 of
Federal Standard 595B. Each section in a face shall be joined to the adjacent section by one of the
following methods:
1. A minimum of 3 machine screws for 200 mm (8”) sections and 4 machine screws for 300 mm
(12”) sections, installed through holes near the front and rear of the housings. Machine screws
shall be No. 10 and each shall be provided with a nut, flat washer and lock washer.
2. Two machine screws (each with a nut, flat washer and lock washer) installed through holes near
the front of the housings, plus a fastening through the 40 mm (l’&‘) pipe openings. The
fastening shall consist of two large flat washers to distribute the load around the pipe opening
and three carriage bolts, each with a nut and lock washer. Minimum size of machine screws
shall be No. 10. Minimum size of carriage bolt shall be 6 mm (1/,n-20).
-.
The supporting section of each signal face supported solely at the top or bottom shall be provided
with reinforcement. Reinforcement plates shall be either sheet aluminum, galvanized steel, or cast
aluminum. Each plate shall be not less than 2.7 mm (0.110”) thick and shall have a hole concentric
with the 40 mm (l1/2y) pipe mounting hole in the housing. Sheet aluminum reinforcement plates shall
be placed both inside and outside the housing; galvanized steel reinforcement plates shall be placed
inside only; and cast aluminum reinforcement plates shall be placed outside only. Reinforcement
plates placed outside of the housing shall be finished to match the wlor of the signal housing and
shall be designed to permit the proper serrated coupling between signal face and mounting
hardware. A minimum of three No. 10 machine screws shall be installed through holes in the plates and matching holes in the housing. Each screw shall have a round or binder head and shall be provided with a nut and lock washer.
t”s 7117198 Contract No. 3588 Page 95 of 122 Pages
Where a signal face is to be supported by a Type MAS side attachment slip-fitter inserted between
2 sections, a spacer or spacers shall be placed between the 2 sections. The vertical dimension of spacers shall permit proper seating of the serrations between the slip-fitter and the 2 sections. Holes
in spacers shall align with the front holes in the section housings. In addition to the fastening through
the large openings in the housings, the 2 sections shall be joined with at least 2 machine screws
through holes near the front of the housings. and the spacers, and through matching holes in a reinforcing plate installed in each housing. Machine screws shall be No. 10 minimum size. Spacers
shall be made of the same material as the signal housings. Reinforcing plates and machine screws
shall be as specified above. Reinforcing plates will not be required where the housing is provided
with reinforcing webs connecting the rear of the housing with the top, bottom and sides.
Holes for machine screws shall be either cast or drilled during fabrication of the signal section. Each
hole shall be surrounded by a 3 mm (I/*‘) minimum width boss to permit contact between signal
sections about the axis of the hole. Each plastic signal face shall be provided with plastic or metal visors. Plastic signal faces which require backplates shall be provided with plastic backplates. A
serrated nylon washer shall be inserted between each plastic signal section and a metal mounting assembly. Each washer shall be not less than 4 mm (3/,6”) nor more than 6 mm (I/,‘) thick.
Serrations shall match those on the signal section and the mounting assembly.
2094.01 C Electrical Components. The electrical components for 300 mm (12-inch) and 200 mm (8-in) traffic signal assemblies shall meet the requirements of section 209-4.01 C (1) for incandescent
illumination for yellow or green signals or section 209-4.01 C(2) for light emitting diode illumination of
red signals.
209401 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 and
wiring shall conform to ITE Publication: ST-OOSB. The threaded portion of the lamp receptacle shall be metal. Aluminum shall not be used. Each lamp receptacle shall be wired with a conductor,
connected to the shell of the receptacle, with white insulation, and a conductor, to the bottom or end terminal of the receptacle, with black insulation or with insulation color-coded. These conductors
shall, in turn, be connected to a terminal block mounted inside at the back of the housing. The terminal block shall have sufficient screw shall be permanently identified or conductors shall be color
coded to facilitate field wiring. Lamp receptacle conductors shall be No. 18, or larger, 600-V, appliance wiring material (AWM), with 0.75 mm (30 mil) thickness insulation rated 105°C or with
insulation that conforms to Military Specification MIL-W-16878 D, Type B, with vinyl nylon jacket
rated 115’C. The manufacturer’s name or trademark, conductor size, insulation type letter
designation and temperature rating shall be marked on the insulation or a Certificate of Compliance
conforming to the provisions in Section 4-l 5, ‘Certification,” shall be submitted by the manufacturer
with each shipment of traffic signal faces.
2094OlC(2) Electrical Components - Light Emitting Diodes. All electrical components for red,
circular or arrow, signals shall consist of an assembly that utilizes light emitting diodes as the light
source in lieu of an incandescent lamp for use in traffic signal sections and shall conform to the following:
1. LED signal modules shall conform to the requirements of the VTSCH standard. 2. The manufacturer’s name or trademark, conductor size, insulation type letter designation and
temperature rating shall be marked on the insulation or a Certificate of Compliance conforming to the provisions in Section 4-1.5, “Certification,” shall be submitted by the manufacturer with
each shipment of traffic signal faces.
3. The LED signal module shall be rated for use in the ambient operating temperature range of
-34OC (-29OF) to +74OC (+165OF).
4. The LED signal module shall be dust and moisture tight to protect all internal LED and electrical
components.
-0 h 7/17/98 Contract No. 3588 Page 96 of 122 Pages
--
--
--
--
--
--
- 5. The LED signal module shall be capable of withstanding exposure to an environment Of 74’C
(+165OF)/95% relative humidity for 168 hours without internal condensing moisture.
6. All wiring and terminal blocks shall meet the requirements of Section 13.02 of the VTCSH
standard.
7. Two captive, 2-color coded, Im (36”) long, 600 V, 18 AWG minimum, jacketed wires, with quick -- disconnect terminals attached conforming to the National Electric Code and Section 2094.01 C,
“Electrical Components,” of these specifications and rated for service at 105°C, are to be provided for electrical connection.
--
--
--
8. The LED signal module shall operate off of a 60 Hz ac line voltage ranging from 80 volts rms to 135 volts rms. Nominal rated voltage for all measurements shall be 117 volts rms. The circuitry
shall prevent flicker over this voltage range. The circuitry shall prevent flicker at all voltages below 80 volts rms for a minimum time period of 16 milliseconds.
9. The signal module on-board circuitry shall include voltage surge protection to withstand a single
.peak transient of 600 volts of each polarity for 100 ms duration.
10. The individual LED light sources shall be wired so that a catastrophic failure of one LED light
source will not result in the loss of illumination in more than 20 percent of the LED light sources.
11. The LED signal module shall be operationally compatible with currently used controllers and conflict monitors. -- 12. The LED signal circuitry shall prevent false controller conflict monitor action due to excessively
high off-state input impedance.
--
-- -
--
--
13. The LED signal module on-board circuitry may provide dimming capability, triggered by an on-board photodiode to sense ambient light. The dimming operation shall diminish light output
by one half, to match threshold ambient lighting conditions. 14. The LED signal and associated on-board circuitry must meet Federal Communications
Commission (FCC) Part 15 regulations concerning the emission of electronic noise.
15. Each new LED signal module shall undergo the bum-in procedure (described in the definition
section) in order to cause any electronic infant mortality to occur and to detect any electronic
component reliability problem before the product is shipped to be installed.
16. All tests described herein shall be accomplished with a minimum quantity of 6 LED signal modules.
17. All optical testing shall be without a visor or hood attached to the LED signal module. 18. After the bum-in procedure is completed, each LED signal module shall be tested for rated initial
intensity (described in the definition section). This may be done using an integrating photometer. The test data shall be kept on file for a minimum period of six years. LED signal
modules not meeting minimum light intensity per Table 1 of VTCSH shall be rejected.
19. LED signal modules representative of typical average production units shall be measured for
light output performance according to VTCSH, Section 11.00, after a 30 minute warm-up time
period (module is illuminated at rated voltage).
20. Each LED signal module shall be tested for light output at 80, 117, and 135 volts. LED signal
modules shall not be allowed to fall short of the minimum intensity values.
21. The LED’s shall utilize AllnGaP technology and shall be the ultra bright type rated for 100,000
hours of continuous operation from -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 module mounted in a standard traffic signal section but without a visor or hood attached to the signal section.
27. Maximum initial power requirements for LED signal modules shall be 25 watts for 300 mm red, 15 watts for 200 mm red and 15 watts for 300 mm red arrow at 25OC.
‘r+? 7117198 Contract No. 3588 Page 97 of 122 Pages
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-008B, “Vehicle Traffic Control Signal Heads” (VTCSH ST-017). after 48 months of continuous use in a traffic signal operation over the temperature range of -4OOC to +74OC.
29. The LED red arrow indication shall meet existing specifications stated in the VTCSH Section 9.01 for arrow lenses.
30. The LED’s shall be spread evenly across the illuminated portion of the arrow area.
31. Each LED signal section indication shall provide a minimum average luminous intensity of 5,500 candela/m2, as measured by the VTCSH. All measurements shall be performed at rated
operating voltage of 120 VAC.
2094OlD Visors. Each signal section shall be provided with a removable visor conforming to
ITE Publication: ST-008B. Visors are classified, on the basis of lens enclosure, as full circle, tunnel
(bottom open), or cap (bottom and lower sides open). Unless otherwise specified, visors shall be the
full circle type. The visor shall be a minimum of 240 mm (9’&“) in length for nominal 390 mm (12”) round lenses and 180 mm (7”) in length for nominal 200 mm (8’) round lenses, with a downward tilt
between 3 degrees and 7 degrees. Plastic visors shall conform to the following:
1. Visors shall be either formed from sheet plastic or assembled from one or more injection,
rotational or blow molded plastic sections.
2.- Sections shall be joined using thermal, chemical or ultrasonic bonding or with aluminum rivets
and washers permanently colored to match the visor.
3. Visors shall be of black homogeneous wlored material with a lusterless finish.
4. Each visor shall be secured to its door in a manner that will prevent its removal or permanent
deformation when the wind load specified in California Test 605 for plastic visors is applied to
the side of the visor for 24 hours.
1. 2094.02 Directional Louvers. Where shown on the plans, directional louvers shall be
furnished and installed in signal visors. Directional louvers shall be so constructed as to have a
snug fit in the signal visors. The outside cylinder shall be constructed of 0.75 mm (0.030”)
nominal thickness, or thicker, sheet steel and the vanes shall be constructed of 0.4 mm (0.0%“)
nominal thickness, or thicker, sheet steel or the cylinder and vanes shall be constructed of
5052-H32 aluminum alloy of equivalent thickness. ‘Dimensions of louvers and arrangements of
vanes shall be as shown on the plans.
2094.03 Backplates. Where shown on the plans, backplates shall be furnished and installed on
signal faces. Dimensions, materials and installation details shall be as shown on the plans. No background light shall show between the backplate and the signal face or between sections. Plastic
backplates shall be supplied and either formed from sheet plastic or assembled from extruded,
molded or cast sections. Sections shall be factory joined using (1) an appropriate solvent cement,
(2) aluminum rivets and washers painted or permanently wlored to match the backplate, or (3) No. 10 machine screws with washer, lock washer and nut, painted to match the backplate. Backplates
shall be of black homogeneous colored material with a lusterless finish. Each plastic backplate shall
be secured to the plastic signal face in a manner that will prevent its removal or permanent
deformation when the wind-load test is applied to either the front or the rear of the signal face. The permanent deformation of any portion of the backplate shall not exceed 5 degrees forward or backward after the wind loading has been applied for 24 hours.
Contract No. 3588 Page 98 of 122 Pages
--
--
When a plastic backplate requires field assembly, it shall be joined with at least four No. 10 machine
screws at each field assembled joint. Each machine screw shall be provided with an integral or
captive flat washer, a hexagonal head slotted for a standard screwdriver, and either (1) a locking nut
with an integral or captive flat washer, or (2) a nut, flat washer and lockwasher. Machine screws,
nuts and washers shall be stainless steel. Where a metal backplate consists of 2 or more sections, the sections shall be fastened with rivets or with aluminum bolts peened after assembly to prevent
loosening. In lieu of the screws shown on the plans, plastic backplates may be fastened to the plastic signal face using self-threading No. 10 stainless steel screws. The screws shall have an
integral or captive flat washer and a hexagon head slotted for a standard screwdriver, and shall be stainless steel.
--
--
--
209-4.04 Programmed Visibility Vehicle Signal Faces. Each programmed visibility signal face
and the installation thereof shall conform to the provisions in Sections 2094.01, “Vehicle Signal
Faces,” 209-4.03, “Backplates,” and 209-4.06, “Signal Mounting Assemblies,” except that the
provisions in Section 209-4.01A, “Optical Units,” shall not apply. Each programmed visibility signal section shall provide a nominal 300 mm (12“) diameter circular or arrow indication. Color and arrow
configuration shall conform to ITE Publication: ST-008B. Each section shall be provided with a cap
visor. Each signal section shall be provided with an adjustable connection that permits incremental
tilting from 0 to 10 degrees above or below the horizontal while maintaining a wmmon vertical axis
through couplers and mountings. Terminal connection shall permit external adjustment about the mounting axis in 5 degree increments.
--
--
7%
--
--
209-4.05 Pedestrian Signal Faces. Message symbols for pedestrian signal faces shall be white
WALKING PERSON and Portland ,orange UPRAISED HAND conforming to the requirements of the
Institute of Transportation Engineers Standards: “Pedestrian Traffic Control Signal Indications” and the “Manual on Uniform Trafic Control Devices.” The height of each symbol shall be not less than
250 mm (IO“) and the width of each symbol shall be not less than 165 mm (6’1,‘). The luminance of
the UPRAISED HAND symbol shall be 3750 cd/m2 (1,100 foot-lamberts), minimum, and the luminance of the WALKING PERSON symbol shall be 5300 cd/m2 (1,550 foot-lamberts), minimum, when tested in accordance with California Test 606.
-- -
--
-..
The signal shall be mountable with ordinary tools and capable of being serviced without tools.
Adjustment shall be preset at 4 degrees below the horizontal, unless otherwise specified. The
visibility of each programmed visibility signal face shall be capable of adjustment or programming
within the face. When programmed, each signal face’s indication shall be visible only in those areas
or lanes to be controlled, except that during dusk and darkness a faint glow to each side will be
permissible. Prior to programming, each signal section with a yellow indication shall provide a
minimum luminous intensity of 2500 cd on the optical axis, and a maximum intensity of 100 cd at 15
degrees horizontal from the axis. Each signal section with a yellow indication shall. be capable of having its visibility programmed to achieve the following luminous intensities: a minimum of 2500 cd
on the optical axis, a maximum of 100 cd at from 0.5 to 2 degrees horizontal from the axis and a maximum of 10 cd at from 2 to 15 degrees horizontal from the axis. Under the same conditions, the
intensities of the red indication and the green indication shall be at least 19 and 38 percent,
respectively, of the yellow indication. Each signal face or each signal section shall include integral
means for regulating its luminous intensity between limits in proportion to the individual background
luminance. Lamp intensity shall not be less than 97 percent of uncontrolled intensity at 10 000 Ix,
and shall reduce to 15 %2 percent of maximum intensity at less than 10 lx. The dimming device shall
operate over an applied voltage range of 95 to 130 V, 60 Hz and a temperature range of -40°C to 74°C. The Contractor shall program the head as recommended by the manufacturer and as directed
by the Engineer.
--
?3 7/l 7198 Contract No. 3588 Page 99 of 122 Pages
The uniformity ratio of an illuminated symbol shall not exceed 4 to 1 between the highest luminance
area and the lowest luminance area. The luminance difference between a nonilluminated symbol and the background around the symbol shall be less than 30 percent when viewed with the front screen in place and at a low sun angle. Brightness measurements for signals designed for an
incandescent lamp will be made when the signal is equipped with an A-21 traffic signal lamp
operated at a voltage to produce 665 lumens. Each housing, including the front screen, shall have maximum overall dimensions of 470 mm (l8’/2’) width, 483 mm (19”) height and 292 mm (1 1’/2’)
depth. All new pedestrian signal faces installed at any one intersection shall be the same make and
type. Each pedestrian signal face shall be installed at the location and mounted in the manner shown on the plans.
2094.0514 Types. Pedestrian signal faces shall be Type A and shall conform to the following:
209405A(l) Type A. Each Type A signal shall consist of a housing, two-color message plate, a
reflector assembly, 2 incandescent lamps with sockets and a front screen. Each message plate
shall be one piece and shall be made 4.7 mm (3/,e’) tempered glass. The symbols shall be applied to
the inside smooth surface of the message plate. Each reflector assembly shall consist of a double
reflector or 2 single reflectors. Each reflector shall be made of either aluminum or plastic. All
refiectors shall conform to the provisions in Institute of Traffic Engineers Publication: ST-008B,
“Vehicle Traffic Control Signal Heads.” Plastic reflectors shall consist of molded or vacuum-formed plastic with a vacuum-deposited aluminum reflecting surface. The plastic material shall not distort
when the reflector is used with the lamp of the wattage normally furnished with the signal. In
addition, the UL nonmechanical loading temperature of the material shall exceed, by at least lO’C,
the maximum temperature in the signal section with the lamp “ON” and measured in an ambient air
temperature of 25°C in accordance with UL Publication UL 7468. Each completed reflector shall,
when operated with the appropriate lamp and lens, provide the message brightness specified.
209405B Front Screen. The front screen provided on each Type A signal shall have a 38 mm
(1 l/c) deep eggcrate or Z-crate type screen of 0.8 mm (0.03”) nominal thickness polycarbonate. The
screening shall be mounted in a frame constructed of 1.0 mm (0.04”) minimum thickness polycarbonate. The screen shall be installed parallel to the face of the message plate and shall be
held in place by the use of stainless steel screws.
The front screen shall not fracture, separate at the welds, or compress more than 3 mm (‘&“) when 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 for
this test. The message plate will be removed from the pedestrian signal housing, when the
pedestrian housing is used to support the front screen during the test, so there will be no back
support for the screen. The screen and frame shall be fabricated from aluminum anodized flat black, or finished with lusterless black exterior grade latex paint formulated for application to properly
prepared metal surfaces, or shall be fabricated from flat black plastic. Alternate methods of
screening may be substituted for the above screens provided that the results are at least equal to
those obtained with the above specified screens as determined by the Engineer.
209405C Housing. Pedestrian signal housings shall conform to the provisions in Section 209-4.01 B, ‘Signal Sections.”
209-4.05E Finish. The exterior of each housing and visor and the interior of visors shall be painted in accordance with the provisions in Section 209-2.16, ‘Painting.”
209405F Control. All pedestrian signals shall be capable of being controlled by the solid-state switching devices specified for traffic signal controller assemblies.
*o b 7/17/98 Contract No. 3588 Page 100 of 122 Pages
r-
--
--
--
- 2094050 Terminal Blocks. Each pedestrian signal face shall be provided with a light duty terminal block conforming to the provisions in Section 2094.01 C, ‘Electrical Components.” All field wiring shall connect to this terminal block.
209406 Signal Mounting Assemblies. Signal mounting assemblies shall consist of 40 mm (1’12’) standard weight steel galvanized pipe conforming to the specifications of ASTM Designation: A 53,
necessary fittings, slip-fitters and terminal compartments. Pipe fittings shall be ductile iron,
galvanized steel, aluminum alloy Type AC-84B No. 380, or bronze. Mast arm slip-fitters shall be cast
bronze or hot-dip galvanized ductile iron. Post top slip-fitters and terminal compartments shall be
cast bronze, Type 356-T6 aluminum or hot-dip galvanized ductile iron. After installation, any
exposed threads of galvanized pipe brackets and all areas of the brackets damaged by wrench or
vise jaws shall be cleaned with a wire brush and painted with 2 applications of approved unthinned
zinc-rich primer (organic vehicle type) conforming to the requirements in Section 210, “Paint and
Protective Coatings.” Aerosol cans shall not be used.
v-
--
--
-- -
c-
Each terminal compartment shall be fitted with a terminal block containing a minimum of 12 poles,
each with 2 screw type terminals. Each terminal shall be designed to accommodate at least 5 No.
14 conductors. A cover shall be provided on the compartment to give ready access to the terminal
block. Where used to bracket mount signals, the terminal compartment shall be designed to bolt
securely to a pole or standard. The horizontal dimension of mounting assembly members between
the vertical centerline of the terminal compartment or slip-fitter and the vertical centerline of each signal face, shall not exceed 280 mm (1 I”), except where required to provide proper signal face
alignment or permit programming of programmed visibility signal faces or when otherwise directed by the Engineer. Each mounting assembly shall be oriented to provide maximum horizontal
clearance to the adjacent roadway. All mounting assembly members shall be either plumb or level,
symmetrically arranged and securely assembled. Construction shall be such as to permit all
conductors to be concealed. Mounting assemblies shall be watertight and free of sharp edges or
protrusions which might damage conductor insulation.
--
--
For post-top mounting of signals, a slip-fitter shall be used. Slip-fitter shall fit over a 115 mm (41/2y)
outside diameter pipe or tapered standard end. Each slip-fitter shall be provided with cadmium-
plated steel set screws, arranged as shown on the plans. Each slip-fitter used to post-top mount
signals with brackets shall be provided with an integral terminal compartment. Each mounting assembly shall be provided with positive locking, serrated fittings, which when mated with similar
fittings on the signal faces shall prevent faces from rotating. Fittings shall permit fastening at increments of not more than 7 degrees.
-- Signal faces shall not be installed at any intersection until all other signal equipment, including the
complete controller assembly, is in place and ready for operation at that intersection, except that the
signal faces may be mounted if they are not directed toward traffic or if they are covered.
-.
--
2094.07 Flashing Beacons. Each beacon shall consist of a single section traffic signal face,
conforming to the provisions in Section 209-4.01, “Vehicle Signal Faces,” with yellow or red lens as
shown on the plans. The beacon flasher unit shall be independent of the intersection flasher unit.
209407A Backplates. Each beacon shall be provided with a backplate conforming to the
requirements in Section 209-4.03, “Backplates.”
-- 209407B Visors. Each beacon shall be provided with a full circle type visor conforming to the requirements in Section 209-4.01 D, “Visors.”
--
-* t@ 7/17/98 Contract No. 3588 Page 101 of 122 Pages
209-4.07C Flashing Beacon Control Assembly. Each flashing beacon control assembly shall
consist of switches, circuit breakers, terminal blocks, flasher, dimming relay, wiring and electrical
components necessary to provide proper operation of the beacons, all housed in a single enclosure.
2094.07C(l) Enclosure. The enclosure shall be NEMA Type 3R, and shall be provided with dead
front panel and a hasp to pennit padlocking of the cover. The padlock will be furnished by others. The enclosure shall be hot-dip galvanized or, at the option of the Contractor, shall be provided with a factory applied rust resistant prime coat and finish coat.
2094.07C(2) Circuit Breakers and Switches. A 15-A circuit breaker shall be installed to control
each ungrounded conductor entering the enclosure. A switch to permit manual operation of the sign
lighting circuit shall be provided. Switches shall be of the single-hole-mounting toggle type, single- pole, single-throw, rated at 12 A, 120 V. Switches shall be furnished with an indicating nameplate
reading “Auto - Test” and shall be connected in parallel with the load contacts of the photoelectric
control circuit. A 15-A circuit breaker may be used in place of the toggle switch.
209-4.076(3) Flasher. The flasher shall meet the requirements of Section 8, “Solid-State
Flashers,” of NEMA Standards Publication No. TS 1. The flasher shall be a solid-state device with no- contact points or moving parts. The flasher shall provide 2 output circuits to permit alternate
flashing of signal faces and shall be capable of carrying a minimum of 10 A per circuit at 120 V.
2094.07C(4) Wiring. Conductors and wiring in the enclosure shall conform to the requirements in
Section 209-3.04C, ‘Cabinet Wiring.”
209-4.07C(5) Terminal Blocks. Terminal blocks shall be rated at 25 A, 600 V, shall be molded
from phenolic or nylon material and shall be the barrier type with plated brass screw terminals and
integral type marking strips.
209-4.07C(6) Dimming Relay. A heavy duty dimming relay shall be provided to reduce the voltage
to the lamps at night. Heavy duty relays shall be designed for continuous duty. Relays shall operate during ambient temperatures from -18°C to 71°C (0” to 160°F). Each relay shall operate in the 8-pin
Jones-type socket shown on the plans. Relays shall be provided with double-pole, double-throw
contacts. Contact points shall be of fine silver, silver-alloy, or superior alternative material. Contact
points and contact arms shall be capable of operation for 250,000 cycles with 20 A of tungsten load
per contact at 120 V, 60 Hz AC. Coils shall have a power consumption of 10 VA or less and shall
be designed for continuous duty on 120 volts AC. Heavy duty relays shall be enclosed with a
removable, clear plastic cover.
209-5 DETECTORS
209-5.01 Vehicle Detectors. Vehicle detectors shall be the type or types shown on the plans. All
sensor units, control units, and amplifiers shall meet the requirements of California Test 675. The
units shall not be affected by transient voltages when tested in accordance with California Test 667.
After a power interruption the units shall return to normal operation within one minute. Each unit
shall be provided with a light or meter, for each output circuit, to indicate when the detector is
detecting a vehicle. Each detector shall operate over the range of voltages from 100 volts to
135 volts at 60 Hz. Circuitry shall be solid-state except relays with normally closed contacts may be used for the output circuit. Units shall be designed to provide ease of maintenance with easily
accessible electronic components. Each detector shall provide vehicle detection without readjustment from -18°C to 71 ‘C (0’ to 160°F). Units shall use printed circuit boards designed to facilitate identification of components. This shall be done by either part identification markings or by providing a pictorial diagram showing physical location and identification of each component. Each
printed circuit board shall have the following minimum quality requirements: NEMA FR-4 glass cloth
‘3 7117198 Contract No. 3588 Page 102 of 122 Pages
c-
base epoxy resin board, 1.5 mm (1/,6y) minimum thickness, organic solder masking and gold plated
contacts. Intercomponent wiring shall be copper track with a minimum mass of 600 g/m2 (2 oidf?).
Printed circuit design shall be such that components may be removed and replaced without
permanent damage to boards or tracks. Splices shall conform to the provisions in Section 209-2.09,
“Wiring.”
209-5.0lA Inductive Loop Detectors. Inductive loop detectors shall conform to the following:
-- 209-5.01A(l) General. The term “inductive loop detector” applies to a complete installation
consisting of a loop or group of loops installed in the roadway, as shown on the plans, lead-in cable and a sensor unit with power supply installed in a controller cabinet.
--
c..
209-5.01A(3) Sensor Unit Construction. “Card” type sensor units shall conform to the
requirements in “Traffic Signal Control Equipment Specifications,” issued by the State of California,
Department of Transportation, and to all addendums thereto current at the time of project
advertising. Shelf mounted sensor units shall conform to the requirements in Section 11 of the
NEMA Standards Publication No. TS 1. Capacitors or inductors necessary for loop tuning shall not
be mounted external to the sensor unit.
209-5.01A(4) Construction Materials. Conductor for each inductive loop detector shall be
continuous and unspliced and shall conform to one of the following:
--
-- -
--
1. Type 1 loop wire shall be Type RHW-USE neoprene-jacketed or Type USE cross-linked polyethylene insulated, No. 12, stranded copper wire. The minimum insulation thickness at any
point shall be 1 .O mm (40 mils).
2. Type 2 loop wire shall consist of a conductor inside of plastic tubing. The conductor shall be
Type THWN or Type XHHW, No. 14, stranded copper wire. The tubing shall be polyethylene or
vinyl, rated for use at 105°C and shall be resistant to oil and gasoline. The tubing shall have a
maximum outside diameter of 7 mm (0.27”) and a minimum wall thickness of 0.71 mm (0.028”).
The conductors shall not be spliced inside the tubing.
L- Conductors for loop detector lead-in cable shall be 2 No. 16 (19 x 29) stranded tinned copper. Loop detector lead-in cable shall conform to the calculated cross sectional area of ASTM Designation:
B 286, Table 1. The lead-in cable shall conform to one of the following:
1.
--
2.
Type B lead-in cable shall be insulated with 0.5 mm (20 mils) of high-density polyethylene. The conductors shall be twisted together with at least 6 turns per meter and the twisted pair shall be
protected with a copper or aluminum polyester shield. A No. 20, minimum, copper drain wire shall be provided and connected to the equipment ground within the cabinet. The cable shall be
provided with a high-density polyethylene or high-density polypropylene outer jacket with a
nominal thickness of 0.8 mm (35 mils). An amorphous interior moisture penetration barrier of
nonhydroswpic polyethylene or polypropylene fillers shall be provided.
Type C lead-in cable shall conform to International Municipal Signal Association (IMSA)
Specification No. 50-2. A No. 20, minimum, copper drain wire shall be provided and connected
to the equipment ground within the cabinet.
--
-.
209-5.0119(5) Installation Details. Installation and tests shall conform to the details and notes shown on the plans. Unless shown otherwise each loop shall consist of 3 turns of conductor as
specified in Section 209-5.01A(4), ‘Construction Materials.” Slots cut in the pavement shall be washed clean, blown out and thoroughly dried before installing conductors. Residue resulting from slot cutting operations shall not be permitted to flow across shoulders or lanes occupied by public
traffic and shall be removed from the pavement surface before any residue flows off of the pavement surface. Residue from slot cutting operations shall be disposed of outside the highway right of way
a 7/l 7198 Contract No. 3588 Page 103 of 122 Pages
in accordance with Section 7-8.1, “Cleanup and Dust Control.” After conductors are installed in the
slots cut in the pavement, the slots shall be filled with sealant to within 3 mm (1/0”) of the pavement
surface. The sealant shall be at least 25 mm (1’) thick above the top conductor in the saw cut.
Before setting, surplus sealant shall be removed from the adjacent road surfaces without the use of solvents. The sealant for filling slots shall conform to one of the following:
1. Elastomeric Sealant.- Elastomeric sealant shall be a polyurethane material of a composition
that will, within its stated shelf life, cure only in the presence of moisture. Sealant shall be
suitable for use in both asphalt concrete and portland cement concrete. The cured sealant shall
have the performance characteristics in Table 209-5.01A(5)(A).
TABLE 209-5.0lA(5)(A)
Property
Hardness (indentation)
Tensile Strength
- Elongation
Flex at -40°C
Weathering
Resistance
Salt-Spray
Resistance
Dielectric
Constant -
ELASTOMER1
Measuring Standard
(ASTM Designation)
ASTM D 2240 Rex.
Type A, Model 1700
ASTM D 412 Die C.
ASTM D 412 Die C,
0.6 mm (25 mil) Free
Film Bend (180”)
ASTM D822 Weatherometer
350 h
ASTM B 117 28
days at 38°C
ASTM D 150
SEALANT CHARAClERlSlICS
Results 1 Conditions
65-85
3.45 MPa, minimum
400%, minimum
No cracks
25°C @ 50% relative
humidity
pulled at 508 mm (20”)
per minute
pulled at 508 mm (20”)
per minute
over 13 mm (‘I;) Mandrel
Slight chalking Cured 7 days at 25’C @
50%
3.45 MPa, minimum tensile; 5% NaCI, Die C, pulled at
1.
2.
Asphaltic Emulsion Sealant.- Asphaltic emulsion sealant shall conform to the State of
California Specification 8040-41A-15 and shall be used only for filling slots in asphalt concrete
pavement. This material shall not be used in slots which exceed 16 mm (5/8”) in width or where
the slope causes the material to run from the slot. The material shall not be thinned in excess of
the manufacturer’s recommendations and shall not be placed when the air temperature is less
than 7°C (45°F).
Hot-Melt Rubberized Asphalt Sealant.- Hot-melt rubberized asphalt shall be in solid form at room temperature and fluid at an application temperature of 19O’C (375°F) to 205°C (400°F).
Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both asphalt
concrete and portland cement concrete. Performance characteristics of the cured hot-melt
rubberized asphalt shall be as per Table 209-5.01A(5)(B).
-9 b 7/17/98 Contract No. 3588 Page 104 of 122 Pages
--
--
c-
--
Property
Cone
Penetration
Flow, 60°C
Resilience
TABLE 209-5.01A(5)(B)
CURED HOT-MELT RUBBERIZED ASP m
. ASTM D 3407, Sec. 6 5 mm, max.
,ASTM D 3407, Sec. 8 25%, min.
. ASTM D 36 82 “C, min.
Ductility, ASTM D 113 300 mm, min. 25OC, 50 mm/min
Flash Point, ASTM D 92 288 “C, min.
cot, “C
ASTM D 4402 2.5-3.5 Pas
iALT
Conditions
25’C, 150 g, 5 s
25°C
No. 27 Spindle, 20
rpm, 19O’C,
Softening Point, --
-- Viscosity,
Brookfield
Thermosel,
c-
--
-- -
The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type melting unit.
Temperature of the heat transfer medium shall not exceed 245°C (475°F). Application of the hot-
melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied
when the pavement surface temperature is greater than 4°C (40°F). Hot-melt sealant shall be
packaged in containers clearly marked “Detector Loop Sealant” and specifying the batch and lot
number of the manufacturer.
Loop conductors shall be installed without splices and shall terminate in the nearest pull box. The
loops shall be joined in the pull box in combination of series and parallel so that optimum sensitivity is obtained at the sensor unit. Final splices between loops and lead-in cable shall not be made until
the operation of the loops under actual traffic conditions is approved by the Engineer. All loop conductors for each direction of travel for the same phase of a traffic signal system, in the same pull
box, shall be spliced to a detector lead-in cable which shall be run from the pull box adjacent to the
loop detector to a sensor unit mounted in the controller cabinet. All loop conductors for traffic monitoring shall terminate in a pull box or terminal strip in the traffic monitor station cabinet when a
cabinet of that type is installed. Conductors for inductive loop traffic signal and traffic monitoring installations shall be identified and banded, in pairs, by lane, in the pull box adjacent to the loops and
near the termination of the conductors in the controller or traffic monitoring station cabinet. Bands shall conform to the provisions in Section 209-2.09, “Wiring.”
--
If asphalt concrete surfacing is to be placed, the loop conductors shall be installed prior to placing
the uppermost layer of asphalt concrete. The conductors shall be installed, as shown on the plans,
in the compacted layer of asphalt concrete immediately below the uppermost layer. Installation details shall be as shown on the plans, except the sealant shall fill the slot flush to the surface.
--
‘3 7117198 Contract No. 3588 Page 105 of 122 Pages
2094.02 Pedestrian Push Button Assemblies. Where shown on the plans, pedestrian push
button assemblies of substantial tamper-proof construction and signs shall be furnished and installed. The housing shall be either die-cast or permanent mold cast aluminum, or when specified shall be ultraviolet stabilized, self-extinguishing structural plastic. Plastic housings shall be black
matching Color No. 17038, 27038 or 37038 of Federal Standard No. 5958, and shall be colored
throughout. The assembly shall be rainproof and shall be shockproof in any weather condition. The
pedestrian push button switch shall be a phenolic enclosed precision snap-acting type, single-pole,
double-throw, switching unit, with screw type terminals, rated 15 A at 125 volts AC, and shall have
the following characteristics:
1. Switching unit shall have a stainless steel plunger actuator and shall be provided with U-frame
to permit recessed mounting in push button housing.
2. Switch shall have an operating force of 2.5 N (9 oz.) to 3.6 N (13 oz.) and a minimum release
force of one newton (4 oz.). 3. Pretravel shall be 0.4 mm (1/64u) maximum.
4. Over travel shall be 6 mm (‘&“) minimum.
5. Differential travel shall be 0.01 mm (0.0004”) to 0.05 mm (0.002”). 6. Actuator shall have a minimum diameter of 50 mm (2”).
Wbere a pedestrian push button is attached to a pole, the housing shall be shaped to fit the
curvature of the pole and secured to provide a rigid installation. Saddles shall be provided to make a
neat fit when required. Where a pedestrian push button is to be mounted on top of a Size 65 (2’/,“)
diameter post, the housing shall be provided with a slip-fitter fitting and screws for securing rigidly to the post. Pedestrian push button signs shall be porcelain enameled metal or structural plastic. Push
button and sign shall be installed on the crosswalk side of the pole. Arrows on push button signs shall point in the same direction as the corresponding crosswalk. Where Type A push buttons are
specified, each push button assembly shall be equipped with red and green indicator lamps. Lamps shall be so connected that, when the push button has been activated, the red lamp shall be
energized and continue so until the next pedestrian walk interval, at which time the green lamp shall
be energized in lieu of the red lamp. At the termination of the pedestrian walk interval, the lamps
shall be de-energized until the next actuation of the push button. Lenses for the lamps shall have a
visible diameter of approximately 32 mm (1 1/4”) and a length of approximately 22 mm (‘&,“). On the
Type A or Type B push button assembly, the sign shall attach to and be securely supported by the
framework. With Type C pedestrian push buttons, the instruction sign shall be mounted, using 2
straps and saddle brackets, on the same standard as the push button assembly, Straps and saddle
brackets shall be as shown on the plans and shall be corrosion-resisting chromium nickel steel
conforming to the specifications of ASTM Designation: A 167, Type 302. Theft-proof bolts shall be
stainless steel with a chromium content of at least 17 percent and a nickel content of at least 8
percent.
209-6 LIGHTING
209-6.01 High Pressure Sodium Luminaires. High pressure sodium luminaires shall be the enclosed type with a horizontal burning lamp. Luminaires shall be the cutoff type. Each luminaire shall consist of a housing, a reflector, a refractor or a lens, a lamp socket, an integral ballast, a terminal strip and a lamp. Housings shall be fabricated from aluminum. Housings that are painted
shall withstand a lOOO-hour salt spray test as specified in ASTM Designation: B 117. All other metal
parts of the housing shall be fabricated from metal at least equal in corrosion resistance and finish to the metal in the housing. Each housing shall be provided with a slip-fitter capable of mounting on a
50 mm (2”) pipe tenon and of being adjusted 5 degrees from the axis of the tenon. The clamping
brackets of the slip-fitter shall not bottom out on the housing bosses when adjusted within the &5
degree range. No part of the slip-fitter mounting brackets on the luminaires shall develop a permanent set in excess of 0.5 mm (0.020”) when the four 10 mm (‘/,“) diameter cap screws used for
mounting are tightened to 13 N-m (10 fVlbs.). All luminaires to be mounted on horizontal mast arms,
‘3 7117198 Contract No. 3588 Page 108 of 122 Pages
--.
when tested in accordance with California Test 611, shall be capable of withstanding cyclic loading in
(G = Acceleration of Gravity): 1. a vertical plane at a minimum peak acceleration level of 3.0 G peak-to-peak sinusoidal loading
(same as 1.5 G peak) with the internal ballast removed, for a minimum of 2 million cycles
without failure of any luminaire parts.
2. a horizontal plane perpendicular to the direction of the mast arm at a minimum peak
acceleration level of 1.5 G peak-to-peak sinusoidal loading (same as 0.75-G peak) with the
internal 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 loading
(same as 0.5-G peak) with the internal ballast installed, for a minimum of 2 million cycles without
failure of any luminaire parts.
--
-- -
c-
c-
c-
c-
c-
c-
Each mast arm mounted luminaire shall be furnished with a photoelectric unit receptacle. If a
photoelectric unit receptacle is included and the plans call for the omission of a photoelectric unit , a
raintight shorting cap shall be installed. The surface of each reflector shall be specular and shall be
protected by either an anodized finish or a silicate film. The reflector shall be shaped so that a
minimum of light is reflected through the arc tube of the lamp. Each refractor or lens shall be
mounted in a frame that is hinged to the housing and secured with a spring-loaded latch. Each
refractor shall be made of glass or polycarbonate plastic. Each lens shall be made of heat and
impact resistant glass. The optical system, consisting of the reflector, refractor or lens, lamp socket
and lamp; shall be in a sealed chamber. Sealing shall be provided by a gasket between the reflector and refractor or lens and a gasket between the reflector and lamp socket. The chamber shall have
provision for filtered flow of air in and out of the chamber due to lamp heat. Filtering shall be accomplished by either a separate filter or a filtering gasket. Each lamp socket shall be a porcelain
enclosed mogul-multiple type. The shell shall contain integral lamp grips to assure electrical contact
under conditions of normal vibration. The socket shall be mounted in the luminaire in a manner to
permit pre-setting a variety of specified light distribution patterns. The socket shall be rated for
1500 W and 600 V, and shall be rated for a 4-kV pulse. When the components are mounted on a
down-opening door, the door shall be hinged and secured to the luminaire housing separately from
the refractor or flat lens.frame. The door shall be easily removable and replaceable. The door shall
be secured to the housing in a manner to prevent its accidental opening when the refractor or flat
lens frame is opened. Field wires connected to the luminaire shall terminate on a barrier type
terminal block secured to the housing. The terminal screws shall be captive and equipped with wire grips for conductors up to No. 6. Each terminal position shall be clearly identified. The minimum
light distribution for each luminaire shall be as shown on the isolux diagrams on the plans. The maximum brightness of each cutoff luminaire, with the lamp indicated, shall be as Table 209-6.01 (A):
.c-
Lamp
ANSI Code No.
s55
S66
s50
S67
s51
TABLE 20916.01 (A)
CUTOFF TYPE LUMINAIRE
Lamp Wattage
150
200
250
310
400
Maximum Brightness
(cd/m’)
140
140
175
210
260
vg 7/l 7198 Contract No. 3588 Page 107 of 122 Pages
Brightness readings will be taken using a brightness meter with an acceptance angle of 1.5 degrees.
When measured on the go-degree and 270-degree lateral angle line, the maximum brightness shall not exceed the above specified brightness when the meter is located at a horizontal distance of 37 m
(120’) and a vertical distance of 2.3 m (7.5’) between the luminaire and the meter, or at an angle of 3
degrees 35 minutes from the horizontal to the line between the luminaire and the meter.
Measurements shall be made from both the go-degree line and the 270-degree line and averaged.
The lamp used for each test shall be operated at the wattage necessary to produce a light output as
shown in Table 209-6.01 (B):
TABLE 209-6.01 (B)
LAMP WATTAGE VERSUS LIGHT OUTPUT
Lumens Lamp Wattage
16 000 150
22 000 200
27 000 250
37 000 310
50 000 400
20%6.OlA High Pressure Sodium Lamp Ballasts. Each ballast shall be designed for the type,
characteristics and wattage of the lamp it is to operate and it shall provide the proper starting and
operating waveforms, voltage and current. Ballasts shall provide reliable lamp starting and operation
at ambient temperature down to -3O’C for the rated life of the lamp. Ballasts shall be designed for
continuous operation at ambient air temperatures from -20°C to 25°C without reduction in ballast life.
Ballasts shall have a design life of not less than 100,000 hours. Ballasts shall be designed to
operate for at least 180 cycles of 12 hours on and 12 hours off, with the lamp circuit in an open or
short-circuited condition and without measurable reduction in the operating requirements. Ballasts
shall be tested in accordance with the requirements of ANSI C82.6-1980, “Methods of Measurement
of High-Intensity-Discharge Lamp Ballasts.” Starting aids for ballasts of a given lamp wattage shall be interchangeable between ballasts of the same wattage and manufacturer without adjustment.
A Certificate of Compliance conforming to the provisions in Section 4-1.5, “Certification,” shall be
submitted by the manufacturer with each lot of integral ballast luminaires and with each lot of ballasts
designed for use outside of luminaires. The certificate shall state that the lot of ballasts meets, in
every respect, the above requirements and the lamp-ballast specifications of the lamp manufacturer.
The input voltage for ballasts shall be as shown on the plans or as specified in these special
provisions. Each integral ballast shall consist of separate components, each of which shall be
capable of being easily replaced. A starting aid which is encapsulated will be considered as a single
component. Each component shall be provided with screw terminals, NEMA tab connectors or a
single multi-circuit connector. All conductor terminals shall be identified as to the component terminal to which they connect. Heat-generating components shall be mounted so as to use the portion of the luminaire upon which they are mounted as a heat sink. Capacitors shall be located as
far as practicable from heat-generating components or shall be thermally shielded to limit the case temperature to 75°C.
Transformers and inductors shall be resin-impregnated for protection against moisture. Capacitors,
except those in starting aids, shall be metal cased and hermetically sealed. Ballasts to be located
remote from the luminaire shall be the submersible type and shall conform to the requirements in
Section 209-6.09C, “Submersible Type Transformers.” be enclosed in a single housing. All components, including starting aid, shall Ballast leads shall extend a minimum of 300 mm (12’) from the case. Steel housings shall be galvanized or painted. Ballast housings shall be clearly labeled to
indicate lamp type, lamp wattage and input voltage. Ballasts for high-pressure sodium lamps shall
‘3 7/17/98 Contract No. 3588 Page 108 of 122 Pages
c-
--
have a ballast characteristic curve which will intersect both of the lamp-voltage limit lines between
the wattage limit lines and remain between the wattage limit lines throughout the full range of lamp
voltage. This requirement shall be met not only at the rated input voltage of the ballast, but also at
the lowest and highest input voltage for which the ballast is rated. Throughout the lifetime of the
lamp, the ballast curve shall fall within the specified limits of lamp voltage and wattage. Ballasts for
luminaires to be mounted on mast arms, brackets or lowering assemblies shall be located within the
luminaire housing.
--
--
c-
209-6.01A(l) Regulator Type Ballasts. Regulator type ballasts shall conform to the following: 1. For nominal input voltage and lamp voltage, the ballast design center shall not vary more than
7.5 percent from rated lamp,watts. 2. The ballast shall be designed so that a capacitance variance of &8 percent will not cause more
than a &8 percent variation in lamp wattage regulation throughout rated lamp life for nominal
input voltage.
3. The lamp current crest factor shall not exceed 1.8 for input voltage variation of *lO percent at any lamp voltage from initial through life.
c- Regulator type ballasts shall be lag-type or lead-type conforming to the following:
1. Lag-Type Regulator Ballasts.- Each lag-type regulator ballast shall have the primary and secondary windings electrically isolated and, when. operated with the appropriate lamp, shall
have the following characteristics and shall maintain the following lamp operation:
--
*- -.
--
--
a) The power factor shall be not less than 90 percent throughout the life of the lamp at
nominal line voltage with a nominally rated reference lamp.
b) Lamp wattage regulation spread at any lamp voltage from nominal through life shall not
vary by more than 18 percent for 210 percent input voltage variation.
2. Lead-Type Regulator Ballasts- Each lead-type regulator ballast (CWA-constant wattage auto- regulator) shall, when operated with the appropriate lamp, have the following characteristics and
shall maintain the following lamp operation:
a) The power factor shall be not less than 90 percent when the ballast is operated at
nominal line voltage with a nominally rated reference lamp.
b) Lamp wattage regulation spread at any lamp voltage from nomihal through life shall not
vary by more than 30 percent for 210 percent input voltage variation,
20906.01A(2) Autotransformer or Reactor Type Ballasts. Each nonregulating reactor, autotransformer, or high reactance ballast shall, when operated with the appropriate lamp, have the following characteristics and shall maintain the following lamp operations:
1. The power factor shall be not less than 90 percent when the ballast is operated at nominal line
voltage with a nominally rated reference lamp.
2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by
more than 25 percent for &5 percent input voltage variation.
3. For nominal input voltage and lamp voltage, the ballast design center shall not vary more than
7.5 percent from rated lamp watts.
4. The lamp current crest factor shall not exceed 1.8 for input voltage variation of &:5 percent at any
lamp voltage from initial through life.
c-
--
209-6.OlB High Pressure Sodium Lamps. High pressure sodium lamps shall conform to the
ANSI Standard: C 78, “Lamp Specifications, Physical and Electrical Characteristics of High-ln- tensity-Discharge Lamps,” when tested in accordance with ANSI Standard: C 78.388, “Methods of
Measurement of High Pressure Sodium Lamp Characteristics.”
have a minimum average rated life of 24 000 hours. High-pressure sodium lamps shall
‘3 7/17/98 Contract No.. 3588 Page 109 of 122 Pages
2096.02 Mission Bell Luminaires. The contractor shall be responsible for furnishing and installing all components of the Mission Bell fixture and light standard in accordance to manufacturer’s
specifications and these special provisions. The Contractor’s responsibility shall include, but is not
limited to, mounting adaptor to mast am?, mounting bracket for use with photoelectric control and suspension method for conductors. Dissimilar metals shall not be used for mounting the Mission Bell to
the fixture adapter (plumberizer). The 50 mm (2”) diameter close aluminum nipples used between the
plumberizer and Mission Bell casting shall be fabricated from bar stock aluminum conforming to ASTM designation 6061-T6 or 6063Tl and shall be bored through along their central axis with a 25 mm (1”)
diameter hole to accommodate the lighting conductors. All aluminum incorporated in the fixture shall
be clear anodized in accordance with Aluminum Association designation AA-M12C22A41. The minimum anodic coating thickness shall be not less than 0.03 mm (1.0 mil). Mission Bell Luminaires
shall conform to the requirements of section 2096.01 of these special provisions except as noted in
this section (209-6.02) and shall be Sierra Lighting catalog number MB-200-HPS-240-DBZ, General
Electric catalog number BELL20S3AGMN3DB or approved equal. All Mission Bell Luminaires from
any source shall be modified as specified herein. The Contractor shall submit shop drawings for the
mounting design for approval by the Engineer prior to fabrication in accordance with Section 2-5.3 Shop Drawings.
1. Housing.- The housing shall have a door designed to hold a refractor or flat lens. Housings
_ and doors shall be fabricated of sheet or cast aluminum. Sheet aluminum shall conform to the
2.
3.
4.
5.
6.
requirements of ASTM Designation: B 209 or B 209M for 5052-H32 aluminum sheet. Painting
is not required. All external bolts, screws, hinges, hinge pins and door closure devices shall be of material which will not corrode in normal use.The housing shall be provided with holes to
permit condensed water to drain. The door shall be hinged to the housing on the side of the
fixture away from the sign panel and shall be provided with two captive latch bolts or other
latching device. The door shall be provided with means to allow the door to be locked in the
open position (50 degrees, minimum from the plane of the door opening) with a wind of 110 km/h (70 mph) striking the door from either side. The juncture of the door and the housing
shall be gasketed to provide a raintight and dusttight joint. The thickness of the gasket shall be
6 mm (0.25”) minimum. The maximum height of the fixture shall be 300 mm (12”) above the
top of the mounting rails. When the fixture is mounted on the mounting channels without a
mounting plate, 4 holes of 11 mm (7/,6y) diameter shall be provided. The distance between the
front and back holes shall be 165 mm (61/2n).
Reflector.- The reflector shall be one piece and shall be made from specularly finished
aluminum protected with an electrochemically applied anodized finish or a chemically applied
silicate film. The reflector shall be designed so that water deposited on it due to condensation
will drain away. The reflector shall be secured to the housing with a minimum of two screws and shall be removable without removing any fixture parts. No reflectors shall be attached to the outside of the housing. Refractor.- Refractors shall be made from borosilicate heat resistant glass. When a flat lens is
used, the lens shall be made from heat resistant glass. The refractor shall be so designed or
shielded that no fixture luminance is visible when the fixture is approached directly from the rear and the viewing level is the bottom of the fixture. When a shield is used it shall be an integral
part of the door casting. Lamp.- Each fixture shall be furnished with a 175-W mercury lamp conforming to ANSI
C78.386-1989, Code: H39KC-175/DX. Lamps shall have a minimum average rated life of 16 000 hours. Lamp Socket.- The lamp socket shall be a porcelain enclosed mogul type. The shell shall
contain integral lamp grips to assure electrical contact under conditions of normal vibration. The
center contact shall be spring-loaded. Shell and center contact shall be nickel plated brass. The socket shall be rated for 1500 W and 600 V.
Ballast .- The ballast for each mercury sign fixture shall be designed for the characteristics and
wattage of the lamp and it shall provide the proper starting voltage and operating waveforms,
voltage and current. Ballasts shall provide reliable lamp starting and operation at ambient
Contract No. 3588 Page 110 of 122 Pages
c-
--
L-
--
--
-- -
-
c-
temperatures down to -25°C for the rated life of the lamp. Ballasts shall be designed for continuous operation at ambient air temperatures from -20°C to 25°C without reduction in bal-
last life. Ballasts shall have a design life of not less than 100 000 hours. Ballasts shall be tested
in accordance with the requirement of ANSI Standard C82.6-1980, ‘Methods of Measurement of High-Intensity-Discharge Lamp Ballasts.” A Certificate of Compliance conforming to the
provisions in Section 4-1.5, ‘Certification,” shall be submitted by the manufacturer with each lot
of sign lighting fixtures. The certificate shall state that the ballasts meet, in every respect, the
above requirements and the lamp ballast specifications of the lamp manufacturer. Ballasts consisting of separate components shall conform to the following:i
I. Each component shall be capable of being easily replaced. Each component shall be provided with screw terminals, NEMA tab connect or a single multi-circuit connector. All conductor terminals shall be identified as to the component terminal to which they connect.
2. Heat-generating components shall be mounted so as to use the portion of the sign lighting
fixture upon which they are mounted as a heat sink. Capacitors shall be located as far as
practicable from heat-generating components or shall be thermally shielded to limit the case
temperature to 75°C.
3. Transformers and inductors shall be resin-impregnated for protection against moisture.
Capacitors shall be metal cased and hermetically sealed.
4. Ballasts for mercury sign lighting fixtures shall be normal power factor reactor type or autotransformer regulator type (CWA-constant wattage autotransformer).
5. Reactor Type Ballasts- Each reactor type ballast shall, when operated with the mercury lamp,
have the following characteristics and shall maintain the following lamp operation:
a) The power factor shall be not less than 50 percent.
b) The lamp wattage shall not vary by more than a i10 percent for a &:5 percent input
voltage variation.
c) The lamp current crest factor shall not exceed 1.5 at rated input voltage.
d) Ballast losses shall not exceed 25 W.
6. Autotransformer Regulator Ballasts- Each autotransformer regulator type ballast shall, when
operated with the mercury lamp, have the following characteristics and shall maintain the
following lamp operation:
a) The power factor shall be not less than 90 percent. b) The lamp wattage shall not vary by more than a i7 percent for a &lo percent input
voltage variation. c) The lamp current crest factor shall not exceed 1.7 at rated input voltage.
d) Ballast losses shall not exceed 40 W. 7. Fuse Block.- Each fixture shall be provided with a barrier type fuse block for terminating field
connections. The block shall be secured to the housing and shall be accessible without
removal of any fixture parts. The block shall be mounted to leave a minimum of 13 mm (0.5 ‘)
air space from the sidewalls of the housing. The block shall be designed for easy removal of
fuses with fuse puller, shall be rated at 600 volts and shall have box terminals. Fuses shall be
10 mm (13&‘) diameter, 38 mm (l’&‘) long ferrule type and shall be UL or ETL listed. For
120-volt input fixtures, only the ungrounded conductor shall be fused and a solid link shall be provided between the neutral and the ballasts. 8. Wire Guard .-When shown on the plans, each sign lighting fixture shall be provided with a
wire guard to prevent damage to the refractor or lens. The guard shall be constructed of 6.5 mm (0.2625”) (minimum) diameter steel wire and shall be either hot-dip galvanized or provided
with an electroplated zinc coating conforming to ASTM Designation: B 633, Service Condition
SC4 with a clear chromate dip treatment. Guard elements shall be spaced so as to prevent
rocks in excess of 40 mm (1 ‘12“) in diameter from passing through.
-* b 7117198 Contract No. 3588 Page ? 11 of 122 Pages
When the fixture is located so that the light center of the lamp is 1.4 m (56”) in front of, 300 mm (I 2’)
below, and centered on a 3 m (10’) high by 6 m (20’) wide sign panel, the ratio of the maXirTMI t0
minimum illuminance level on the panel shall not exceed 12 to 1 in 95 percent of the points
measured. In addition, the illuminance gradient shall not exceed 2 to 1. llluminance gradient is
defined as the ratio of the minimum illuminance on any 300 mm (12”) square of panel to that on any
adjacent 300 mm (12”) square of panel. The minimum horizontal lux requirements shall conform to
the ‘Isolux Diagrams” shown on the plans. Each fixture shall be furnished with a mounting assembly that will permit the fixture to be mounted on the continuous slot channels shown on the plans. The
mounting assembly shall be either cast aluminum, hot-dip galvanized steel plate or steel plate that
has been galvanized and finished with a polymeric coating system.
209-6.06 Sign Lighting Fixtures-- Incandescent. Each sign lighting fixture for an incandescent
lamp shall be of the type shown on the plans or as specified in these special provisions. Sign lighting fixtures shall be UL or ETL listed for outdoor installation. The fixture shall consist of a hood
with side outlet tapped for conduit and a symmetrical 250 mm (10”) steel reflector. Fixture shall be
rated at 150 W minimum. The reflector shall have a white porcelain enamel finish. The fixture shall
have a medium base socket.
209-6.065 Internally Illuminated Street Name Signs. Internally illuminated street name signs shall conform to the details shown on the plans. The general design of signs shall be as shown on
the plans. Minor details of construction shown are typical and may be modified subject to approval by the Engineer. The sign fixture shall be designed and constructed to prevent deformation or failure
when subjected to 113 km/h (70mph) wind loads as set forth in the AASHTO publication, “Standard
Specifications for Structural Supports of Highway Signs, Luminaires and Traffic Signals,” and
amendments thereto. The sign panels shall not deform or warp under a 113 km/h (70 mph) wind
loading. A Certificate of Compliance conforming to the provisions in Section 4-1.5, “Certification,”
shall be submitted by the manufacturer with each lot of internally illuminated street name signs. The
certificate shall state that the internally illuminated street name signs meets the wind load
1 requirements as described above. All material used in fabrication shall be new. If not covered
herein, both the material and workmanship shall be of the best quality consistent with the intended
purpose. All ferrous parts shall be galvanized or cadmium plated, unless otherwise specified herein
or shown otherwise on the plans. Signs shall be Type B. Additionally all Internally Illuminated Street
Name Signs shall conform to the following requirements:
1. Housing.- The top and bottom shall be formed or extruded aluminum and shall be attached to
formed or cast aluminum end fittings. The design shall provide continuous sealing between top
and bottom assemblies and the end fittings. The housing shall be rigidly constructed to resist
torsional twist and warp. Provisions shall be made for ease of maintenance of all components.
The opening or removal of one panel shall permit access to the interior of the sign and allow for
replacement of lamps, ballasts and fuses. Photoelectric unit sockets will not be allowed. On
Type A signs, both sides shall be hinged at the top to permit installation or removal of the sign
panels, and to permit access to the interior of the sign. On Type B signs, the sign panels shall be slide-mounted into the housing.
2. Reflectors .- At the option of the Contractor, reflectors may be used to provide the required sign brightness. Reflectors, if used, shall be formed aluminum with acrylic baked white enamel surface having a minimum reflectance of 0.85. 3. Sign Panels.- The sign panels shall be slide-mounted or rigid mounted -in a frame, with white
legend, symbols, arrows, and border on each face, as shown on the plans. The background
shall be green. The entire surface of the sign panel shall be evenly illuminated. The average of
brightness readings for the letters shall be 500 cd/m2 (150 foot-lamberts), minimum. The light
transmission factor of the sign panel shall provide a letter to background brightness ratio of
between 10 to 1 and 20 to 1. The luminance of the background shall not vary by more than 40
percent from the average of background brightness reading. The luminance of the letters, symbols and arrows shall not vary by more than 20 percent from the average brightness reading
Contract No. 3588 Page 112 of 122 Pages
c-
m-
-.
--
c-
--
c-
--
--
--
--
--
I-
c-
--
--
-- -
--
of letters, symbols and arrows. The sign panels shall be translucent panels of high impact resis-
tant plastic of one of the following types: a) Glass frber reinforced acrylated resin.
b) Polycarbonate resin.
c) Cellulose acetate butyrate plastic. d) Paint on the outside of the plastic shall be protected by a plastic film which shall seal
the front surface of the panel and filter out ultraviolet radiation. Paint shall be acrylic plastic type. e) All surfaces shall be free of blemishes in the plastic or coating that may impair the
serviceability or detract from the general appearance and color matching of the sign. f) The white or green color shall not fade or darken when the sign is exposed to an
accelerated test of ultraviolet light which is equivalent to 2 years of outdoor exposure. The
green color of the sign, when not illuminated, shall conform to Color No. 14109 of Federal
Standard 5958. g) The sign panels shall not crack or shatter when a 25.4 mm (1”) diameter, steel ball with
a mass of 67 grams (4 oz.) is dropped from a height of 2.6 m (8.5’) above the sign panel to any point of the sign panel. The panels shall be lying in a horizontal position and
supported within their frame for this test.
4. Gaskets- On Type A signs, gaskets shall be installed between the sign panel frame and the
fixture housing to prevent the entrance of water between the frame and the fixture housing.
Gaskets shall be uniform and even textured and shall be the closed cell, sponge neoprene type, designed for use at temperatures between -2O”C(-4”F) and +7O”C (158°F). Gaskets shall be
neatly applied to thoroughly degreased, clean surfaces with a suitable heat-resistant adhesive
which will not allow the gaskets to slip at temperatures between -20°C and +7O”C.
5. Ballasts.- Ballasts shall be of the high power factor type and shall be capable of starting the
lamps at -20°C (-4°F) and above. Ballasts for Type A signs shall be rated at 200 mA. Ballasts for
Type B signs shall be rated at 430 mA. Ballasts shall be listed by UL or ETL for operation on 110
to 125 V, 60 Hz circuits, and shall conform to the requirements of ANSI Standard: C 82.1 and
ANSI Standard: C 82.2. A separate ballast shall be provided for each lamp.
6. Lamp holders- Lamp holders shall be listed by UL or ETL for outdoor use, shall be provided
with silver coated contacts and waterproofed entrance leads for use with a rapid-start fluorescent
lamp. Removal of the lamp from the socket shall de-energize the primary of the ballast. Each
lamp holder shall be provided with a heat-resistant, circular cross section, partially recessed
neoprene ring to seal against the lamp ends and protect electrical contacts from moisture and dirt
or other injurious elements. One lamp holder for each lamp shall be of the spring-loaded type.
The distance between the face of the lamp holders for each lamp shall provide a compression of at least 2.5 mm (0.10’) on the spring-type lamp holder when the lamp is in place. The lamp shall
have positive mechanical and electrical contact when the lamp is in place. The socket on the
spring-type lamp holder shall have sufficient travel to permit installation of the lamp. Springs for
lamp holders shall not be part of the current carrying circuit. Lamp holders shall match lamp
requirements and shall not increase cathode filament circuit resistance by more than 0.10 R. 7. Lamps.- Lamps shall be of the types shown on the plans and shall meet the requirements of
ANSI Standard: C 78. 8. Terminal Blocks .-All wiring connections in the fixture shall be terminated on molded, phenolic, barrier type, terminal blocks rated at 15 A, 1000 V, and shall have integral type, white, waterproof
marking strips. All current carrying parts of the terminal block shall be insulated from the fixture with integral plugs or strips to provide an insulating value in excess of the line-to-ground flashover
voltage. If the Contractor elects to use sectionalized terminal blocks, each section shall be
provided with an integral barrier on each side and shall be capable of rigid mounting and alignment. Terminal screws shall be size No. 10, minimum. 9. Fuses .- Fuses shall be Type 3AG, miniature, slow blowing type with appropriate current and
voltage ratings. Fuseholder shall be a panel-mounting type with threaded or bayonet type knob
which grips the fuse tightly for extraction. A separate fuse shall be provided for each ballast.
h 7/l 7198 Contract No. 3588 Page 113 of 122 Pages
10. Weep Holes.- Screened weep holes shall be provided at strategic locations in all members
subject to the collection of moisture. Weep holes shall be shielded to prevent light leakage from
the fixture.
11. Fasteners- All fasteners, screws, and hardware shall be of passive stainless steel (Type 302 or
304) or aluminum Type 6060-T6.
12. Mounting Assemblies.- The top of the fixture housing shal! have 2 free-swinging mounting
brackets. Each of the brackets shall be adjustable vertically for leveling the sign to either a
straight or curved mast arm. The bracket assembly shall permit the fixture to swing perpendicular
to the sign panel. Hinge pins for the free-swinging brackets shall have a minimum diameter of
6 mm (0.25”). At least 4.6 m (15’) clearance shall be provided between the bottom of the fixture
and the roadway.
13. Message.- The message, as shown on the plans, shall be displayed on both sign panels. If not shown on the plans, the message, and the size of symbols or arrows will be furnished by the
Engineer at the request of the Contractor. Unless shown othetvvise, letters shall be 200 mm (8”) upper case and 150 mm (6’) lower case, Series E.
14. Mass.- The total mass of the complete sign assembly, including lamps, ballasts, mounting
brackets and appurtenances shall not exceed 30 kg.
15. Conductors.- All fixture conductors shall be UL or ETL listed appliance wiring material (AWM)
-stranded copper wire with 0.7 mm (28 mils), minimum, thermoplastic insulation, rated at
1000 volts and rated for use at 90%. Conductors shall be No. 16, minimum, and shall match the
color coding of the ballast leads. The size of conductors from the sign disconnect to the fuse
block shall be as shown on the plans. All conductors within the fixture shall be secured with easily
removable spring cross straps (not clamped) in the chassis or fixture. Straps shall be installed not
more than 300 mm (12’) apart. Stranded copper conductors connected to screw type terminals shall terminate in approved crimp type ring connectors. Splices will not be permitted within the
fixture unless approved in writing by the Engineer.
16. Equipment List and Drawings.- Within 15 days following approval of contract, the Contractor
shall submit 3 sets of shop drawings and a list of equipment and materials he proposes to install, as specified in Section 2-5, “Plans and Specifications.” The shop drawings shall show the
message for each sign and shall include the size of letters, symbols or arrows, as shown on the plans or as furnished by the Engineer. The list of equipment shall include the name of the
manufacturer of all materials and sufficient detail to identify the materials. If requested, the
Contractor shall supply, without cost to the Agency, sufficient samples of materials to be used in
the fabrication of the sign, or a complete sign assembly, to permit adequate testing and evaluation
of conformance to the specified requirements.
209-6.07 Photoelectric Controb. Photoelectric controls, as specified in these special provisions or as shown on the plans, shall be capable of switching multiple lighting systems directly. Type IV
photoelectric control shall be used unless othennrise shown on the plans or required by these
special provisions and shall be installed in a receptacle integral with the luminaire. 1. Type I photoelectric control shall consist of a remote photoelectric unit and a test switch housed in
an enclosure. 2. Type II photoelectric control shall consist of a remote photoelectric unit, a separate wntactor
located in a service equipment enclosure, and a test switch located in the service equipment
enclosure unless shown otherwise.
3. Type III photoelectric control shall consist of a remote photoelectric unit, and a separate wntactor
and a test switch housed in an enclosure.
4. Type IV photoelectric control shall consist of a photoelectric unit which plugs into an EEI-NEMA
twist lock.
-* b 7f17198 Contract No. 3588 Page 114 of 122 Pages
c-
-
209-6.07A Types. The types of photoelectric controls shall be as fottows:
1. receptacle integral with the luminaire. 2. Type v photoelectric control shall consist of a photoelectric unit, wntactor and test switch located
in a service equipment enclosure. 3. A switch to permit manual operation of the lighting circuit shall be provided for each Type 1, Type
II, Type 111, and Type V photoelectric control. Switches shall be of the single-hole mounting toggle type, single-pole, single-throw, rated at 12 A and a voltage rating to match the circuit. Switches
shall be furnished with an indicating nameplate reading “Auto-Test” and shall be connected in
parallel with the load contacts of the photoelectric unit. Test switch shall not have an “OFF”
position.
4. Photoelectric units for Types I, II and 111 photoelectric controls, shall be pole-top mounted unless
otherwise specified.
209-6.07B Equipment Details. Equipment details shall conform to the following:
209-6.07B(l) Photoelectric Unit. The photoelectric unit shall provide an output in response to
changing light levels. Components of the unit shall not require periodic replacement. Units shall
have a “turn-on” between 10 and 50 lux (one and 5 footcandles) and a “turn-off” at between 1.5 and
5 times “turn-on.” Measurements shall be by the procedures set forth in EEI-NEMA Standards for
Physical and Electrical Interchangeability of Light-Sensitive Control Devices Used in the Control of
Roadway Lighting. Photoelectric controls, except Type IV and Type V, shall be furnished with a 100
mm (4”) minimum inside diameter pole-top mounting adaptor containing a terminal block and with
cable supports or clamps to support pole wires. The photoelectric unit receptacle shall be the EEI-
NEMA type. Mounting brackets shall be used where pole-top mounting is not possible. Photoelectric controls shall be installed at the locations shown on the plans and oriented as directed
by the Engineer. For switching 480 V, 60 Hz circuits, a 100 VA, minimum, 480/120-volt transformer
shall be installed in the contactor enclosure to provide 120 volts for the photoelectric control unit. Where more than one photoelectric unit is to be installed at the same location, a single transformer,
with a volt-ampere rating capable of handling the total controlled load, may be used. Photoelectric
units shall be screened to prevent artificial light from causing cycling.
The photoelectric unit shall also conform to the following:
1. The supply voltage rating shall be 60 Hz, 105-130 V, 210-240 V, or 105-240 V, as specified.
2. The load rating shall be 800 W minimum, incandescent2 mercury or fluorescent. 3. The operating temperature range shall be from -29°C (-20°F) to 65°C (150°F).
4. The power consumption shall be less than 10 W.
5. The unit shall be housed in a weatherproof enclosure.
6. The base of the unit shall be provided with a 3-prong, EEI-NEMA standard, twist-lock plug
mounting.
7. Units shall be provided with a ‘fail-on” feature.
209-6.078(2) Contactor. The contactor shall have contacts rated to switch the specified lighting load and shall be normally open, unless otherwise specified. The contactor shall be either the mechanical armature type or the mercury displacement type. The contacts of the mechanical
armature type wntactor shall be either fine silver, silver alloy, or superior alternative material. The
wntactor 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 Type 111 photoelectric controls shall be NEMA Type 3R. The enclosure shall be provided with a factory
applied rust resistant prime coat and finish coat. Two applications of paint to match the wlor of the
- standard shall be applied as specified in Section 209-2.16, ‘Painting.” The enclosure may be hot-dip galvanized in lieu of painting. A minimum of 65 mm (2’&“) shall be provided between wntactor terminals and end of enclosure for wiring connections. The enclosure shall be mounted on the same
standard as the photoelectric unit at a height of approximately 1.8 m (6‘) above the base.
-0 b 7117198 Contract No. 3588 Page 115 of 122 Pages
209.6.07B(4) Wiring. Conductors between the photoelectric unit and an external contactor shall
be No. 14 and shall be run inside the lighting standard, or in conduit, unless otherwise shown on the
plans.
209-6.07B(5) Terminal Blocks. Terminal blocks shall be rated at 25 A, 600 V, shall be molded
from phenolic or nylon material and shall be the barrier type with plated brass screw terminals and
integral type marking strips.
209-6.09 Transformers. Multiple to multiple and series to multiple transformers shall be of the
single-phase, dry type designed for operation on a 60 Hz supply.
209.6.09A Electrical Requirements. Transformer ratings shall be 1201480 volts, 2401480 volts or
480/120 volts for multiple to multiple units and 6.6 AI120 volts or 6.6 A/480 volts for series to multiple units or other ratings as shown on the plans. Secondary 480-volt windings shall be center tapped.
Volt-ampere ratings shall be as shown on the plans. Transformer efficiency shall exceed 95 percent
for multiple to multiple units and 80 percent for series to multiple units. Secondary voltage regulation and tolerance shall be *3 percent from half load to full load for multiple to multiple units and +I0
percent (maximum) at no load to i3 percent at full load for series to multiple units. Transformers sh-all have a decal showing a connection diagram. The diagram shall show either color coding or
tagging of wires with primary (HI, H2) or secondary (Xl, X2) markers, and shall also show the primary and secondary voltage and volt-ampere rating.
209.6.09B Physical Requirements. External leads for multiple to multiple and series to multiple
secondary connections shall be Type USE, No. 10, rated 600 volts AC. Primary conductors for
series to multiple transformers shall be rated for use on 5000-volt AC circuits. Transformer leads
shall extend a minimum of 300 mm (12”) from the case. Transformer insulation shall be NEMA 185’C or better. Series to multiple transformers shall withstand the application of 12 000 volts AC
from core to primary coil and from coil to coil for a one minute period. Series to multiple transformer
secondaries and multiple to multiple transformers shall withstand the application of 2200 volts AC
from core to coils and, for multiple units only, from coil to coil for a one minute period. The above tests shall be made immediately after operation of the transformer at full load for 24 hours. Non-
submersible transformers shall be provided with metal half-shell coil protection, shall have moisture resistant, synthetic varnish impregnated windings and shall be suitable for outdoor operation in a
raintight enclosure. Each transformer to be installed in a pull box shall be the submersible type and
shall be provided with a handle and a hanger.
20996.09C Submersible Type Transformers. Submersible type transformers shall be securely
encased in a rugged corrosion resistant, watertight case and shall withstand a 5-day test submerged
in 600 mm (2’) of salt water (2 percent salt by mass) wifh 12-hour on and off periods. The operating periods shall be at full load. Leads of submersible transformers shall be brought out through one or
more sealed hubs and shall be secured in a manner which will withstand a 450-N (100 lb) static pull without loosening or leaking.
209-7 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT
209-7.01 Removing Electrical Equipment. Attention is directed to Section 7-9, “Protection and
Restoration of Existing Improvements.” Existing electrical equipment shown on the plans or specified in these special provisions to be removed and not reused or salvaged, and pull boxes, conduit and detector frames not reused, shall become the property of the Contractor and shall be
removed from the street right of way in accordance with the provisions in 300-1, “Clearing and
‘:# 7/l 7198 Contract No. 3588 Page 116 of 122 Pages
--
r-
--
-_
--
--
--
--
c-
--
--
Grubbing,” except, if not interfering with other construction, underground conduit may be abandoned
in place after all conductors have been removed. Care shall be exercised in salvaging equipment so
that it will not be damaged or destroyed and will remain in its existing condition whenever possible.
Mast arms shall be removed from standards. Luminaires, signal heads, and signal mounting
assemblies shall be removed from standards and mast arms.
Attention is directed to the provisions in Section 7-9, “Protection and Restoration of Existing
Improvements” and 300-1.2, “Preservation of Property.” The Contractor will be required to repair or
replace, at the Contractor’s expense, any electrical equipment to be salvaged which, as determined
by the Engineer, has been damaged or destroyed by reason of the Contractor’s operations.
Attention is directed to the provisions in Section 209-2.03, “Foundations,” regarding foundations to
be abandoned or removed. Holes resulting from removing pull boxes and detector frames shall be
filled with material equivalent to the surrounding material.
209-7.02 Reinstalling Removed Electrical Equipment. When removed electrical equipment is to
be reinstalled, the Contractor shall furnish and install all necessary materials and equipment,
including signal mounting assemblies, anchor bolts, nuts, washers and concrete as required to
complete the new installation. All traffic signal and flashing beacon faces to be reinstalled or to be
part of a modified system shall be cleaned and relamped. All luminaires and sign lighting fixtures to
be reinstalled shall be cleaned and relamped. Existing materials required to be relocated and found
to be unsatisfactory by the Engineer shall be replaced by new material and the cost therefor will be
paid for as extra work as provided in Section 3-3, ‘Extra Work.”
209-8 PAYMENT
209-8.01 Payment. The contract lump sum price or prices paid for signal, flashing beacon, lighting,
sign illumination, traffic monitoring station, closed circuit television systems, or combinations thereof;
for modifying or removing those systems; for temporary systems; or the lump sum or unit prices paid
for various units of those systems; or the lump sum or per meter price paid for conduit of the various
sizes, types and installation methods listed in the Engineer’s Estimate shall include full compensation
for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work
involved in furnishing and installing, modifying, or removing the systems, combinations or units thereof, as shown on the plans, as specified in these special provisions, and as directed by the
Engineer, including any necessary pull boxes (except when the type required is shown as a separate contract item); excavation and backfill; concrete foundations (except when shown as a separate
contract item); pedestrian barricades; furnishing and installing illuminated street name signs;
installing Agency-furnished sign panels on pedestrian barricades, on flashing beacon standards, and
on traffic signal mast arms; restoring sidewalk, pavement and appurtenances damaged or destroyed
during construction; salvaging existing materials; and making all required tests.
Full compensation for all additional materials and labor, not shown on the plans or specified, which
are necessary to complete the installation of the various systems, shall be considered as included in
the prices paid for the systems, or units thereof, and no additional compensation will be allowed
therefor, except as provided in Section 209-1.05, “Maintaining Existing and Temporary Electrical Systems.”
‘3 7t17198 Contract No. 3588 Page 117 of 122 Pages
When shown as a contract item, the contract price paid per meter for cast-in-drilled-hole concrete pile (signal foundation) shall include full compensation for furnishing all labor, materials, tOOk equipment, and incidentals, and for doing all the work involved in constructing reinforced concrete
pile foundations of the size shown on the Engineer’s Estimate, including drilling holes, disposing of
the material resulting from drilling holes, furnishing and placing anchor bolt assemblies and rein- forcing steel, complete in place, as shown on the plans, and as specified in these special provisions and as directed by the Engineer.
When shown as a contract item, non-reinforced portland cement concrete foundations will be
measured and paid for in the manner as provided in Section 303-I .I 1, “Payment.”
When shown as a separate contract item by the lump sum or per bid item linear measurement,
interconnection conduit and conductor shall include all interconnection conductors, but shall only
include conduit and pull boxes containing interconnection conductors and no other conductors. The
quantity of interconnection conduit and conductor to be paid for by the lump sum bid or the bid item
linear measurement shall be the length of that conduit. Compensation for conduit containing
interconnection conductors and other conductors shall be considered as included in the contract
price paid for the item requiring the other conductors.
Full compensation for furnishing, installing, maintaining and removing falsework lighting equipment
shall be considered as included in the contract prices paid for the items of work involved in the structure which requires the falsework lighting and no additional compensation will be allowed
therefor.
SECTION 210 - PAINT AND PROTECTIVE COATINGS
2104.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follows: Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chevrons,
and curbs shall be rapid dry water borne conforming to CALTRANS Specification No. 8010-91D-30.
Paint for pavement legends, pavement symbols, pavement arrows, crosswalks, parking stall
markings and stop bars shall be alkyd thermoplastic conforming to CALTRANS Specification No.
8010-21C-19. Glass beads to be applied to the surface of the rapid dry water borne paint and the
molten thermoplastic material shall conform to the requirements of CALTRANS Specification No.
801 O-21 C-22 (Type II). CALTRANS Specifications for water borne paint, thermoplastic material and
glass beads may be obtained from the CALTRANS Transportation Laboratory, P.O. Box 19128, Sacramento, CA 95819, telephone number (916) 227-7000.
210-3 GALVANIZING
Add the following section:
210-3.6 Galvanizing for Traffic Signal Facilities. The requirements of this section shall pertain only to the preparation and galvanizing of traffic signal facilities. Galvanizing of products fabricated from rolled, pressed and forged steel shapes, plates, bars and strip 3.2 mm (1/s”) thick or thicker,
shall conform to the specifications of ASTM Designation: A 123, except that complete seal welding
of tightly contacting surfaces of these products prior to galvanizing is required only where seal welding is shown on the plans or specified in these special provisions. Except for pre-galvanized
standard pipe, galvanizing of material 3.2 mm (I&,‘) thick or thicker shall be performed after
fabrication into the largest practical sections.
‘3 7117198 Contract No. 3588 Page 118 of 122 Pages
--
F-
At the option of the Contractor, material thinner than 3.2 mm (1/8”) shall be galvanized either before
fabrication in conformance with the requirements of ASTM Designation: A 525M, Coating
Designation 2600, or after fabrication in conformance with the requirements of ASTM Designation:
A 123, except that the weight of zinc coating shall average not less than 365 g per square meter (1.2
oz. per ff) of actual surface area with no individual specimen having a coating weight of less than
305 g per square meter (1 .O oz. per ff).
--
Galvanizing of standard pipe shall conform to the requirements of ASTM Designation: A 53.
Galvanizing will not be required for stainless steel, monel metal and similar corrosion resistant parts.
--
C”
Fabrication shall include all operations such as shearing, cutting, punching, forming, drilling, milling, bending, welding and riveting. All welded areas shall be thoroughly cleaned prior to galvanizing to remove all slag or other material that would interfere with the adherence of the zinc. When it is
necessary to straighten any sections after galvanizing, the work shall be performed without damage
to the zinc coating.
--
--
-- -
--
--
Galvanizing of iron and steel hardware and nuts and bolts, when specified or shown on the plans,
shall conform to the specifications of ASTM Designation: A 153, except whenever threaded studs,
bolts, nuts, and washers are specified to conform to ASTM Designation: A 307, A 325, A 325M,
A 449, A 563, A 563M, or F 436 and zinc coating is required, they shall be hot-dip zinc coated or mechanically zinc coated in accordance with the requirements of the ASTM Designations. Unless
otherwise specified, galvanizing shall be performed after fabrication. Components of bolted assemblies shall be galvanized separately before assembly. Tapping of nuts or other internally
threaded parts to be used with zinc coated bolts, anchor bars or studs shall be done after
galvanizing and shall conform to the requirements for thread dimensions and overtapping allowances in ASTM Designation: A 563 or A 563M. When specified, painting of zinc coated
surfaces shall be in accordance with the procedures in Section 210-1, “Paint.” Galvanized surfaces
that are abraded or damaged at any time after the application of the zinc coating shall be repaired by
thoroughly wire brushing the damaged areas and removing all loose and cracked coating, after
which the cleaned areas shall be painted with 2 applications of unthinned zinc-rich primer (organic
vehicle type) conforming to the provisions in Section 210-3.5, “Repair of Damaged Zinc Coating.”
Aerosol cans shall not be used.
c-
--
-0 b 7117198 Contract No. 3588 Page 119 of 122 Pages
SUPPLEMENTAL PROVISIONS
TO
STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION
PART 3, CONSTRUCTION METHODS
SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS
307-3 STREET LiGHTiNG CONSTRUCTION. Modify as follows: Section 86, “Signals, Lighting
and Electrical Systems” found in section 209 herein, shall replace Section 307-3, “Electrical
Components”, of the SSPWC in all matters pertaining to the specifications for measurement,
payment, warranty, and methods of construction for all elements of street lighting and traffic signals.
3074 TRAFFIC SIGNAL CONSTRUCTION. Modify as follows: Section 86, “Signals, Lighting
and Electrical Systems” found in section 209 herein, shall replace Section 307-4, “Electrical
Components”, of the SSPWC in all matters pertaining to the specifications for measurement,
payment, warranty, and methods of construction for all elements of street lighting and traftic signals.
SECTION 310 - PAINTING
310-5 PAINTING VARIOUS SURFACES.
310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth paragraph as follows: The Contractor shall furnish all equipment, materials, labor, and supervision necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks, and other designated markings in accordance with the Plans, or for approved temporary detours essential for safe control of traffic through and around the construction site. The Contractor shall remove by wet grinding all existing or temporary traffic markings and lines that may confuse the public. When temporary detour striping or markings are no longer required, they shall be removed prior to painting the new traffic stripes or markings.
310-5.6.3 Equipment. Delete the ninth paragraph and substitute the following: The Contractor shall provide a wet grinding machine with sufficient capacity to completely remove all existing or temporary traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced by grinding the existing or temporary traffic striping or markings on pavement shall not exceed variations from a uniform plane more than 3 mm (I/*“) in 3 m (IO’) when measured parallel to the centerline of the street or more than
6 mm (‘/,“) in 3 m (10’) when measured perpendicular to the centerline of the street. The use of any equipment that leaves ridges, indentations or other objectionable marks in the pavement shall be
discontinued, and equipment capable of providing acceptable surface shall be furnished by the Contractor. This equipment shall meet all requirements of the air pollution control district having jurisdiction. Removal of striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain or water course and when approved by the Engineer. All water from high velocity water jet striping removal shall be vacuumed from the pavement immediately after the water jetting and shall not be allowed to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding.
‘3 7117198 Contract No. 3588 Page 120 of 122 Pages
c-
L-
310-5.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: Existing
markings and striping, either permanent or temporary, which are to be abandoned, obliterated or that conflict with the plans shall be removed by grinding methods. Dry or wet sandblasting may not be used in any areas. Alternate methods of paint removal require prior approval of the Engineer.
Obliteration of traffic striping with black paint, light emulsion oil or any other masking method other
. ..- than a minimum 30mm (0.10’) thick asphalt concrete overlay is not permitted.
--
--
F-
31046.7 Layout, Alignment, and Spotting. Modify the first paragraph as follows: The Contractor Shall establish the necessary control points for all required pavement striping and markings by surveying methods. No layout of traffic striping shall be performed by the Contractor before establishment of the necessary control points. The Contractor shall establish all traffic striping between these points by stringline or other method to provide striping that will vary less than 80mm per 100m (l/2 inch in 50 feet) from the specified alignment.. Straight stripes deviating more than 80mm per 1OOmm (l/ 2 inch in 50 feet) shall be obliterated by grinding, and the markings corrected. The Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the work progresses.
--
31046.8 Application of Paint. Modify the second paragraph as follows: The first coat of paint shall be done immediately upon approval of striping layout by the Engineer. Paint end of median noses yellow.
310-5.6.10 Measurement and Payment. modify as follows:
--
-- -
r-
--
--
--
Final and temporary traffic striping, curb markings and pavement markings as shown on the plans and required by the specifications shall be included in the lump-sum price bid for the traffic signal, and no additional compensation will be allowed therefor. The lump sum prices bid shall include all labor, tools, equipment, materials, and incidentals for doing all work in installing the final and temporary traffic striping. All costs for temporary pavement painting for the convenience of the Contractor, including costs for sandblasting of existing lines and markings, shall be at its expense and no additional compensation shall be made therefor.
Add the following section: 31 O-5.6.1 1 Preformed Thermoplastic Pavement Markings.
For asphalt concrete pavement the Contractor shall be apply preformed thermoplastic pavement markings using the propane torch method recommended by the manufacturer. The preformed
thermoplastic pavement markings shall not be applied at ambient and road temperatures below 08 C
(328 F). The Contractor shall clean, dry and remove all debris from the pavement before applying
preformed thermoplastic pavement markings. portland cement concrete pavement the Contractor shall use the same application procedure as described for asphalt concrete pavement. However, at
the Contractor’s option a compatible primer sealer may be applied before application to assure
proper adhesion.
Add the following Section: 31 O-7 PERMANENT SIGNING
Add the following Section:
31 O-7.1 General. Add the following section: The Contractor shall provide and install all permanent traffic control signs at locations shown on plans and as specified herein.
c-
<-
‘3 7117198 Contract No. 3588 Page 121 of 122 Pages
Add the following section: 310-7.2 Measurement And Payment. Permanent signing and appurtenances thereto shown on the plans or required in the specifications are a part of the lump-sum item for permanent signing and
payment therefor shall include full compensation for furnishing all labor, materials, tools, equipment,
and incidentals and for doing all the work involved in supplying and installing permanent signing and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer.
Add the following section: 313-2 TEMPORARY TRAFFIC SIGNING.
Add the following section: 313-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers,
markings, and delineators at locations shown on plans and specified herein.
Add the following section: 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or
overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary
traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall
replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking being discovered during non-working hours or, when the marking is discovered
during working hours, within 2 hours of such discovery of marking.
Add the following section:
3134 MEASUREMENT AND PAYMENT. Temporary traffic pavement markers, temporary
channelizers, temporary signing, temporary railing (type K), temporary crash cushions and
temporary appurtenances thereto shown on the plans or required in the specifications are a part of the lump-sum item for traffic control and payment therefor shall include full compensation for
furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in applying, installing, maintaining, and removing temporary traffic pavement markers, channelizers,
signing, railing (type K), crash cushions and appurtenances, complete in place, as shown on the
plans, as specified in the Standard Specification and these special provisions, and as directed by the
Engineer. Payment for temporary crash cushions, concrete barriers and the signs and reflectors
marking them shall include the installation, grading for installation, grading for the approach path,
maintenance, painting and re-painting, replacement of damaged units and removal and shall also be included in the lump-sum price bid for traffic control. Payment for relocation of K-rails and crash
cushions when not shown on the plans and requested by the Engineer shall be made per section
3-3, Extra Work, SSPWC.
** b 7l17198 Contract No. 3588 Page 122 of 122 Pages
CITY OF CARLSBAD -AGENDA BILL
9B# 15, 771 TITLE-
=CE OF COMPLETION FOR A TRAFFIC SIGNAL AT MTG. 6/l 3/00 AVIARA PARKWAY AND POlNSEl-TlA LANE, PROJECT
DEPT. ENG I NO.3588 I CITY MGR.a
RECOMMENDED ACTION:
Adopt Resolution No. J@o &accepting the construction of the Traffic Signal at Aviara Parkway
and Poinsettia Lane, Project No. 3588, as complete and directing the City Clerk to record a Notice of Completion and release bonds in accordance with State Law and City Ordinances.
ITEM EXPLANATION:
On September 14, 1999, HMS Construction, Inc. was awarded a contract in the amount of $108,980.00 for construction of the Traffic Signal at Aviara Parkway and Poinsettia Lane.
HMS Construction completed the work on May 12, 2000. City forces have inspected said work and
found it to be satisfactory. Staff recommends formal acceptance by the City Council.
FISCAL IMPACT:
A summary of the final project cost is as follows:
Contingency Expended $ 0.00
Administration/Inspection $ 4,832.76
Miscellaneous $ 0.00
Total: $113.812.76
Original Appropriation: $125,000.00
Remaining Balance: $11,187.24
EXHIBITS:
I.
2.
3.
Location Map. Resolution No. dm- 1 b6 accepting the construction of the Traffic Signal at Aviara
Parkway and Poinsettia Lane, Project No. 3588, as complete and directing the City Clerk to record a Notice of Completion and release bonds in accordance with State Law and City
Ordinances. Notice of Completion.
CATION P
LEGEND:
PROPOSED TRAFFIC SlGNAL LOCA T/ON
NOT 70 SCALE
PROJECT NAME AVIARA PARKWAY AND PROJECT EXHIBIT
POINSETTIA LANE TRAFFIC SIGNAL j"s"s"s'" 1
W By: SCOTJ EVANS, CAULSBAD ENGINEERING DEPT.
’ . .
2
3
4
5
6
7
8
9
70
11
12
13
14
15
16
17
18
19
20
21
22
23
24
c 26
27
28
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
CARLSBAD, CALIFORNIA, ACCEPTING THE CONSTRUCTION
OF THE TRAFFIC SIGNAL AT AVIARA PARKWAY AND
POINSETTIA LANE, PROJECT NO. 3588.
WHEREAS, the construction of the Traffic Signal at Aviara Parkway and Poinsettia Lane
has been satisfactorily completed; and
WHEREAS, the formal project Notice of Completion has been prepared; and
WHEREAS, all project costs have been established to date.
NOW, THEREFORE, BE IT RESOLVED by the City Council 6f the City of Carlsbad,
California, as follows:
1. That the above recitations are true and correct.
2. That the construction of the Traffic Signal at Aviara Parkway and Poinsettia Lane,
specifically identified as Project No. 3588, is deemed complete and hereby accepted.
3. The City Clerk of the City of Carlsbad is hereby authorized and directed to execute
the Notice of Completion and have same recorded.
4. That bonds will be released in accordance with State Law and City Ordinances.
PASSED, APPROVED AND ADOPTED at a regular meeting of the Carlsbad City Council
held on the 13thday of June t 2000 by the following vote, to wit:
AYES: Council Members Lewis, Hall and Nygaard.
NOES: None
la and Kulchin.
*m
WOOD, City Clerk (SEAL)
June 19,200O
.
Gregory J. Smith
County Recorder
Post Office Box 1750
San Diego, CA 92112-4147
RE: NOTICE OF COMPLETION
Enclosed for recordation is the following described document:
Notice of Completion
HMS Construction, Inc.
Traffic Signal at Aviara Parkway and Poinsettia Lane
Project No. 3588
Also enclosed are instructions on how the City is to be billed for the recordation fees
incurred. Thank you for your assistance in this matter.
ISABELLE J. PAULSEN
Administrative Secretary
IJP
Enclosures
1200 Carlsbad Village Drive - Carlsbad, CA 92008-l 989 - (760) 434-2808 a3
DOE-# 2000-0357211
JUL C&z 2000 3:38 Pivl
CITY OF CARLSBAD
;
OFFICIhL RECORDS SAN DIEGO COUNTY RECORDER’S OFFICE
When recorded mail to:
City Clerk
City of Carlsbad
1200 Carlsbad Village Dr.
Cartsbad, CA 92008
GREGtRY J. S#ITHr COUNTY REMRDER FEES: 0.00
Space above this line for Recorder’s Use
Recording requested by:
NOTICE OF COMPLETION
Notice is hereby given that:
1. The undersigned is owner of the interest or estate stated below in the property hereinafter
described.
2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California
92008.
4. The nature of the title of the undersigned is: In fee.
5. A work of improvement on the property hereinafter described was completed on
May 12,200O.
6. The name of the contractor, if any, for such work of improvement is HMS Construction, Inc. 7. The property on which said work of improvement was completed is in the City of Carlsbad,
County of San Diego, State of California, and is described as the Traffic Signal at Aviara
Parkway and Poinsettia Lane , Project 3588. The address of said property is within the
limits of the City of Carlsbad.
CITY OF CARLSBAD &b Public Works Director/City Engineer
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad,
California, 92008; the City Council of said City on June 13 2000, accepted the
above described work as completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on & JU- /c , 2000, at Carlsbad, California.
CITY OF CARLSBAD
;&. I 6 43 40