Loading...
HomeMy WebLinkAboutHMS Construction; 2002-08-22; 38121llOC # 2003-0846359 JUL 16s 2003 12~49 PM OFFICIAL REm SWI DIEGO WUNTY REaXUlER'S OFFICE GaGoRy J. SMITH, COUNTY RECORDER FEES: 0.00 Recording requested by: 1 ) CITY OF CARLSBAD ) ) When recorded mail to: 1 ) City Clerk ) City of Carlsbad ) 1200 Carlsbad Village Dr. 1 Carlsbad, CA 92008 I Space above this line for Recorder's Use NOTICE OF COMPLETION Notice is hereby given that: 1. 2. 3. 4. 5. 6. 7. The undersigned is owner of the interest or estate stated below in the property hereinafter described. The full name of the undersigned is City of Carlsbad, a municipal corporation. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was completed on March 7, 2003. The name of the contractor for such work of improvement is HMS Construction, Inc. The property on which the work of improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as the construction of Camino Vida Roble and El Camino Real Improvements, Project Nos. 3812 & 3643. CITY OF CARLSBAD VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, , 2003, accepted the California, 92008. The City Council of said City on above described work as completed and ordered that a Notice of Completion be filed. July 15 I declare under penalty of perjury that the foregoing is true and correct. Executed on July 16 , 2003, at Carlsbad, California. CITY OF CARLSBAD 1 LORRAINE M. W6OD AB #17,243 (7-15-03) Reso. 2003-191 City Clerk I.. '/, . CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS AND SUPPLEMENTAL PROVISIONS FOR EL CAMINO REAL AND \ CAMINO VIDA ROBLE LEFT-TURN LANES CONTRACT NO. 38121 Contract No. 38121 Pagel of156PaQes TABLE OF CONTENTS - Item NOTICE INVITING BIDS ................................................................................................................... 6 CONTRACTORS PROPOSAL ......................................................................................................... 10 BID SECURITY FORM ...................................................................................................................... 15 BIDDERS BOND TO ACCOMPANY PROPOSAL ........................................................................... 16 GUIDELINES FOR COWLETING THE "DESIGNATION OF SUBCONTRACTOR AMOUNT OF SUBCONTRACTORS BID" AND 'DESIGNATION OF OWNER OPERATOWLESSOR & AMOUNT OF OWNER OPERATOWLESSOR WORK" FORMS ..................................................... 18 DESIGNATION OF SUBCONTRACTOR &AMOUNT OF SUBCONTRACTORS BID .................. 20 DESIGNATION OF OWNER OPERATOWLESSOR & AMOUNT OF OWNER OPERATOWLESSOR WORK .......................................................................................................... 21 BIDDERS STATEMENT OF FINANCIAL RESPONSIBILITY .......................................................... 22 BIDDERS STATEMENT OF TECHNICAL ABlLlTYAND EXPERIENCE ........................................ 23 BIDDERS CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS LIABILITY, AUTOMOTIVE LlABlLlTYAND WORKERS COMPENSATION ................................... 24 BIDDERS STATEMENT OF RE-DEBARMENT ............................................................................... 25 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD ...................................................................... 26 NON-COLLUSION AFFIDAVITTO BE EXECUTED BY BIDDER AND SUBMllTED WITH BID ....................................................................................... 28 CONTRACT PUBLIC WORKS .......................................................................................................... 29 LABOR AND MATERIALS BOND ..................................................................................................... 35 FAITHFUL PERFORMANCWARRANTY BOND ........................................................................... 37 ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION (OPTIONAL) ........................................................................ 39 Revised 911 1/00 Contracl No. 38121 Page 2 of I56 Pages SUPPLEMENTAL PROVISIONS Part 1 General Provisions Section 1 1-2 1-1 1-3 Section 2 2-3 2-4 2-5 2-9 2-1 0 Section 3 3-2 3-3 3-4 3-5 Section 4 4- 1 Section 5 5- 1 5-4 Section 6 6-1 6-2 6-6 6-7 6-8 6-9 Section 7 7-3 7-4 7-5 7-8 7-7 7-9 7-10 7-1 5 7-1 3 Section 9 9-1 9-3 Terms, Definitions, Abbreviations and Symbols Terms ......................................................................................................................... 42 Abbreviations 43 Definltlons 42 Scope and Control of the Work Subcontracts .............................................................................................................. 44 Contract Bonds .......................................................................................................... 44 Plans and Specifications ............................................................................................ 45 Authorityof Board and Engineer 51 Surveying 47 Changes in Work Changes Initiated by the Agency ............................................................................... 51 Extra Work ................................................................................................................. 51 Changed Condltlons 52 .. .................................................................................................................. ............................................................................................................. ................................................................................................................... ................................................................................ .. .................................................................................................. Disputed Work ........................................................................................................... 53 Control of Materials Materials and Workmanship ...................................................................................... 56 Utilities Location ...................................................................................................................... 56 Relocation .................................................................................................................. 56 Prosecution, Progress and Acceptance ofthe Work Construction Schedule and Commencement ofwork .............................................. 57 Prosecution of Work .................................................................................................. 57 Delays and Extensions of Time ................................................................................. 58 Time of Completion .................................................................................................... 58 Completion and Acceptance ...................................................................................... 58 Liquidated Damages .................................................................................................. 59 Responsibilities of the Contractor Liablllty Insurance 59 Workers' Compensation Insurance ........................................................................... 59 Permits ....................................................................................................................... 59 Cooperation and Collateral Work .............................................................................. 59 Project Site Maintenance ........................................................................................... 59 Protection and Restoration of Existing lmprowments .............................................. 61 Public Convenience and Safety ................................................................................. 61 Laws to be Obsened ................................................................................................. 65 Moblllzatlon ................................................................................................................ 65 Measurement and Payment Measurement of Quantities for Unit Price Work ........................................................ 66 Payment ..................................................................................................................... 66 .. ...................................................................................................... ... @ Revised 911 1K)o Contract No. 38121 Page 3 of I58 Pages r- Part 2 Construction Materials 200-2 Section 200 Rock Materials Untreated Base Materials .......................................................................................... 69 Section 201 Concrete, Mortar and Related Materials 201-1 201 -3 Portland Cement Concrete 69 Expansion Joint Filler ................................................................................................. 71 ........................................................................................ 2036 Section 203 Bituminous Materials Asphalt Concrete ....................................................................................................... 72 Section 204 Lumber and Treatment with Preservatives 204-1 Lumber and Plywood ................................................................................................. 72 Section 206 Miscellaneous Metal Items 206-7 Traffic Signs ............................................................................................................... 73 206-8 Light Gauge Steel Tubing and Connectors ............................................................... 75 206-9 Portable Changeable Message Sign ......................................................................... 77 Section 209 209-1 209-2 209-3 2094 209-5 209-6 209-7 209-8 Signals, Lighting and Electrical Systems General ..................................................................................................... ................. 78 Materials and Installation ........................................................................................... 82 Controller Assemblies ................................................................................................ 103 Traffic Signal Faces and Fittings ............................................................................... 104 Lighting 132 Detectors 122 Removing. Reinstalling or Salvaging Electrical Equipment ....................................... 142 Payment ..................................................................................................................... 143 .................................................................................................................... ....................................................................................................................... Section 210 Paint and Protectiw Coatings 210-1 paint ........................................................................................................................... 144 Section 214 Pavement Markers 214-5 Reflective Pavement Markers .................................................................................... 144 Part 3 Construction Methods Section 300 Earthwork 300-1 Clearing and Grubbing ............................................................................................... 146 300-2 ............................................................................................. 300-4 Unclassified Excavation 147 Unclassified Fill .......................................................................................................... 148 Section 301 Treated Soil, Subgrade Preparation and Placement ofBase Materials 301-1 Subgrade Preparation ................................................................................................ 148 301-2 Untreated Base .......................................................................................................... 149 301-6 Soil Sterilant ............................................................................................................... 149 Section 302 Roadway Surfacing 302-5 Asphalt Concrete Pavement ...................................................................................... 149 a Revised 9/11/00 Contract No. 30121 Page 4 of 156 Pages Section 303 303-1 303-5 303-6 Section 307 307-4 Section 310 307-3 31 0-5 31 0-7 Section 312 312-1 313-1 Section 31 3 31 3-2 31 3-3 31 3-4 Concrete and Masonry Construdion Concrete Structures ................................................................................................... 150 Concrete Curbs, Walks, Gutters, Cross Gutters, Alleylntenections Access Ramps and Driveways .................................................................................. 150 Stamped Concrete ..................................................................................................... 151 Street Lighting Construction ...................................................................................... 151 Street Lighting and Traffic Signals Traffic Signal Construction ......................................................................................... 151 Traffic Striping, Markings and Markers Painting Various Surfaces ......................................................................................... 152 Permanent Signing .................................................................................................... 153 Pavement Marker Placement and Remoml Placement .................................................................................................................. 153 Temporary Traffic Control Devices Temporary Traffic Pavement Markers ....................................................................... 154 Temporary Traffic Signing ......................................................................................... 154 Measurement and Pa~ent ....................................................................................... 156 Railing (Type K) and Crash Cushions ....................................................................... 155 - e Revised 911 1/00 Contract No. 30121 Page 5 of 156 Pages CITY OF CARLSBAD, CALIFORNIA e NOTICE INVITING BIDS Until 4:OO p.m. on Tuesday, May 21, 2002, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: The work to be done on El Camino Real and Carnino Vida Roble consists of clearing and grubbing, unclassified excavation, asphalt concrete, aggregate base, construction of PCC median curb, median curb and gutter, median concrete paving traffic signal modification, and miscellaneous appurtenant construction as required by the plans and specifications for this project. EL CAMINO REAL AND CAMINO VlDA ROBLE LEFT-TURN LANES The bid and the terms of the Contract Documents' and Supplemental Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. The work shall be performed in strict conformity with the 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 (2000 Edition), and supplements thereto, all hereinafter designated 'SSPWC as issued by the Southern California Chapter of the American Public Works Association and as amended by the special provisions sections of this contract. Reference is hereby made to the specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. Each bid must be accompanied by security in a form and amount required by law. The bidder's security No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. executed. The security submitted by all other unsuccessful bidders shall be returned to them, or of the second and third next lowest responsive bidders may be withheld until the Contract has been fully 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 nith 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. Revised 9/11/00 Contract No. 38121 Page 6 of 156 Pages " The documents which comprise the Bidder's proposal and that must be completed, properly executed _- and notarized are: 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit 4. Designation of Subcontractors and Amount of Subcontractor Bid 5. Designation of Owner Operator/Lessors 81 6. Bidder's Statement of Financial Responsibility Amount of Owner OperatodLessor Work 7. Bidder's Statement of Technical Ability and 8. Acknowledgment of Addendum(a) Experience 9. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be prowded by 10. Bidder's Statement re: Debarment the Bidder prior to avard of this contract. 1 I. Bidder's Disclosure of Discipline Record 12. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) All bids will be compared on the basis of the Engineel's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $192,000. Except as provided herein, a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the Bidder to be licensed in accordance with California law. Where federal funds are involved, the Contractor shall be properly licensed at the time the contract is awarded. In all other cases, the Contractor shall state their license number, expiration date and classification in the classifications are acceptable for this contract: Class A, General Engineering. proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following 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 Faraday Center, 1635 Faraday Avenue, Carlsbad, California, for a non-refundable fee of $25.00 per set. If plans and specifications are to be mailed, the cost br postage should be added. Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer, a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specifled. No Bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. The City of Carlsbad resenes the right to reject anyor all bids and to wive any minor irregularityor informality in such bids. Contract No. 38121 Page 7 of 156 Pages " 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 exxution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting 4107 and 4107.5. Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A pre-bid meeting and tour ofthe project site All not be held. All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and 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 wed or written in with ink and must be initialed in ink bya person authorized to sign for the Contractor. Bidders are advlsed to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to: 1. One hundred percent (100%) of the total amount payable by the terms on the contract when the total amount payable does not exceed five million dollars ($5,000,000). 2. Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5.000,000) and does not exceed ten million ($10,000,000). 3. Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($10,000,000). full force and effect and be retained by the City until they are released as stated in the Supplemental These bonds shall be kept in full force and effect during the course of this project, and shall extend in and authorized to transact the business of insurance in California and whose assets exceed their Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted accompanied by the following documents: liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be I. An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authoriang the person who executed the bond to do so. Contract No. 30121 Page 0 of 150 Pages - 2. A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. quarterly statement filed with the Department of Insurance pursuant to Article 10 (Commencing with If the bid is accepted, the City may require copies of the insurer's most recent annual statement and 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 Ath insurers that: I. Have a rating in the most recent Bests' KeyRating Guide of at least A-:V. 2. Are admitted and authorized to transact the business of insurance in the State of California by the - Insurance Commissioner. - Auto policies offered to meet the specification of this contract must: 1. Meet the conditions stated aboE for all insurance companies. 2. Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, state the coverage is for "any auto" and cannot be limited in any manner. non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must .. " Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept -- policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required fails to comply with these requirements, the City may award the contract to the second or third lowest bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor bidder and the bid securityof 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. 2002-083, adopted on the 12'" day of March, 2002. " - - I fl 4q 20QZ _- Dah Ruth letcher, Deputy City Clerk - if3, Revised 9/11/00 Contract No. 36121 Page 9 of 156 Pages L City of Carlsbad May 20,2002 ADDENDUM NO. 2 RE: EL CAMINO REAL AND CAMINO VlDA ROBLE LEFT-TURN LANES, PROJECT NO.: 3812-1 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. Please note change in due date for the above-mentioned bid. New date for bid openinq is: May 28,2002 Time remains the same: 4:OO p.m. This addendum--receipt acknowledged-must be included to your bid when your bid is submitted. RUTH FLETCHER Purchasing Officer RF:jlk I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 - 1635 Faraday Avenue * Carlsbad, CA 92008-7314 * (760) 602-2460 FAX (760) 602-8556 @ . . _-. CITY OF CARLSBAD El Camino Real and Camino Vida Roble Left-Turn Lanes - Contract Nos. 38121 Addendum No. 2. From: Sherri Howard, Project Manager Phone: (760) 602-2756 Fax: (760) 602-8562 No. of Pages: 2 Date: May 20,2002 Bid Opening Date: May 28,2002 at 4:OO pm (Revised) - REVISIONS TO BID DOCUMENTS: NOTICE INVITING BIDS: A. REVISE Line 1, Paragraph 1, page 6 of 156 pages from Notice Inviting Bids: “Until 4:OO pm, on Tuesdav. Mav 28, 2002, the City shall accept sealed bids,’’. SPECIAL PROVISIONS: 13. Page 153 of 156, Paragraph 3 (Section 310-5.6.1 I), Line 4 should read: At ambient and road temperatures below 0’ C (32” F). PLANS: C. Drawing 394-9 Sheet 8 of 10, add the following note to the Construction Notes: Install new cable conductor from Controller to Pole Location C and D. I ,- PAGE 81/81 LUZAICH STRIPING INC. P.O. BOX 2426 EL CAJON,.CA 92021 LICENSE s775886 EXPIRES 3i3 1/02 - 2- , 6 City of Carlsbad May 13,2002 ADDENDUM NO. 1 RE: EL CAMINO REAL AND CAMINO VlDA ROBLE LEFT-TURN LANES, PROJECT NO.: 3812-1 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. Please note change in due date for the above-mentioned bid. New date for bid openina is: May 22,2002 Time remains the same: 4:OO p.m. This addendum--receipt acknowledged--must be included to your bid when your bid is submitted. RUTHFLETCHER Purchasing Officer RF:jlk I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 .- Biddebs Signature 1635 Faraday Avenue - Carlsbad, CA 92008-7314 - (760) 602-2460 FAX (760) 602-8556 @ ,- CITY OF CARLSBAD El Camino Real and Camino Vida Roble Left-Turn Lanes - Contract Nos. 38121 Addendum No. 1 From: Sherri Howard, Project Manager Phone: (760) 602-2756 Fax: (760) 602-8562 No. of Pages: 1 Date: May 13,2002 Bid Opening Date: May 22,2002 at 4:OO pm (Revised) REVISIONS TO BID DOCUMENTS: NOTICE INVITING BIDS: A. REVISE Line 1, Paragraph 1, page 6 of 156 pages from Notice Inviting Bids: “Until 4:OO pm, on Wednesdav, May 22. 2002, the City shall accept sealed bids,”. 1 " OPTIONAL Though /he information below is no1 required by law, il may prove valuable lo persons relying on /he documenl and could prevent fraudulent removal and reanachmenl of this form lo anolher documenl. Description of Attached Do ment Title or Type of Document: Ab bEubL( M Document Date: Number of Pages: a- Signer($ Other Than Named Above: Capacity(ies) Claimed by Signer kzual Signer's Name: orporate Officer - Title(s). ///Ck 4 : 1 Partner - :~: Limited ' General : ' Attorney in Fact I Trustee ~ , Guardian or Conservator ~: Other: - State of California 1 dnally known to me I_: proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare acknowledged to me that helshelthey executed subscribed to the within instrument and the same in his/her/their authorized capacity(ies). and that by hislherltheir the entity upon behalf of which the person@) signature(s) on the instrument the person(s). or acted, executed the instrument. WIT m hand and o ' ' I seal. State of California personally appeared &ally known to me C proved to me on the basis of satisfactory evidence to be the person(s) whose name@) islare subscribed to the within instrument and the same in hislherltheir authorized acknowledged to me that helshelthey executed capacity(ies), and that by hislherltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person@) acted, executed the instrument. and and official seal. Place Notary Seal Abave Though the ;nfonnal;on below is no1 requjred by law, it may prove valuable lo persons relying on /he documenl and could prevenl fraudulenl removal and reanachmenl of this form lo another documenl. Description of Attached Document Title or Type of Document: nl\Etdm $2- Document Date: 6-bd 2 Number of Pages: 3- Signer@) Other Than Named Above: Capacity(ies) Claimed by Signer Yj Individual Signer's Name: dorporate Officer - Title(s): &E %%5{&Lf L-I Partner - i~ Limited 2 General f ; Attorney in Fact I ' Trustee : . Guardian or Conservator I~: Other: .- CITY OF CARLSBAD CONTRACTOR’S PROPOSAL EL CAMINO REAL AND CONTRACT NO. 38121 CAMINO VlDA ROBLE LEFT-TURN LANES City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares hdshe has carefully examined the location of the work, read the Notice proposes to furnish all labor, materials, equipment, transportation, and services required to do all the Inviting Bids, examined the Plans, Specifications, Special Provisions and addenda thereto, and hereby work to complete Contract No. 38121 in accordance with the Plans, Specifications, Supplemental Provisions and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to Ath: BID SCHEDULE Bid Items 1 through 13, Median Improvements Contract No. 38121 Item ML I 2 3 4 Approximate Quantity Unit Descrintion & In$! Mobilization and preparatory work for all bid items at TlNElUElYfW5AND ONE HUUDSD AUD-TY DOUAPS + Dollars (Lump Sufi) Traffic control at I LS $&.074.4% %6!0’?4. % Dollars (Lump Sum) Clearing and grubbing at I LS D EIW cons ~~7wousAuf)frv€ffu~THI Contract No. 38121 Page 10 of 156 Pages Item !h 5 6 7 8 9 10 11 12 13 ApprOXimtE Quantity Descriotion Redwood header at 1,140 LF mILn " - Do UAQS i Fauac€wts KW. Dollars per Linear Foot Crushed aggregate base at 1,386 TONS Wf3I"Y -US 4 €fG~-NWE Eu17s Pmm. Dollars per Ton Asphalt concrete at xvm couApS&l\hl))Jly 413 TONS "mu Dollars per Ton Median curb at seV~~~iEIG(hrl 618 s RLF. -"w Dollars per Linear Foot Median curb and gutter at 1;DW 4 E16HtV-TU6 627 e. L h Dollars per Linear Foot LF LF Median paving, colored. stamped 2.700 SF Signing and Striping at ~l-~USAu, 6rY ClUhxnErl RW fOU* 'DOuaA 4 Dollars (Lump Sum) BW NINE CEUrs 1 LS Project sign at OU€~~"?iIW~ lxJuAcah e16H1Yeeun. Dollars Each 1 LS 1EA Unit 3.&/- Sf7.V" bf7.W. 1 .* 3.v- t28.453.w- B'r,3Q3,.e4/- Total amount of bid, Contract No. 38121, Bid Items 1 through "tu€n4smD. ElWEI6H-f 7xNuu?s FaulL cat* No. 38121. Bid Items 1 through 13, in numbers: Price(s) given above are firm for 90 days after date of bid opening. Addendum (a) No(s). 1, ;?, has/have been received and idare included in this proposal. OPENED, WITNESSED AND RECORDED: Revised 9/11/00 Contract No. 38121 The Undersigned has carefully checked all of the above figures and understands that the Citywill not be responsible for any error or omission on the part ofthe Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract v4th 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 securityof the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do a contractor within the State of California Val' ly licensed under , classification A. B, C-,d'_/dwhich expires on , and that this statement is true and correct and has the legal effect of an - who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall 'be rejected .by the City 5 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 properlylicensed. 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 personalty interested, directly or indirectly, in this Contract, or the cornpensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted hidher 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 Bir and without collusion or fraud. - -~ Accompanying this proposal is %dD (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) ofthe amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is.aware of the provisions.of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craf! or type of worker needed to execute the Contract and agrees to complywith its provisions. - - .- - ?@ Revised 9/11/00 " Contract No. 38121 Page 12 of I 56 Pages IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted w-s bid mcG J- 7idc.- (2) Signature (given and surname) of proprietor 1 (3) Place of Business (Street and Numbed \ 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 H MS b~~~o~ IhIc . - / n - (2) - 7 ,Oofi hb sCtlhlEibEE~\E ICE (Title) Impress Corporate Seal here ... I ... ... ... ... " - Revised 911 1/00 Contract No. 36121 Page 13 of 156 Pages UIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California I county of \sR h) donally known to me 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in hislherltheir authorized capacity(ies). and that by hislherltheir signature(s) on the instrument the person(s). or the entity upon behalf of which the person(s) "coufw acted, executed the instrument. ..' OPTIONAL Though the infomation below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attache Title or Type of Document: '5 KQPashJ L Document Date: Number of Pages: Capacity(ies) Claimed by Signer Signer's Name: xpfr:: Officer - Title($: /)ICE wEs/dEM b Partner - C Limited L1 Generai U Attorney in Fact 0 Trustee Li Guardian or Conservator 0 Other: 1 I Prod NO 5907 (3) Incorporated under the law of the State of CALIFowlA - - (4) Place of Business 12-25 LIMDA km -IV& (Street and Number) -. City and State SAU MAW, &4 LIFO e NIA .-. (5) Zip Code 92069 Telephone No. (7bd 73 f - lp f56 NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE AlTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names ofall general partners, and managing partners: Contract No. 30121 Page 14 of 156 Pages BID SECURITY FORM (Check to Accompany Bid) EL CAMINO REAL AND CAMINO WDA ROBLE LEFT-TURN LANES CONTRACT NO. 30121 (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 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 furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within legally constituted contracting authorities and the undersigned shall fail to execute a contract and 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. dollars ($ ), 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.) " - .- r- @ Revised 911 1/00 - Contract No. 38121 Page 15 of 156 Pages -- BlDOER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: Safeco Insurance Corrpany Contrad No. 38121 - In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from ils obligations under this bond. Executed by PRINCIPAL this 22nd day Executed by SURETY this 224 day of of May ,20%. MaV ~ 20a. PRINCIPAL: sum HW Construction. Inc. Safeco Insurance Conuany o€ &erica fldY&y me of Prindpa (name of Surety) 2677 N. Main Street. #600 (sisn here) (address of Surety) By: Santa Ana, CA 92705 ._ h94Lb 2- s tihJiE,bEt? 714-437-3054 ~ (print name here) (telephone number of Surety) IC e ES/ &EO / 4 By: (Tltle and Or fl nization of$gnatory) Cindy Nj.iliam+, RttQwy-InrFact (printed mame OfAttornepin-Fact) (Attach corporate resolution showing current power of attorney.) LL (Proper notarial ackndedgement 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 mrporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empanering that officer to bind the corporation.) APPROVED AS TO FORM RONALD R. BALL City Attorney Revised 9/11/00 Contract No. 38121 Page 17 of 156 Pages State of California I On personally appeared to be the person(s) whose name(s) idare 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 hislherltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person@) acted, executed the instrument. Place Notary Seal Abve Though /he information below IS no1 required by law, iI may prove valuable lo persons relying on /he document and could prevenl fraudulent removal and reattachment of this form lo another document. Title or Type of Document: Description of Attached Document Document Date: ' 6b>hs Number of Pages: - Signer@) Other Than Named Above: CaDacitvlies) Claimed by Signer Signer's Name: hpwdual _. . " Corporate Officer - Title(s): E5/0EU-L." / L I Partner - .~~ Limited ' ~: General ; I Attorney in Fact I ~ Trustee ' . Other: . ' Guardian or Conservator I" CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT - /" 0 1997 National Notary Association. 9350 De Solo Aus., P.O. Box 2402. Chalrworth, CA 91313-2402 Pmd. No. 5907 Reorder: CallToll-Free 1-800-876-' State of California 1 ss 0 personally known to me p proved to me on the basis of satisfactory evidence Place Nolary Seal AQOvs to be the person@ whose name@ is/* subscribed to the within instrument and acknowledged to me that he/-executed the same in hislbefkw capacitw), and that by his/be&beiw ' authorized the entity upon behalf of which the person# signaturM) on the instrument the persot&@, or acted, executed the instrument. WITNESS my hand and official seal OPTIONAL Though the information below is not required by law. it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Title or Type of Document: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer 0 Individual Signer's Name: Corporate Officer - Title(+ 0 Partner - 0 Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: u r KNL~ ALL BY THESE PRESENTS OF ATTORNEY POWER SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE. SAFECO PLAZA No. 9215 this 21 w Of January . 1997. 1 Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA nd of GENERAL INSURANCE COMPANY OF AMERICA! "Article V. Section 13. - FIDELITY AND SURETY BONDS . . . the President MY Vice President. the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the compny fidelity and surety bonds and such appointment, the signeturss may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking other documents of similar character issued by the company in the course of its business . . . On any instrument making or evidencing that the seal shall not be necessary to the validity of any such instrument or undertaking." of the company. the seal. or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28. 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company Setting Out. (i) The provisions of Article V. Section 13 of the By-Laws, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, (ii) A copy of the power-of-attorney appointment executed pursuant thereto, and the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, R. A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, eze true and correct, and that both the By-Laws. the Resolution and the Power of Attorney are still in full force and effect IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 22ad day of MaV . B2QQz. ,,S-S741EP 1191 (8, Repistwed trademark of SAFECO Corporation. - CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT tate of California :ounty of San Diego )n 5/22/2002 before me, ersonally appeared Cindy Williams, personally known to me -OR- 0 proved to me on the basis of satisfactory evidence to be the person@ whose name@ is/&re subscribed to the within instrument and acknowledged to me that *he/* executed the same in &iher/tkeir authorized capacityw), and that by &/her/tGr signature@ on the instrument the persone or the entity upon behalf of which the person@ acted. executed the instrument. WITNESS my hand and official seal. hough the data below is not required by law, it may prove valuable to persons relying on the document and could prevent .audulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ] INDIVIDUAL ] CORPORATE OFFICER ] PARTNER(S) 0 LIMITED 4 ATTORNEY-IN-FACT ] TRUSTEE@) ] GUARDIAN/CONSERVATOR ITHER IGNER IS REPRESENTING: IAME OF PERSON@) OR ENTITY(1ES) Bidder's Bond CA-ICW 21 (7IW) GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTORS BID" AND "DESIGNATION OF OWNER OPERATOWLESSOR AND AMOUNT OF OWNER OPERATOWLESSOR WORK FORMS REFERENCES - Prior to preparation of the following Subcontractor and Owner Operator/Lessor disclosure forms Bidders are urged to review the definitions in section 1-2 of the SSPWC and of the Special Provisions to this Contract especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer". "Subcontractor" and "Work" and the definitions in section 1-2 of the Supplemental 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 Supplemental Provisions. CAUTIONS - These forms will be used by the Agency to determine the percentage of work that the Bidder proposed to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposed performance of more than 50 percent of the work by subcontractors or owner operatorfiessors or otherwise to be performed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage ofwork proposed to be performed by the Bidder. subcontractor or Owner Operator/Lessor who the Bidder proposed to perform work or labor or render INSTRUCTIONS - The Bidder shall set forth the name and location of business of each and every - service in or about the work or improvement, and every subcontractor or Owner Operator/Lessor licensed as a contractor by the State of California who the Bidder proposed to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000), whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part ofthe bid offer. Bidder shall use separate disclosure forms for each Subcontractor or Owner Operator/Lessor of manpower and equipment that it proposes to use to complete the Work. Additional copies of the forms must be attached if required to accommodate the Contractor's decision to use more than one forms must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct Subcontractor or Owner Operator/Lessor. All items of information must be completely filled out. These Bidder's overhead and profit for subcontracted items of the work is included to compute the percentage Neither the amount, in dollars, or work performed by the Bidder's own forces (as Contractor) nor the When the Bidder proposes that any bid item will be installed by a Subcontractor of Owner Operator/Lessor must be entered under the columns 'Amount of Subcontracted Bid Item Including Subcontractor's Overhead 8 Profit" or 'Amount of Owner Operator/Lessor Bid Item Including Owner Operator/Lessor's Overhead & Profit" unless the dollar amount of all work performed by any Subcontractor or Ovmer OperatorlLessor is less than one-halfof one percent (0.5%) ofthe Bidder's total bid or ten thousand dollars ($lO,OOO), whichever is greater. If a Subcontractor or Owner Operator/Lessor installs or constructs any portion of a bid item, the entire amount of the Contract Unit Price, less the Bidder's overhead and profit, shall be multiplied by the Quantity of the bid item that the - ~ . information may result in rejection of the bid as non-responsive. " of the work performed by Subcontractors or Ower OperatorslLessors. " Operator/Lessor the amount, in dollars, of the bid item installed by each Subcontractor or Owner ~ ~ Subcontractor or her Operator/Lessor installs to compute the amount ofwork so installed. 7 Revised 9/11/00 Contract No. 30121 Page 18 of 156 Pages Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor, the Subcontractor. or the Owner Operator/lessor. as the case may be, that the Bidder proposes as installer of said materials. The value of materials incorporated in any Subcontractor or Owner Operator/Lessor installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposed to be performed by the Subcontractor or Owner Operator/lessor installing said item. 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 page number and total number of additional form pages shall be entered on the first form page of each type so duplicated. When the Bidder proposes using a subcontractor or owner operatorllessor 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 shall be provided by the Contractor to clearly apprise the Agency of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. ~. Determination of the subcontract and Owner Operator/Lessor amounts for purposes of award of the contract shall determined by the City Council in conformance with the provisions of the contract documents and these Supplemental Prousions. The decision of the City Council shall be final. - c_ Revised 9/11/00 - Contract No. 30121 Page 19 of I56 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS EL CAMINO REAL AND CONTRACT NO. 38121 CAMINO VlDA ROBLE LEFT-TURN LANES The Bidder certifies that is has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and Section 4100 et seq. Of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars (SlO.OOO), whichever is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Full Company Name of Subcontractor: %hQhf I pa\, Subcontractor's Complete Address: Po h "774 Street City State Zip . CA 41906 Subcontractor's Telephone Number plus Area Code (bf9) 465 - 941f - Subcontractor's California State Contractors License No. 8, Classifcation 364.ff3 c-f2 Subcontractor's Carlsbad Business License No SUBCONTRACTOR BID ITEMS Overhead & Profit Explanation: Column 1 - Bid Item No. tom the bid proposal, pages 10 through 11. inclusie. Column 2 - The dollar amount of the item to be perbrmed by the Subcontractor. Column 3 - The dollar amount of the item to be perbrmed by Contractor's om forces. Contractor's and the Subcontractor's brces on the item. Column 4 - The dollar amount of the Contractor's overhead and profit for work done by both the Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the Page 1 of 3 pages of this Subcontractor Designation Form .- item on bid proposal pages 10 through 11, inclusiw. *) p,s Revised 911 1/00 Contract No. 38121 Page 20 of 156 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS EL CAMINO REAL AND CAMINO VlDA ROBLE LEFT-TURN LANES CONTRACT NO. 38121 The Bidder certifies that is has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and Section 4100 et seq. Of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($lO.OOO), whichever is greater and that no changes in the subcontractors listed work will be made except upon the prior approwl of the Agency. Full Company Name of Subcontractor: Q.E.M. Land "r\ley;nS., InC. Subcontractor's Complete Address: Eo. -X 1562 V15tZ2 firt 42085 City State Zip Subcontractor's Telephone Number plus Area Code (760) 94f - 1207 Subcontractor's California State Contractors License No. & Classifcation L69&5 - Land sUrIfey?f Subcontractor's Carlsbad Business License No i209587 SUBCONTRACTOR BID ITEMS Overhead 8 Profit Explanation: Column 1 - Bid Item No. tom the bid proposal, pages 10 through 11, inclusile. Column 2 - The dollar amount of the item to be perbrmed by the Subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor's ow forces. Column 4 - The dollar amount of the Contractor's overhead and profit for work done by both the Contractor's and the Subcontractor's brces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the Page 2 of .? pages of this Subcontractor Designation Form .- item on bid proposal pages 10 through 11, inclusiw. tS Revised 9/11/00 Contract No. 38121 Page 20 of 156 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS EL CAMINO REAL AND CONTRACT NO. 38121 The Bidder certifies that is has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor 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 e: seq. Of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidde: further certifies that no additional subcontractor will be allowed to perform any portion of the Work in whichever is greater and that no changes in the subcontractors listed work will be made except upon excess of one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000). CAMINO VlDA ROBLE LEFT-TURN LANES the prior appr&l of the Agency. Full Company Name of Subcontractor: ,%aim of @d&hi& Subcontractor's Complete Address: 8511 -8 Able% a. -, r Qmrlf' City State Zip Subcontractor's Telephone Number plus Area Code (6f9) !%2 * fob0 Subcontractor's California State Contractors License No. & Classifcation 42f-q r' Subcontractor's Carlsbad Business License No SUBCONTRACTOR BID ITEMS Explanation: Column 1 - Bid Item No. fom the bid proposal, pages 10 through 11, inclusiie. Column 2 - The dollar amount of the item to be performed by the Subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor's own forces. Column 4 - The dollar amount of the Contractor's overhead and profit for work done by both the Contractor's and the Subcontractor's brces on the item. item on bid proposal pages 70 through 1 1, inclusie. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the Page 3 of 3 pages of this Subcontractor Designation Form r DESIGNATION OF OWNER OPERATOWLESSOR AND AMOUNT OF OWNER OPERATOWLESSOR WORK " EL CAMINO REAL AND CAMINO VlDA ROBLE LEFT-TURN LANES CONTRACT NO. 38121 " The Bidder certifies that it has used the sub-bid of the following listed Owner Operatorsllessors in preparing this bid for the Work and that the listed Owner OperatorslLessor 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 Owner Operator/Lessor will be total bid or ten thousand dollars ($10,000). whichever is greater and that no changes in the Owner allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's . Operator/Lessors listed wrk will be made except upon the prior approwl of the Agency. Full Owner Operator/Lessor Name - Owner OperatodLessor Complete Address Street - City State Zip. Owner Operator/Lessor Telephone Number plus Area Code Owner Operator/Lessor Cityof Carlsbad Business License No. - - OWNER OPERATOWLESSOR WORK ITEMS ExDlanation: Column 1 - Bid Item No. from the bid proposal, pages 10 through I I, inclusive. Column 2 -The dollar amount of the item to be performed by the Owner Operatorbssor. Column 3 -The dollar amount of the item to be performed by Contractor's own forces. Column 4 - The dollar amount of the Contrictor's overhead and proft for work done by both the Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the Contractor's and the mer OperatorlLessofs brces on the item. item on bid proposal pages 10 through I I, inclusile. Page of pages of this Owner Operator/Lessor Form ," Revised 911 1/00 Contract No. 38121 Page 21 of 156 Pages BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) EL CAMINO REAL AND CAMINO VlDA ROBLE LEFT-TURN LANES CONTRACT NO. 38121 Copies of the latest Annual Report, audited financial statements or Balance Sheets may be submitted under separate cover marked CONFIDENTIAL. Revised 911 1/00 Contract No. 38121 Page 22 of I56 Pages CerfiliedPubltc Accnunlant INDEPENDENTACCOUNTANT'S REPORT ON THE FINANCIAL STATEMENTS To the Board of Directors HMS CONSTRUCTION, INC. San Marcos. California I have reviewed the accompanying balance sheets of HMS Construction, Inc. as of December 31, 2001 and 2000, and the related statements of income, retained earnings, and cash flows for the years then ended, in accordance with Statements on Standards for Accounting and Review Services issued by the American Institute of Certified Public Accountants. All of the information included in the financial statements is the -. representation of the management of HMS Construction, Inc.. A review consists principally of inquiries of Company personnel and analytical procedures applied to financial data. It is substantially less in scope than an audit conducted in accordance with generally accepted auditing standards, the objective of which is the expression of an opinion regarding the financial statements taken as a whole. Accordingly, I do not express such an opinion. Based upon my review, I am not aware of any material modifications that should be made to the accompanying financial statements in order for them to be in conformity with generally accepted accounting principles. ~~ April'j25, 2002 _- HMS CONSTRUCTION, INC. CONTENTS INDEPENDENT ACCOUNTANT'S REVIEW REPORT ON THE FINANCIAL STATEMENTS 1 FINANCIAL STATEMENTS Balance sheets Statements of income Statements of cash flows Notes to financial statements 2 and 3 4 5 6 through 11 INDEPENDENT ACCOUNTANT'S REVIEW REPORT ON SUPPLEMENTAL INFORMATION 12 SUPPLEMENTARY INFORMATION Cost of contract revenues earned General and administrative expenses Earnings from contracts Contracts in progress Contracts completed 13 14 15 16 17 c HMS CONSTRUCTION, INC. HAI.ANCI< SIIIXTS SIX ACCOUNTANTS REVIEW REPORT DI'.CEMHEK~I.~OOI ~~~2000 ASSETS 2001 2000 CURRENT ASSETS CASH (NOTE A) $ 327,039 $ 0 CONTRACT RECEIVABLES (NOTE A & B) PREPAID EXPENSES 1,407,443 2,479,084 EMPLOYEE RECEIVABLE 76,900 26,664 COSTS AND ESTIMATED EARNINGS IN EXCESS OF 30,853 15,000 3 104,970 TOTAL CURRENT ASSETS 2,669,560 2,625,718 PROPERTY AND EQUIPMENT (NOTE A & C) 5,119,493 3,726,891 LESS: ACCUMULATED DEPRECIATION (1,796,308) (828,225) 3,323,185 2,898,666 $ 5,992,745 $ 5,524,384 -2- G 1 LIABILITIES AND STOCKHOLDER'S CAPITAL 2001 2000 CURRENT LIABILITIES CASH DEFICIT (NOTE A) $ ACCOUNTS PAYABLE 711,039 FRANCHISE TAX PAYABLE ACCRUED EXPENSES AND PAYROLL TAXES PAYABLE 2,933 35,420 BILLINGS IN EXCESS OF COSTS AND ESTIMATED 0 $ 649,535 309,258 21,000 1,937 EARNINGS ON UNCOMPLETED CONTRACTS (NOTES A & D) 758,844 185,365 LINE OF CREDIT (NOTE E ) 57,213 0 CURRENT MATURITIES OF LONG-TERM DEBT (NOTE G) 730,411 544,489 TOTAL CURRENT LIABILITIES 2,295,860 1,711,584 LONG-TERM LIABILITIES NOTES PAYABLE (NOTE 0) 1,825,539 1,850,115 1,825,539 1,850,115 TOTAL LIABILITIES 4,121,399 3,561,700 .- STOCKHOLDERS EQUITY COMMON STOCK, NO PAR sas~a RETAINED EARNINGS 1,283,098 1,374,436 588,248 1,871,346 1,962,684 $ 5,992,745 $ 5,524,384 SEE NOTES TO FINANCIAL STATi3QNTS HMS CONSTRUCTION, INC. STATEMENTS OF INCOME IOR TI IE YEARS ENDED DECEMRER 3 I. 2001 AND 2000 SEf: ACCOLINI-ANTS REVIEW REPORT INCOME 2001 2000 REVENUES EARNED (NOTE A) $ 10,793,813 100.00% $ 9,685,447 100.00% COST OF REVENUES EARNED (SCR I) 9,173,357 84.99% 7,514,323 77.58% GROSS PROFIT 1,620,456 15.01% 2,171,123 22.42% GENERAL AND ADMINISTRATIVE EXPENSE (SCH 11) 709,817 6.58% 542,563 5.60% OPERATING INCOME 910,639 8.44% 1,628,560 16.81% NONOPERATING INCOME (EXPENSE): INTEREST EXPENSE (316,591) -2.93% (154,770) -1.60% INTEREST INCOME 14,728 0.14% 100 0.00% OTHER INCOME (EXPENSE) 12,732 0.12% (1,658) -0.02% GAIN (LOSS) ON SALE OF ASSET 76,882 0.71% 0 0.00% (212,249) -1.97% (156,328) -1.61% INCOME BEFORE PROVISION FOR INCOME TAXES 698,390 6.47% 1,472,232 15.20% INCOME TAXES (NOTE A) 7,416 0.07% 21,000 0.22% NET INCOME $ 690,974 6.40% $ 1,451,232 14.98% RETAINED EARNINGS AT BEGINNING OF YEAR LESS: SHAREHOLDER DISTRIBUTIONS ADD NET INCOME 690,974 1,451,232 RETANED EARNINGS AT END OF YEAR $ 1,283,098 $ 1,374,436 $ 1,374,436 $ 0 (782,312) (76,796) SEE NOTES TO FINANclAL STATEMwirS HMS CONSTRUCTION, INC. STATEMENTS OF CASH H.OW FORTIIE YEARS ENDED DECEMBER 31.2001 AND2000 SEE ACCOUNTANTS REVIEW REPORT 2001 2000 CASH FLOWS FROM OPERATING ACTIMTIES NET INCOME $ 690,974 $ 1,451,232 ADJUSTMENTS TO RECONCILE NET INCOME TO NET CASH PROVIDED BY OPERATING ACTIVITIES: DEPRECIATION 1,126,097 666,919 GAIN ON SALE OF FIXED ASSETS (76,882) 0 (INCREASE) DECREASE IN: CONTRACT RECEIVABLES 1,071,641 PREPAID EXPENSES EMPLOYEE RECEIVABLE COSTS IN EXCESS OF BILLINGS (722,355) (1,621,817) (50,236) (26,664) (15,853) (15,000) 105,865 INCREASE (DECREASE) IN: ACCOUNTS PAYABLE AND ACCRUED EXPENSES 417,196 (48,339) BILLINGS IN EXCESS OF COSTS 573,479 (2,849) NET CASH PROVIDED BY OPERATING ACTIVITIES 3,014,061 509,347 CASH FLO WS FROM INVESTING ACTIYITIES PROCEEDS FROM DISPOSAL OF EQUIPMENT 502,228 0 PURCHASE OF PROPERTY AND EQUIPMENT (1,975,962) (3,070,935) NET CASH (USED) BY INVESTING ACTIVITIES (1,473,734) (3,070,935) CASH FLOWS FROM FINANCING ACTIYITIES ~~ ~~ ~~ ~ ~~ ~~ ~~~~ ~ REPAYMENTS OF LONG-TERM DEBT PROCEED FROM LONG TERM DEBT (420,038) PROCEEDS (REPAYMENTS OF) FROM LINE OF CREDIT 57,213 (50,000) SHAREHOLDER DISTRIBUTIONS (782,312) SHAREHOLDER NOTE PAYABLE 0 (125,000) (76,796) (1,309,452) 1,470,796 2,531,728 NET CASH PROVIDED (LISED)BY FINANCING ACTIVITIES (563,755) 1,859,894 NET INCREASE (DECREASE) IN CASH 976,572 (701,694) CASH AT BEGINNING OF YEAR (649,535) 52,157 END OF YEAR (DEFICIT) $ 327,039 $ (649,535) - SUPPLEMENTAL DISCLOSURE OF CASH FLOWINFORMATION CASH PAYMENTS FOR INTEREST $ 316,591 $ 154,770 SFE NOTES TO FlNAhClAL STATEAIWTS . j. HMS CONSTRUCTION, INC. NOTES TO FINANCIAL STATEMENTS lr SEE ACCOLJNTANTS REVIEW REPORT I NOTE A NATURE OF BUSINESS AND SIGNIFICANTACCOUNTING POLICIES ! i Nature of business The Company incorporated as of Janua.ry 1. 2000 (an S corporation) and is principally engaged as a general engineering and electrical construction company specializing in traffic signal installation. Work on both new and existingjobs is performed primarily under fixed-price contracts. A summary of the Company's significant accounting policies follows: Cash and cash equivalents For purposes of reporting the statement of cash flows, the Company considers all cash amounts which are not subject to withdrawal restrictions or penalties, and all highly liquid debt instruments purchased with a maturity of six months or less to be cash equivalents. Revenues and cost recognition .- Revenues from construction contracts are recognized on the percentage of completion method, measured on the basis of incurred costs to estimated total costs for each contract. This cost-to-cost method is used because management considers it to be the best available measure of progress on these contracts. Contract costs include all direct material and labor costs and those indirect costs related to contract performance. General and administrative costs are charged to expenses as incurred. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. Changes in job performance, job conditions, and estimated profitability are recognized in the period in which the revisions are determined. The asset, "Cost and estimated earnings in excess of billings on uncompleted contracts," represents revenues recognized in excess of amounts billed. The liability, "Billings in excess of costs and estimated earnings on uncompleted contracts," represents billings in excess of revenues recognized. Proper9 and Equipment Properly and equipment is carried at cost and is depreciated using the modified accelerated cost recovey method for financial statement purposes. Bonus depreciation in the initial year of acquisition is taken whenever possible. Use of Estimates The preparation of financial statements in conformity with generally accepted accounting principals requires - management to make estimatcs and assumptions that affect the reported amounts of assets and liabilities and disclosure of contingcnt assets and liabilities at the date of the financial statements and the rcportcd amounts of revenues and expenses during the reporting period. Actual results could diffcr from those cstimatcs -6- I- NOTES TO FINANCIAL STATEMENTS SEE ACCOUNTAN'TS RI?VIEW REPORT NOTE A NATURE OF BUSINESS AND SICNIFICANTACCOUNTINC POLICIES, CONTINUED I Contracts Receivable No allowances for uncollectible contract receivables has been reflected in the financial statements as management believes all accounts to be collectible. The company uses the direct write-off method of accounting for bad debt. Under this method contract receivables are expenses to debts at the time management considers them uncollectible. Income Taxes The Company, with the consent of its stockholders, elected to be taxed under the provisions of Subchapter S of the Internal Revenue Code. Under those provisions, the Company does not pay corporate income taxes on its taxable income. Instead, the stoclcholders separately account for their prorata shares of the Company's items of income, deduction, losses and credits. Therefore, these statements include provision for corporation income taxes only to the extent that the Company is subject to California tax. - NOTE B CONTRACTRECEIVABLES The following is a summary of amounts receivable at December 3 1 ,: zoo1 2000 Contract Receivables $ 1,162,419 $ 2,159,506 Retentions 245,024 319,578 $ 1,407,443 $ 2,479,084 NOTE C PROPERTYAND EQUIPMENT The following is a summary of property and equipment at December 3 1 .: Autos and bucks Field equipment Drill Tooling Office and computer equipment $ 560,363 8 446,206 4,204,641 2,989,004 294,249 246,375 48,911 33,977 Leasehold improvements 11,329 11,329 $ 5,119,493 $ 3,726,891 _-. NOTES TO FINANCIAL STATEMENTS SEE ACCOUNIANTS REVIEW KEPOKT NOTED COSTS AND ESTIMATED EARNINGS ON UNCOMPLETED CONTRACTS Following is a summary of contracts in progress for the year ended December 3 1 .: 2001 2000 Costs incurred on uncompleted contracts $ 3,048,259 $ 3,530,194 Estimated earnings 835,200 1,294,730 Total costs and estimated earnings 3,883,459 4,824,924 . Less billings to date (3,814,978) (4,905,320) $ 68,481 $ (80,395) Included in the accompanying balance sheet under the following captions: Costs and estimated earnings in excess of billings on uncompleted contracts $ 827,325 $ 104,970 Billings in excess of costs and estimated earnings on uncompleted contracts 758,844 185,365 z 68.4111 $ (80.395) NOTE E LINE OF CREDIT, BANK Under the terms of a revolving credit arrangement with the bank, the Company may borrow up to a total of $500,000 at 2% above the bank's base rate through September 2002. The balance outstanding at December 31, 2001 and 2000 was $57,213 and $0, respectfully. The Company expects to renew this agreement upon its expiration. NOTE F LEASE COMMITMENTS The company leases autos, trucks and equipment under operating leases expiring in various years through 2004. Minimum future rental payments under these non-cancelable operating leases have remaining terms in excess of one year as of December 3 I, 2001 for each of the next four years in the aggregate are: Year ending December 3 1 ,: 2002 $ 166,765 2003 105,679 2004 8,439 2005 0 $ 280,884 -X NOTES TO FINANCIAL STATEMENTS SEE ACCOLINTANTS REVIEW IIEPOKT NOTE G LONG TERMDEBT Following is a summay of long-term debt at December 3 1 >: 21l111 2000 9.25% note payable to finance company, due in monthly payments of $3,596 including interest. Collateralized by equipment. Payable to New Court Financial. $ 33,479 $ 87,352 7.6% note payable to finance company, due in monthly payments of $1,704 including interest. Collateralized by equipment. Payable to CIT Financial. 6% note payable to finance company, due in monthly payments of $1,463 including interest. Collateralized by equipment. Payable to CAT Financial. 4% note payable to finance company, due in monthly payments of $545 including interest. Collateralized by equipment. Pavable to CAT Financial. 57,385 30,409 9,001 10.5% note payable to finance company, due in monthly payments of $1,017 including interest. Collateralized by equipment. Payable to Bancorp Financial. 6,874 9.5% note payable to finance company, due in monthly payments of $91 6 including interest. Collateralized by equipment. Payable to CIT. 8.5% note payable to finance company, due in monthlypayments of $712 including interest. Collateralized by auto. Payable to Ford Motor Credit. 15.4% note payable to finance company, due in monthly payments of $940 including interest. Collateralized by auto. Payable to Zions 22.8% note payable to finance company, due in monthly payments of $763 including interest. Collateralized by equipment. Payable to Affinity. 10.2% note payable to finance company, due in monthly payments of $7,340 including interest. Collateralized by equipment. Payable to CIT 4,474 19,271 0 13,117 254,003 72,829 44,407 15,054 18,580 14,515 25,948 27,569 18,990 312,855 NOTES TO FINANCIAL STATEMENTS SEE ACCOUNTANTS REVIEW KEPOKT -. NOTE G LONG TERM DEBT, CONTINUED Following is a summan, of long-term debt at December 3 1 .: mol 2000 13.4% note payable to finance company. due in monthly payments of $2,150 including interest. Collateralized by equipment. Payable to CIT. $ 80,079 -$ 30,800 9.6% note payable to finance company, due in monthly payments of $6,591 including interest Collateralized by equipment. Payable to CIT. 13.8% note payable to finance company, due in monthly payments of $7,058 including interest. Collateralized by equipment. Payable to CIT. 10.7% note payable to finance company, due in monthly payments of $8,538 including interest. Collateralized by equipment. Payable to CIT. - 8.92% note payable to finance company, due in monthly payments of $9,498 including interest. Collateralized by equipment. Payable to her Equipment 210,405 261,916 0 408,379 14.9% note payable to finance company, due in monthly payments of $1,069 including interest. Collateralized by equipment. Payable to First Federal Leasing. 21,284 15.4% note payable to finance company, due in monthly payments of $940 including interest. Collateralized by truck. Payable to Zions Credit Corp 10.9% note payable to finance company, due in monthly payments of $705 including interest. Collateralized by truck. Payable to Chevrolet. 9.5% note payable to finance company, due in monthly payments of $1 1.195 including interest. Collateralized by equipment. 0 27,316 243,989 9.49% note payable to finance company, due in monthly payments of $18,060 including interest. Collateralized by equipment. Payable to DC Financial Sewices. 522,693 - 9.75% note payable to finance company, due in monthly payments of $722 including interest. Collateralized by truck. Payable to Ford Motor Credit 33,335 388,255 0 30,901 27,569 32,478 0 693,082 0 NOTES TO FINANCIAL STATEMENTS SEE ACCOLJNTANTS REVIEW REPORI NOTE G LONG TERM DEBT, CONTINUED Following is a summary of long-term debt at December 3 I I: zoo1 2000 11 % note payable to finance company, due in .. monthly payments of $700 including interest Collateralizcd by truck. Payable to GMAC 11.6% note payable to finance company, due in monthly payments of $720 including interest. Collateralized by truck. Payable to GE Capital 10.8% note payable to finance company, due in monthly payments of $8,331 including interest. Collateralized by equipment. Payable to First Sierra .. 28,386 0 29,734 0 370,172 0 11.98% note payable to finance company, due in monthly payments of $4,940 including interest. Collateralized by equipment. Payable to American Equip 152,168 0 $ 2,555,950 $ 2,360,340 Less current maturities: (730,411) (544,489) $ 1,825,539 $ 1,815,850 Aggregate maturities of long-term debt at December 3 1, 2001 are as follows: 2002 $ 730,411 2003 766,708 2004 643,519 2005 292,467 2006 122,845 $ 2,555,950 NOTE H COMPENSA TED ABSENCES Employees of the Company are entitled to paid vacation, sick pay days and personal days off, depending on job classification. length of service and other factors. It is impractical to estimate the amount of compensation for future absences, and accordingly, no liability has been recorded in the accompanying financial statcmcnts. The Company’s policy is to recognize the costs ofcompensated absences when actually paid employees. 1 ,” MARK E HAYES CertiliedPublic Accounlant INDEPENDENTACCOUNTANT'S REPORT ON THE SUPPLEMENTARY INFORMATION To the Board of Directors HMS CONSTRUCTION, INC. San Marcos, California My review was made for the purpose of expressing limited assurance that there are no material modifications that should be made to the basic financial statements in order for ;upplemental information which follows is presented for purposes of additional analysis and is not a required part of the basic financial statements. Such information has been subjected to the inquiry and analytical procedures applied in the review of the basic financial statements and I did not become aware of any material modifications that should be made to such information. - them to be in conformity with generally accepted accounting principles. The \ \\ HMS CONSTRUCTION, INC. COST OF CONTRACT REVENUES EARNED FOR THE YEARS ENDED DECEMBER 3 I. 2001 AND 2000 SEE ACCOUNTANTS REVIEW REPORT 2001 2000 MATERIALS $ 2,275,723 21.08% $ 1,485,069 15.33% LEASED EMPLOYEES 1,769,084 16.39% LABOR 754,447 6.99% EQUIPMENT RENTAL 166,072 1.54% PAYROLL TAX EXPENSE & WORKERS COMP INS 159,613 1.48% INSURANCE 152,292 1.41% FUEL EXPENSE 184,951 1.71% OTHER CONSTRUCTION COSTS 11,632 0.11% EQUIPMENT 1,759,524 16.30% EQUIPMENT REPAIRS & MAINTENANCE 250,253 2.32% DEPRECIATION 1,126,097 10.43% SUBCONTRACTS 540,820 5.01% PLANS & PERMITS 0 0.00% SUPPLIES & SMALL TOOLS 22,849 0.21% BONDS 0 0.00% 1,410,655 14.56% 914,214 9.44% 83,088 0.86% 127,381 1.32% 91,791 0.95% 145,987 1.51% 95,036 0.98% 1,588,805 16.40% 302,205 3.12% 666,919 6.89% 549,623 5.67% 744 0.01% 34,801 0.36% 18,005 0.19% - $ 9,173,357 84.99% $ 7,514,323 n.%% - SEE NOTEY TO FlNANCIAL STATMTS HMS CONSTRUCTION, INC. GENERAL AND ADMINISTRATIVE EXPENSES FORTHE YEARS ENDED DECEMBER 31.2001 AND2000 SEE ACCOUNTANTS REVIEW REPORl WAGES -OFFICER WAGES -ADMINISTRATION PROFESSIONAL FEES AUTOMOBILE EXPENSE BANK CHARGES INSURANCE TRAVEL & ENTERTAINMENT LICENSES AND PERMITS DUES & SUBSCRIPTIONS EMPLOYEE BENEFITS POSTAGE OFFICE SUPPLIES AND EXPENSE TELEPHONE RENT CONTRIBUTIONS MISCELLANEOUS UTILITIES BUSINESS PROMOTION ~~ $ 78,000 166,680 10,765 4,430 3,829 44,675 51,483 61,908 6,387 37,099 29,353 7,373 71,313 68,340 12,070 5,085 862 7,111 0.72% $ 1.54% 0.10% 0.04% 0.04% 0.41% 0.48% 0.57% 0.06% 0.34% 0.27% 0.07% 0.66% 0.63% 0.05% 0.11% 0.01% 0.07% 36,000 27,843 43,374 128,781 1,405 20,318 23,036 44,787 1,526 0 34,243 16,640 45,813 2,380 43,963 5,750 19,368 44,800 0.37% 0.29% 0.45% 1.33% 0.01% 0.2lo/a 0.24% 0.46% 0.020/0 O.W% 0.35% 0.17% 0.47% 0.46% 0.02% 0.45% 0.06% 0.20% - PROPERTY TAXES $ 709,817 6.58% $ 43,054 0.40% 542,563 5.60% 2,537 0.03% SEE NOTES TO FINANCIAL STATEMEVTS " HMS CONSTRUCTION, INC. EARNINGS FROM CONTKACTS SEE ACCOUNTANTS REVIEW REPORT DECEMBER 31,2001 Contract Tutals Cust of Revenues Revenues Gross Earned Earned Profit Contracts completed during the year ended December 3 1,200 1 Contracts in progress at December 3 1,200 1 $6,910,353 $5,222,447 1,687,906 3,883,459 3,048,259 835,200 Unallocated indirect job costs 0 902,650 (902,650) $10,793,813 $9,173,357 $1,620,456 - SEE NOTEF TO FINANCIAL STATEMEXTS ,- -IS- rc ,..- r / CONTRACTOR'S REFERENCE LIST SPECIFICATION NO. Attach to this bid a list of five (5) projects on which the bidder has performed a similar type and complexity of work in the past three (3) years. 4. Project Name: VAR~OUS lo^ . Contract Price: 4 r~0:cCo Date of Completion: 2.6 o t Name, Address, and Telephone Number of Owner's Representative: L c I'N OP v15- 5. Project Name: \IAQO~ 5 Lo L. Contract Price: $ 310.0 c OD Date of Completion: sso\ Name, Address, and Telephone Number of Owner's Representative: - -w OF Sw Dteqo 5'471 KEAILF.IY\~IIIP RP '%ubeqso 'Pa~cb %o~kl/ BrSB 874q~tg 1 Signed this 2 2 day of 1"yzM ~._, 2002 I ' Bidder's Name: Signature of Bidder I J BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) EL CAMINO REAL AND CAMINO VlDA ROBLE LEFT-NRN LANES CONTRACT NO. 38121 The Bidder is required to state vlhat 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 hislher responsibility, experience and skill. An attachment can be used. Name and Address Revised 9/11/00 Contract No. 38121 Page 23 of 156 Pages " .. BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) " EL CAMINO REAL AND CONTRACT NO. 38121 CAMINO VlDA ROBLE LEFT-TURN LANES As a required part of the Bidder's proposal the Bidder must attach either ofthe following to this page. " 1. Certificates of insurance showing conformance with the requirements herein br: Comprehensive General Liability Employer's Liability - ,- Automobile Liability Workers Compensation - 2. Statement with an insurance carrier's notariled signature stating that the carrier can, and upon payment of fees and/or premiums bythe Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Employer's Liability, Automobile Liabilityand Workers Compensation in conformance with the requirements herein and Certiicates 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 the Standard Specifications for Public Works Construction and the Special Provisions for this project for meet the specification of this contract must: (1) meet the conditions stated in The Notice Inviting Bids, each insurance company that the Contractor proposes, and (2) cover any vehicle used in the performance of the contract, used onsite or offsite. whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. ~- c @ Revised 911 1/00 Contract NO. 38121 Page 24 of 158 Pages Jul-29-02 05:OZpm From- T-019 P.02/04 F-068 7251 West Lake Mead Bculevard, Suite 401 Marsh USA Inc. LasVqas, NV89128 702-804-7200 THE COV6RAGE HMS Construdon Inc San Marcos. CA 92069 1225 Linda Vlsta DWo 1t4Y BE WED OR NAY CUCIES. LMlTs SHOW CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of -/E c7D } 5s. On personally appeared evidence to be the person(s) whose name(s) idare subscribed to the within instrument and acknowledged to me that helshelthey 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. Place Notary Seal Above Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment oithis form lo another document. DescriDtion of Attached bcument c POLICY NUMBl3RGLS683515 HMS Construction, Inc r COMMERCIAL GENERAL LIABILITY TIXIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREWIJ.,Y. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: City of Carlsbad purehasing Department 1635 Faraday Avenue Carlsbad CA 92008-7314 RE: Project No. 3812-1 (If no entry appears above, information required to complete this endorsement will be slmwn in the Declarations as applicable to this endorsement.) WHO IS THE 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 wo&" for that insurd by or for you. .r * It is agreed that such insurance as is afforded by this policy or by these policies Ibr the benefit of the Additional Insured(s) shown above shall be primary insurance, bur only 8s respects any claims, loss or liability arising out of the operations of the Mmed ipsured, his sub-conuactors or materialmen or shippers, and any insurance maintained bq the additional insured shall be non-contributing. CC 20 10 11 85 Copyright Insurance Services Olliec. lm, 1984 3 1-018 P.04/04 F-OEB POLICY "BER GLS683515 NAMED INSURED: HMS Construction Inc. c AUTOMOBILE LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAWZFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS CA 20 01 This endorsement modifies insurance provided under the following: AUTOMOBILE LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organhtion: City of Carlsbad Purchasing Department 1635 Fanday Avenue CXlSbad CA 92008-7314 RE: Project No. 3812-1 r (lf no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endomcnt.) WHO IS THE INSURED (Section 11) is amended to include as an insufed the person or organization shown in the Schedule, but only with respect to liability arising out of "yow work" for that insured by or for you. It is agreed that such insurance as is afforded by dris policy or by these policies lor the benefit of the Additional Insured@) &own above shall be primary insuraucc, but only as respects any claims, loss or liability arising out of the operations of the named insureQ his sub-contractors or materialmen or shippers, and any insurance maintained by the additional insured shall be non-contributing. BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) EL CAMINO REAL AND CAMINO WDA ROBLE LEFT-TURN LANES CONTRACT NO. 30121 " 1. Have you or any of your subcontracton ever been debarred as an irresponsible bidder by another jurisdiction in the State of Cyifomia? Yes no - 2. If yes, what wadwere the name(s) of the agency(ies) and what washere the period(s) of debarment(s)? Attach additional copies ofthis page to accommodate more than ho debarments. . ~- - party debarred party debarred c period of debarment period of debarment - BY CONTRACTOR: - @ Revised 911 1/00 - Contract No. 38121 Page 25 of 156 Pages BIDDERS DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) EL CAMINO REAL AND CAMINO VlDA ROBLE LEFT-TURN LANES CONTRACT NO. 38121 _. 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 act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State - License board, P.O. Box 26000, Sacramento, Calibrnia 95826. 1. Have you ever had your contractor's license suspended or revoked by the California Contractors' - State license Board t\M, or more times vithin an eight year period? J yes no I 2. Has the suspension or revocation of your contractor's license ever been stayed? r/ 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 Athin an eight year period? J - Yes no 4. Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? J Yes no - 5. If the answer to either of I. 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 disciplinaryaction taken therefor. -. (Attach additional sheets ifnecessary) Contract No. 38121 Page 26 of 156 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) EL CAMINO REAL AND CONTRACT NO. 30121 CAMINO VIDA ROBLE LEFT-TURN LANES 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 ifnecessary) - BY CONTRACTOR: ,." Revised 911 1/00 Contract NO. 38121 Page 27 of 156 Pages ALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California I dally known to me r: proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that helshelthey executed the same in his/her/their authorized capacity(ies), and that by hislherltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. and official seal. Place Notary Seal Above Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reanachment of this form to another document. Description of Attached Document Title or Type of Document: e5 firSC~oSu&E OF &S~lfklU~ Document Date: . s/ ;t r/czr- Number of Pages: 2 ~ Signer($ Other Than Named Above: Capacity(ies) Claimed by Signer ll Individual Signer's Name: !~dorporate Officer - Title($: 1/ICF- QELS, I ! . Partner - i : Limited . : General d . ~. -~ ! : Trustee ~-: Attorney in Fact ~ , Guardian or Conservator Other: I NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 EL CAMINO REAL AND CAMINO VlDA ROBLE LEFT-TURN LANES CONTRACT NO. 38121 State of California ) County of ) R0MAL-D !xwM€IDEIL j SS. c Pfu,m (Name of Bidder) , being first duly sworn. deposes and says that he or she is v1cE PRESlDEhlT of HMS ConSWuti7on,,C. (rw (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 that all statements contained in the bid are true; and, further, that the bidder has not, directly or advantage against the public body awarding the contract of anyone interested in the proposed contract; 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. going is true and correct and that this affidavit was 1 20- Signatdm of Bidder r Subscribed and sworn to before me on the3 db day of ,20= (NOTARY SEAL) Revised 9/11/00 Contract No. 30121 Page 20 of 156 Pages - CONTRACT PUBLIC WORKS This agreement is made this a JD day of AlnG-U ST ,20=, by and between the City of Carlsbad. California, a municipal corporation. (hereinater called "Civ). and HMS CONSTRUCTION whose principal place of business is 1225 LINDA VISTA DRIVE, SAN MARCOS, CA 92069 (hereinafter called "Contractor"). City and Contractor agree as Rllows: 1. Description of Work. Contractor shall perbrm all mrk specified in the Contract documents br: EL CAMINO REAL AND CAMINO VlDA ROBLE LEFT-TURN LANES CONTRACT NO. 38121 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perbrm the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, OperatorlLessors, Bidder's Statements of Financial Responsibility, Technical Ability and Experience, Re Contractor's Proposal, Bidder's Bond, Designation of Subcontractors. Designation of Owner the Special Provisions, addendum(s) to said Plans and Specifications and Supplemental Provisions, Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, 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 ofwhich are incorporated herein bythis reference. Contractor, herhis subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the Civs 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) 2OOO Edition and Supplements thereto, all hereinafter designated "SSPWC". as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Special Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. Revised 911 1100 Contract No. 38121 Page 29 of 156 Pages 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by that may have been furnished to Contractor by City about underground conditions or other job Contractor, whether anticipated or not, in order to overcome underground conditions. Any information thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has conditions is for Contractor's convenience only, and City does not warrant that the conditions are as not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. 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 111 disposal site in accordance wth provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time described in this contract. required for, performance of any part of the work shall issue a change order under the procedures 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 exused 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 applicable prevailing wages on the job site. Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all # Revised 9/11/00 Contract No. 38121 Page 30 of 156 Pages 9. indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs. including defense costs for the City. Defense costs include the cost of separate counsel for City. if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract for Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the for the City. Defense costs include the cost of separate counsel for City, if City requests separate Contractor, whether intentional or othetwise, and Contractor will pay all costs. including defense costs counsel. IO. 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 acaents. representatiws. emDlowes or subcontractors. Said insurance shall meet the City's policy for ins<ran& as stated in Resolution No. 91-403. A. Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: 1. Comprehensive General Liability insurance: $1.000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. 2. Automobile Liability insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non- scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. 3. Workers' Compensation and Employers' Liability insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per the City. incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to r Revised 911 1/00 - Contract No. 36121 Page 31 of I56 Pages B. Addltionai 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 bllowing provisions: respects: liability arising out of activities performed by or on behalf of the Contractor; products and 1. The City, its officials, employees and volunteers are to be covered as additional insured as completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, employers' liability and auto liability coverage. 2. 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 vith it. the City, its officials, employees or volunteers. 3. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to 4. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, exept with respect to the limits ofthe insurer's liability. state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or C. Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to 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-lnsumd Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and delense expenses. waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its E. Waiver Of Subrogatlon. All policies of insurance required under this agreement shall contain a officials or employees. furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors F. Subcontractors. Contractor shall indude all subcontractors as insured under its policies or shall shall be subject to all of the requirements stated herein. 0. Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the Rating Guide of at least A-:V. Insurers must also be authorized to transact the business of insurance by 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. 91403. original endorsements affecting coverage required by this clause. The certificates and endorsements H. Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and 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 exxuted by the City. e Revised 9/11/00 Contract No. 38121 Page 32 of 156 Pages 1. Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 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 I. Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article I .5 is included in the Special Provisions I section. The contractor shall initially submit all claims over $375,000 to the 20104.2(a). (c). (d). Notwithstanding the provisions of this section of the contract, all claims shall comply City using the informal dispute resolution process described in Public Contract Code subsections 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 ~th litigation. considered fraud and the Contractor maybe subject to criminal prosecution. B. False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be seq.. the False Claims Act, provides for civil penalties where a person knowingly submits a false claim C. Government Code. Contractor acknowledges that California Government Code sections 12650 et to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard ofthe truth or Slsity of the information. Act, it is entitled to recowr its litigation mts, including attorneys fees. D. Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims subject the Contractor to an administrative debarment proceeding wherein the Contractor may be E. Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may prevented from further bidding on public contracts br a period of up to five years. F. Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to Bise claims are incorporated herein byreference. 0. Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. H. Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for California. resolution of any disputes between the parties arising out of this agreement is I have read and understand all prowsions of Section 11 above. 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7. Chapter 1, Article 2. of the as specified above, Contractor shall so inform the City by certiied letter accompanying the return of this Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business Contract. Contractor shall noti@ the City by certiied 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 byreference. Revised 911 1/00 Contract No. 38121 Page 33 of 156 Pages 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for this contract. Any other security that is mutually agreed to by the Contractor and the City may be any monies withheld by the City to secure performance of this contract for any obligation established by substituted for monies withheld to ensure performance under this Contract. 15. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or othelwise, 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 AlTACHED (CORPORATE SEAL) CONTRACTOR: City Clerk t/rce FkGIBW (print name and title) officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary President or vice-president and secretary or assistant secretary must sign for corporations. If only one under the corporate seal empowring that officer to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL City Attorney a Revised 911 1/00 Contract No. 38121 Page 34 of I56 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT donally known to me - OR -0 proved to me on the basis of satisfactory evidence to be the person@) whose name(s) idare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hishedtheir authorized capacity(ies), and that by hishedtheir signature@) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Notary Public - Califanla WITNESS my hand and official seal. Though the infonnalkm bebw is not required by law, it may prove vahrable to pe~ns relying MI the dxument and 00uMprevent frauciulent mval and reattadKnent d this form to anow document. Description of Attached Document A Document Date: Number of Pages: Signer@) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name:/hH4~L @ , L/ /&/d . 0 Individual drporate Officer Xtle(s): 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 trustee^ 0 Guardian or Conservator 0 Other: I I Signer Is Representing: I I Signer's Name: 0 Individual Corporate Officer TiUe(s): 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact trustee^ 0 Guardian or Conservator 0 Other: I I Signer Is Representing: ll CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of co On personally appeared &&onally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name@) Ware 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@) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS m hand and official seal. Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: eouTRncr L,c CCjgRCS Document Date: 7/ayA a Number of Pages: c& Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer@) mEwt 0 In ldual &&rate 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact Title(s): I /LF 0 Trustee 0 Guardian or Consetvator 0 Other: I I Signer Is Representing: I Signer’s Name: 0 Individual 0 Corporate Officer Title(s): 0 Partner - 0 Limited 0 General Attorney-in-Fact 0 Trustee 0 Guardian or Consewator 0 Other: Signer Is Representing: ll Bond No.: 6124880 LABOR AND MATERIALS BOND ,-- WHEREAS, the City Council of the City of Carlsbad, State of California: by Resolution No. 2002-203 , adopted JULY 9, 2b02 , has awarded to HMS CONSTRUCTION (hereinafter designated as the 'Principal"), a Contract 6r: EL CAMINO REAL AND CAMINO VIDAROBLE LEFT-TURN LANES CONTRACT NO. 38121 in the Ciw of Carlsbad, in strict conformity with the drawings and specifications. and other Contract Documents now on file in the Oftice of the City Clerk of the City of Cahbad and all of which are incorporated herein bythis reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms themf require the furnishing of a bond, providing that if Principal or any of their subcantractors shall fail to pay for any materials. provisions, provender or other supplies or teams used in, upon or about the performance of will pay the same to the exlent hereinafter set forth. the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond NOW, THEREFORE, WE, . HMS CONSTRUCTION Principal. (hereinafter designated as the 'Contractor). and ' ,as Surety, are held firmly bound unto the City of Carlsbad in ta HUNDRED ONE as auti~ THOUSAND EIGHTY EIGHT AND 94/00-- __-" -- - Dollars ($ 301.088.94 ). said sum being an amount equal to: One hundred percent (100%) of the total estimated amount payable under said contract by the City of Carlsbad under the terms of the contract when the total amount payable does not exceed five million dollars (sS.OOO,OOO); or Fifly percent (50%) of the total estimated arncunt payable under said contract by the City of Carlsbad under the terns of the contract when the total amount payable is not less than five million dollan ($S,OOO,OOO) and does not exeed ten million dollars ($10,000,000); or Twenty-five percent (25%) of the total estimated amount payable under said wntract by the City of for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators. Carisbad under the terms of the contract if the contract exceeds ten million dollars ($10,000,000) and successors. or assigns, jointlyand severally. firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or hisher subcontractors fail to pay for any materials. provisions. mender. supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other wotk 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 attorneys fees, to be fixed by the cout as required by the probisbns of section 3248 of the California Civil Code. This bond shall inure to the beneft of any and all persons, companies and corporations entitled to file claim under Title 15 of Part 4 of Division 3 of the Civil Code (commencing vith section 3082). - .._ . . - Revised 9/11/00 Contract No. 38121 Page 35 of 156 Pages Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contact. 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 ofthe contract or to the work or to the specifications. In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Suretyfrom its obligations under this bond. Executed by CONTRACTOR this C;aQ 7H Executed by SURETY this 22nd day day of -1 UL,Y ,x&.. of Julv ,202. / CONlRACTOR - (sign he$) SUREPI: Safeco Insurance Comoanv of ArrPlrica " 2677 N. Mam S?re6!$. #600 (name of ure . .. (address of Surety) ph A. Clarken, 111 (printed name of Altorneyln-Fact) (attach corporate resolution sho\ning current power of attorney) (Proper notarial acknoWedge of execution by CONTRACTOR anc,SURElY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs. the corporation must attach a resolution certified by the secretary or assistant sewetaty under corporate seal empwring that officer to bind the corporation.) APPROVEDASTOFORM: RONALD R BALL City Attorney ;E"s Rwked 911 1/00 Conlract No. 38121 Page 36 of 156 Pages CALIFORNIA ALLPURPOSE ACKNOWLEDGMENT donally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person@) whose name@) idare subscribed to the within instrument and acknowledged to me that he/she/they executed the Same in hishedtheir authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person@) acted, executed the instrument. WITNESS m hand and official seal. Though Ihe infomMtim Mow is not required by law, it my prove valuable to pem re/yIng on the document and owld prevent fraudulent mval and reattachment of this form to another &cumenL Description of Attached Document Title or Type of Document: LARDR. ALIA .~AT~I&LS Ghlb Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer’sName:~bH~€L @ I d /AH . Signer’s Name: 0 Individual drporate Officer Title(s): 0 Partner - 0 Limited 0 General 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Attorney-in-Fact 0 Trustee 0 Individual 0 Corporate Officer TiUe(s): I 0 Trustee 0 Guardian or Conservator 0 Other: I 0 Guardian or Conservator I 0 Other: Signer Is Representing: Signer Is Representing: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT @$&&ally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) idare subscribed to the within instrument and acknowledged to me that hdshdthey executed the same in hislherltheir authorized capacity(ies), and that by hidherhheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS m hand and official seal. OPTlONAt Though the information below is no! required by law, it may prove valuable to perrons relying on the document and wuid prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: 2. Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer@) Signer's Name: Title(s): 0 Partner - 0 Limited 0 General Attorney-in-Fact 0 Trustee- 0 Guardian or Conservator 0 Other: I I Signer Is Representing: s (?nn ISrR!C T,d O Individual 0 Corporate Officer Title(s): 0 Attornev-in-Fact 0 Partner - 0 Limited 0 General 6 Trustee Guardian or Conservator 0 Other: Top of thumb here Signer Is Representing: I I Bond No.: 6124880 ' FAITHFUL PERFORMANCElWARRANTY 'BOND WHEREAS, the City Counal of the City of Carlsbad. State of California, by Resolution , has awarded. to NO. 2002-203 , adopted JULY 9, 2002 HMS CONSTRUCTION I (hereinafter designated as the "Principal'), a Contract br: : EL CAMINO REAL AND CAMINO WDA ROBLE LW-TlJRN LANES COHTRACT NO. 38121 in the Ci of Carisbad, in strict conformity with the corilract. the drawings and specifications, and other Contract Documents raw on file in the ORlce of the City Clerk of the City of Cadsbad;all of which'& incorporated herein bythis kferenw. WHEREAS, Principal has executed or is about..to &ce,mte saidContrad and the terms there0;frequire ' '. ' . the fumshing of a bond for the faithful performan'e.and.wimnly of said Contract; ,.... . .. . .. . .. , '. NOW, THEREFORE, WE. HMS CONSTRUCTION .. (hereinafter designated as the "Contractor), and . '.Safeco:.Ihsurance Conpany. of ArtErica . . HU mas Surety, are held. and-firmly bound unto the City'of Carisbad;..ln . ' the sum of .G%eELrn Dollan.($.301.088.94 . ),&id sum.being.equal tc'.ine ' >A ;,.. hundred percent (100%) of the estimated amobnt of the Contract,Ao be paid..W City.or itscertaill attorney, its succasscfs and assigns; for which.. payment. Well'ardtn~ly b'be.made, we bind ourselves, our hein. executors and administrators. SUCC~SSO~S or assigns, jointly and severally. firmly. by these. :' -, ' as ' ,Principal. " presents. .. . THE CONDITION 0F.THl.S OBLIGATION IS SUCH that if the above'bounden Contiactor, their heirs; truly keep and perform the 'covenants. conditions. and agreements in the Contract and any alteration executors, administrators, suv~ssors or assigns; shall In all things stand to and abide by, and..well and 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 ofkers. employees and agents, as therein stipulated, then this obligation shall become null and wld; olheMllse it shall remain in full force and effect As a pait 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 attorrep, fees, incurred by the Cii in successfully enforcing such obligation, all to be taxed as costs and induded in, any judgment rendered. Surety stipulates and agrees that no change. extension of time, alteration or addtion to the terms of the Contract or to the work to be perfonned thereunder or the specifications accompanying the same shall affect its obligations on thii bond, and it does hereby waive notice of any change. extension of time, alterations or addition to the terms ofthe contract or to the wrk or to the specjficatiom. exonerate the Suretyfrom its obligations under this bond. , In the event that ConhctN is an individual. it is agreed that the death of any such Contractor shall not ," Contract No. 38121 Page 37 of 156 Pages Executed by CONTRACTOR this 34 ;rp Executed by SURElY this 22nd day of CONTRACTOR: HMS Construction, IF. ? h &S/ bShv '(Title and Organization A of Signatop By: (sign here) 26ufuo Stf+iusrm4L (print name here) 46& fP6wbeUr rile and Organization of signatory) Julv ,202. SURETY: Safeco Insurance Company of America (name of Surety) 2677 N. Main Street, #600 Santa Ana. CA 92705-6623 (address of Surety) 714-437-3058 . W Joseph A. Clarken. I11 (printed name of Attorneyjn-Fad) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledge of execution by CONTRACTOR and SUREN 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 empowring that officer to bind the corporation.) APPROVED AS TO FORM RONALD R. BALL City Attorney Contract No. 38121 Page 38 of 156 Pages ' SAFECO' POWER OF AlTORNEY SAFEm INSURANCE COMPANY OF AMRlcA HOME OWE: SAFECO RAZA SEATTLE, WASHINGTON 98185 - No. 12599 KNOW Au BY THESE PRESENTS: this 2 2nd dayof July . 2002 -f5FdP?Li=ae= RA. PIERSON. SECRETARY SlywYsAEF MI ARIZONA ALL-PURPOSE ACKNOWLEDGEMENT Ftate of Arizona 2ounty of Maricopa 3n July 22, 2002 before me, )ersonally appeared 41 personally known to me - OR - Erin J. Brown Name of Notary Public Joseph A. Clarken, 111 Name of Signer(s) 0 proved to me on the basis of satisfactory evidence to be the person@) whose name@) idare subscribed to me that helshelthey executed the same in hidherltheir authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person@) or the entity upon behalf of which the person@) acted, executed the instrument. WITNESS my hand and official seal. Signature of Notary0 OPTIONAL rhough the data below is not required by law, it may prove valuable to persons relying In the document and could prevent fraudulent reattachment of this form. 2APACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT 7 Individual Payment & Performance Bond 7 Corporate Officer Title or Type of Document 7 Partner(s~)’~ Limited 0 General 4 Attorney-in-Fact Number of Pages 7 Trustee@) 2 GuardianlConservator 3 Other: Attorney-In-Fact July 22, 2002 SIGNER IS REPRESENTING: Date of Document Vame of Person(s) or Entity(ies) Safeco Insurance Company of 4merica Signer(s) Other Than Named Above AZAPACKN.DOC : CRLlFORNlA ALL-PURPOSE ACKNOWLEDGMENT - personally appeared dally known to me - OR -0 proved to me on the basis of satisfactoly evidence to be the person@) whose name(s) idare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hidherheir authorized capacity(ies), and that by hidherheir signature@) on the instrument the person@). or the entity upon behalf of which the person@) acted, executed the instrument. Thwgh the information below is not required by law, it my prove valuable (0 persons relying on the chxurnent and COUM prevent frauduknt removal and reattachment of his fom, to anolher donnnent. Description of Attached Document " Document Date: Signer@) Other Than Named Above: Capacity(ies) Claimed by Signer@) Signer's Name:/hH~~~ AL~H 0 Individual 0 Corporate Officer 0 Partner - 0 Limited 0 General 0 Parlner - 0 Limited 0 General 0 Attorney-in-Fact 0 Attorney-in-Fact 0 Guardian or Conservator 0 Guardian or Conservator Signer Is Representing: Signer Is Representing: Pa. No. 5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT "T """""""_ D@&nally known to me -OR -0 proved to me on the basis of satisfactoly evidence to be the person(s) whose name(s) idare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacityaes), and that by hislherltheir 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. Though the information below is not required by law, it may prove valuable to persons relying on the document and could pmVeflt fraudulent removal and reatfachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer@) 0 Partner - 0 Limited 0 General 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: I I Signer Is Representing: @S eo&TmmJ Signer's Name: 0 Individual Corporate Officer Title(s): 0 Partner - 0 Limited 0 General 0 Attornev-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: I I Signer Is Representing: I I OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinater called "Civ and whose address is hereinafter called "Contractot' and whose address is hereinafter called "Escrow Agent." For the consideration hereinater 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 earnings required to be withheld by the City pursuant to the Construction Contract entered into between contractor has the option to deposit securities with the Escrow Agent as a substitute for retention the City and Contractor for EL Camino Real and Camino Vida Roble in the amount of dated (hereinafter referred to as the "Contracr). Alternatively, on written request of the contractor, the Cityshall make payments of the retention earnings earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The Escrow Agent shall directly to the escrow agent. When the Contractor deposits the securities as a substitute for Contract 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 then required to be withheld as retention under the terms of the contract between the City and market value of the securities at the time of the substitution shall be a least equal to the cash amount Contractor. Securities shall be held in the name of the and shall designate the Contractor as the benelcial 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. shall hold them for the benefit of the contractor until such time as the escrow created under this contract 3. When the City makes payment of retentions earned directly to the escrow agent, the escrow agent 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 bythe City, Contractor and EscrowAgent. earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by 5. The interest earned on the securities or the money market accounts held in escrow and all interest Contractor at anytime and from time to time vithout notice to the City. Revised 9/1 1/00 Contract No. 30121 Page 39 of I56 Pages 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only that City consents to the vdthdrawal of the amount sought to be vithdrawn by Contractor. by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent 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 bythe 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 paynents 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 set forth above. harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City Title - For Contractor: For Escrow Agent: c - Revised 9/11/00 I Name Signature Address Title Name Signature Address Title Name Signature Address Contract No. 38121 Page 40 of 156 Pages - 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. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. - For City I For Contractor: - For Escrow Agent: - - Revised 911 1/00 Title Name Signature Address Title Name Signature Address Title Name Signature Address Contract No. 38121 Page 41 of 156 Pages SUPPLEMENTAL PROVISIONS EL CAMINO REAL AND CONTRACT NO. 38121 CAMINO VIDA ROBLE LEFT-TURN LANES SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 1, GENERAL PROVISIONS SECTION 1 - TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS Add the following section: 1-1.1 Reference to Drawings. Where words "shown". "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. Add the following section: 1-1.2 Dlrectlons. Where words "directed", "designated', "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. Add the following section: 1-1.3 Equals and Approvals. Where the words "equal". "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance". or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. Add the following section: 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials. tools, equipment, and transporktion. 1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Agency -the City of Carlsbad. California. City Council -the City Council of the City of Carlsbad. a Revised 911 1/00 Contract No. 38121 Page 42 of 156 Pages City Manager - the City Manager of the City of Carlsbad or hidher approved representative. Dispute Board - persons designated by the City Manager to hear and advise the City Manager 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 hidher approved representative. The City Engineer is the third level of appeal for informal dispute resolution. Minor Bld Item - a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. - Own Organisatlon - 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 paymenk, 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 Section 2-3.1 of the Standard Specifications and these Supplemental Provisions. part of the Contractor's Own Organization and will not be included for the purpose of compliance with Owner OperatorlLessor - 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 nor an employee of the Agency or a public utility. - Public Works Manager - The Construction Manager'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. Construction Manager - the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. 1.3 ABBREVIATIONS ..~ - 1-3.2 Common Usage. Add the kllowing: Abbreviation Word or Words Apts ............................ Apartment and Apartments CMWD Carlsbad Municipal Water District Bldg Building and Buildings CSSD ......................... Carlsbad Supplemental Standard Drawings cfs ............................... Cubic Feet per Second Comm ......................... Commercial DR .............................. Dimension Ratio E ................................. Electric G ................................. Gas gal ............................... Gallon and Gallons GNV ............................ Ground Not Wsible gpm ............................ gallons per minute - ............................ ........................ Gar ............................. Garage and Garages Revised 9/11/00 Contract No. 38121 Page 43 of 1JB Pages ". IE ................................ Invert Elevation LCWD ......................... Leucadia County Water District MSL ............................ Mean Sea Level (see Regional Standard Drawing M012) MTBM ......................... Microtunneling Boring Machine NCTD ......................... North CountyTransit District OHE ............................ Overhead Electric OMWD ....................... Olivenhain Municipal Water District ROW .......................... Right-of-way S ................................. Sewer or Slope, as applicable SDNR ......................... San Diego Northem Railvay SDRSD ....................... San Diego Regional Standard Drawing SFM ............................ Sewer Force Main T ................................. Telephone UE .............................. Underground Electric VWD ........................... Vallecitos Water District W ................................ Water, Wider or Width, as applicable SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-3 SUBCONTRACTS 2-3.1 General. Add the following: Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or to deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The City Council shall be the sole body for determination of a violation of these provisions. the City Council and shall be notified ten (10) days in advance of the time and location of said hearing. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before The determination of the City Council shall be final. 2-4 CONTRACT BONDS. Modify as follows: Delete the third sentence of the first paragraph having to do with a surety being listed in the latest rewsion of U.S. Department ofTreasury Circular 570. The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and Modify paragraphs three and four to read: materials bond) for this contract. The faithful performance/warranty bond shall be in the amount of 100 percent (100%) of the contract price. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to: 1. One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($5,000.000); 2. Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($10,000,000); or contract exceeds ten million dollars ($10,000,000). 3. Twentyfive percent (25%) of the total amount payable by the terms of the contract if the they are released according to the prousions of this section. Both bonds shall extend in full force and effect and be retained by the Agency during this project until Revised 911 1/00 Contract No. 30121 Page 44 of 156 Pages The faithful pedormance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisbction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. Add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: other instrument entitling or authoriang the person who executed the bond to do so. 1. An original, or a certified copy, of the unrevoked appointment, power of attorney. by laws. or 2. A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made byan officer's certificate as defined insection 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 \"thin the United Sates. 2-5 PLANS AND SPECIFICATIONS 2-5.1 General. Add the following: The specifications for the work include the Standard Specifications for Public Works Construction, (SSPWC), 2000 Edition and Supplements thereto, hereinafter designated "SSPWC". as written and promulgated by Joint Cooperative Committee of the Southem California Chapter American Public Works Association and Southern California Districts Associated General Contractors of California, and as amended by the Supplemental Provisions section of this contract. The construction plans consist of sheets 1 through 10 designated as City of Carlsbad Drawing No. 394- 9 titled 'Improvement Plans for lntersedion of El Camino Real and Camino Vida Roble, Project No. 38121". The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD. as issued by the San Diego County Department of Public Works, together with the City of Carlsbad "Standards for Design and Construction of Public Works Improvements". Other specifications applicable to this project are Carlsbad Municipal Water District (CMWD) "Rules and calling the CMWD at (760) 602-2730; and Leucadia County Water District "Standards for Sewer System Regulations for Construction of Public Portable Water Mains", October 1993, which may be obtained by Design Criteria and Standard Drawings and Specifications", available at (760) 753-0155. 2-5.2 Precedence of Contract Documents. Modify as follows: If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1. Permits from other agencies as may be required by law. 2. Supplemental Provisions. 3. Plans. Contract No. 30121 Page 45 of 156 Pages 4. Standard Plans. a. City of Carlsbad Supplemental Standard Drawings. b. Carlsbad Municipal Water District Standard Drawings. c. City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d. San Diego Area Regional Standard Drawings. e. State of California Department ofTransportation Standard Plans. 5. Standard Specifications for Public Works Construction. 6. Reference Specifications. 7. Manufacturer's Installation Recommendations and Submitlals. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2 through 7 above. Detailed plans and plan views shall have precedence over general plans. 2-5.3.3Submittals. Add the following: Appendix B is a list of the major submitlals. Each submitgl shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g., The label '4-C' would indicate the third instance that the fourth submittal has been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter ofTransmittal shall contain the following: 1. Project title and Agency contract number. 2. Number of complete sets. 3. Contractor's certification statement. 4. Specification section nurnber(s) pe-ining to material submitted lor review. 5. Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the 6. Description of the contents of the submittal. 7. Identification of deviation from the contract documen$. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that he has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the following certification on all submittals: requirements of the Contract Documents. The Contractor shall subscribe to and shall place the 'I hereby certify that the (equipment, material) shown and marked in this submitial 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: same materials). @ Revised 911 1/00 Contract No. 38121 Page 46 of 156 Pages 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 $-tts, which shall be correctad in red daily.and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, be obtained from the Agency at cost. This set of drawings shall be kept on the job and shalt be used underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may 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. 29 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 to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by a licensed land surveyor no later than thirty(30) days after construction at the site ofthe replacement is completed. The Licensed Land 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. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service. Delete Section 2-9.2 and replace with the following: The Contractor shall hire and pay for the services of a land surveyor licensed in the State of California, hereinafter Surveyor, to perform all work necessary for establishing control. construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. Add the following section: 2-9.2.1 Submittal of Surveying Data. All surveying data submittals shall conform to the requirements of section 2-5.3.3, '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 surveying field notes, grade sheets and survey calculations shall be submitted in bound form on by notes for all surveying required herein to the Engineer within ten days of performing the survey. All 11" paper. The field notes, calculations and data shall be clear and complete with name of field patty chief, field crew members, preparer. date of observation or calculation, consecutive page numbers and computer program. The field notes shall be prepared in conformance with the CALTRANS 'Surveys shall be readable without resort to any electronic aid, computer program or documentation for any Manual". The Contractor shall have a Record of Survey prepared and filed in conformance with 55 8700 - 8805 of the State of California Business and Professions Code showing all SDRS "10 monuments set. 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 st,h"litted for the Engineer's revkw and approval before submittal to the County Surveyor and before submittal to the County Recorder. a Revised 911 1/00 Contract No. 38121 Page 47 of 158 Pages Add the following section: 2-9.2.2Survey Requirements. Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in Table 2-9.2.2(A) as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traftic signal locations where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of construction in the area marked. Centerline monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project, the location of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as part of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Feature Staked Centerline or Parallel to Centerline Stake Description 7 mm (0.02') (Wlthln) Spacing a, @ Spacing@, L.t.ral Sefflng Toloranu (1, Street Centerline on street dO0m (1000'). street intersections, Begin SDRS "10 Monument 0.3 m (1') Horizontal at clearing line lath - Intervisible. s 15m (so') on tangents Lath in Soil, section 2-9.2.1 herein plans Clearing Horizontal. also see canterkine and end of curves. only when shown on the Horizontal 30 mm (0.1') (constant curves when k 300m (1"') 8 7.5m (25') on Stake NIA s 60 m (200') on tangents, s 15m (50') on RP + Marker Fence Horizontal 30 mm (0.1') Vertical 8 Grade Breaks & s7.6 m (25') Stake Intervisible and s 15m (50') surfaces RP + Marker Slope continuous 8 s 7.5m (25') on curves, Painted line - painted line on PCC 8 AC curwes when Fu 300111 (I 000') offset) Rough Grade Cuts s 15m (50') RP + Marker or Fills 2 10 m Stake NIA 30 mm (0.1') Vertical 8 (33') Horizontal (includes bP Of: area subbase and 8 7 mm ( I47 Vertical top in grading Basement soil. 10 mm ('I$) Horizontal w.7 m (22') s 15 m (so') on tangents 8 curves when rn RP + Marker Final Grade 300177 (1000') 8 s 7.5m (25') on curves when Stake. Blue- R s 300m (1000') base) Asphalt Pavement 10 mm ('/f) Horizontal edge of s 7.5m (25') or as per the intersection grid RP, paint on Finish Course 8 7 mm ( I47 Vertical pavement. points shown on the pian whichever provides previous course the denser information width. vown line 8 grade paving pass breiks Drainage 10 mm ('If) Horizontal (constant s 7.5m (25'). BC & EC. at XA. %A 8 %A on RP + Marker curb Facilitiesm, 0 8 similar 10 mm ('I$) Horizontal as appropriate intervisible & s 7.5171 (2%). beginning and end, RP + Marker Structures. Pipes BC 8 EC of facilities, Grade breaks, Stake 8 7 mm ( I,") Vertical Alignment breaks, Junctions, Inlets B similar facilities. Risers & similar facilities (except plumbing), Skewed cutoff lines Stake 8 7 mm ( Ii) Vertical offset) curb returns 8 at beginning 8 end @ Revised 911 1/00 Contract No. 38121 Page 48 of 156 Pages Feature Staked Centerline or Parallel to Centerline Setting Tolerance Spacing@. 0 (mthln) m Feature Staked Spacing @, 0 Spacing@, Q Setting Tokranw Lateral Centerline or Parallel to Centerline Stake (Wlthln) Description m Trafftc Signal Signal Poles Controller ( Junction Box Conduit CI Minor Structure Abutment Fill Wall (D Major Structure Footings. Ben Abutments 1 Wingwalls Superstructur Miscellaneous ( Contour Gradil Channels, Dikc 8 Ditches (D Signs (D Subsurface Drains (D Overside Drain 0, Markers (D w I I Vertical locations shall be based on the ultimate elevation of curb and sidewalk RP + Marker Stake at each pole 8 controller location at each junction box location RP + Marker 10 mm ('/I") Horizontal as appropriate 10 mm ("/a') Horizontal as appropriate 5 15 m (50') on tangents 8 curves when & RP + Marker 10 mm ("/e') Horizontal as appropriate Stake 8 7 mm ( /i) Vertical 8 7 mm ('/i) Vertical Stake 3Wm (1000') & 5 7.5m (25') on curves when 8 when depth cannot existinq pavement 7 be measured fmm mm ( /i)Verhcai & 7 mm ('/dm) vertical R I; 300m (1000') or where grade 5 0.30% Stake + Line for catch basins: at centerline of box, ends of RP + Marker box 8 wings 8 at each end of the local (when vertical data depression @ Stake 10 mm ("le.) Horizontal as appropriate I I' ~~ ~~~~ neec?%d) transitions Horizontal s 15 m (50') & along end slopes B conic as appropriate 30 mm (0.1') Vertical 8 ~ Stake RP + Marker Stake + Line 7 mm ('I,.) Horizontal as appropriate I; 15 m (50') and at beginning 8 end of: each changes in footing dimensions Mor elevation Point +Guard & 7 mm ('/4') vertical wall, BC & EC, layout line angle points, Stake &wall height RP + Marker & 7 mrn ('/4-) vertical Engineer, BC 8 EC. transition points B at Stake + Line beginning 8 end. Elevation points on footings Point +Guard 10 mm ("Is') Horizontal as appropriate 3 m to 10 m (10' to 33') as required by the Stake at bottom of columns RP 10 mm ('/() Horizontal as appropriate 3 m to 10 m (10 to 33') sufficient to use string beginning 8 end. Elevation points on footings at bottom of columns lines, BC 8 EC. transition points & at 8 7 mm ( /i) Vertical RP + Marker 8 7 mm ('/dm) vertical 300111 (1W) 8 s 7.5171 (25') on curves when Stake Horizontal 10 mm ("le') Horizontal as appropriate s 15 m (50') on tangents 8 curves when & RP + Marker line Stake 30 mm (0.1') Vertical 8 along contour s 15 m (50') R 5 3001-11 (IOOO') or where grade 5 0.30% Stake facilities, Grade breaks, Alignment breaks, RP + Marker 30 mm (0.1') as appropriate intervisible & 5 30 m (100'). BC 8 EC of Horizontal ('/,.) vertical Horizontal (L 7 mm Junctions, Inlets 8 similar facilities RP + Marker Point +Guard Stake + Line At sign location 30 mm (0.1') Vertical 8 Line point Stake Stake facilities, Grade breaks, Alignment breaks, RP + Marker as appropriate intervisible (L 5 15m (50'). BC 8 EC of longitudinal location RP + Marker ('h') vertical Junctions, Inlets 8 similarfacilities. Risers 8 Horizontal 8 7 mm 30 mm (0.1') ( /,.) Vertical 30 mm (0.1') At beginning B simiiar facilities Stake end HoTontal8 7 mm RP + Marker 7 mm ('/,-) Horizontal At marker for asphalt street surfacing I; 15 m (50') on Stake location(s) tangents (L cum when k mm (IOOO') 8 s a Revised 911 1/00 Contract No. 30121 Page 49 of 156 Pages Feature Staked Stake Setting Tolerance L8tRi-81 Centerline or Parallel to Centerline Description 0, Spacing@, SI 7.5m (25') on curves when R 5 300m (1000'). Spaclng 13, SI (Wlthln) Feature Staked Centerline or Parallel to Centerline Stake Description Spacing@, SI Later81 Setting Tolerance Spacing I3, @ (Wlthln) a Railings 8 8 Vertical barrier tangents 8 curves when R 2 300m (1000') 8 5 Stake Barriers (D 10 mm (?om) Hotizontal at railing 8 At beginning 8 end and 5 15 m (50') on RP + Marker AC Dikes (D Box Culverts RP + Marker 7.5m (25') on curves when R 5 300m (1000') locaBon(s) At beginning 8 end 30 mm (0.1') as appropriate Stake Horizontal 8 Vertical 3 m to 10 m (10 to 33') as required by the 8 7 mm ('/dm) vertical Engineer, BC 8 EC, transition points 8 at 10 mm Horizontal as appropriate beginning 8 end. Elevation points on footings 8 at invert when R 2 300m (1000') 8 7.5m (25') on cutves when R 5 300m (1000') For PCC location(S) marker Pavement Markers@ RP 7 mm ('/,") Horizontal at pavement 60 m (200') on tangents, 15m (50') on curves I ' I surfaced streets lane cold jointi will suftice I I (D Staking for feature may be omitted when adjacent marker stakes reference the offset and elevation of those features a Reference points shall be suffkiently durable and set securely enough to survive with accuracy intact throughout the installation 8 inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table and the accuracy requirements of the RP meet the requirements for the feature 13 Perpendicular to centerline. 13 Multi-plane surfaced features shall be staked 80 as to provide line 8 grade information for each plane of the feature @ Some features are not necessarily parallel to centerline but are referenced thereto the symbol. @ 2 means greater than, or equal to. the number following the symbol. 5 means less than, or equal to, the number following The cut datum for storm drainage 8 sanitary sewer pipes 8 Similar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit. All guard stakes, line stakes and lath shall be lagged. Unless otherwise approved by the Engineer flagging, paint and marking cards shall be the color specifed in TABLE 2-9.2.2(B) TABLE 2-9.2.2(B) Survey Stake Color Code for Construction Staking e Revised 911 1/00 Contract No. 38121 Page 50 of 156 Pages Add the following section: 2-9.2.3 payment for Survey. Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.2.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made therefor. Payment for the replacement of disturbed monuments and the filing of records of survey and/or comer records, including filing fees therefor, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made therefor. 2-10 AUTHORITY OF BOARD AND ENGINEER Add the following section: 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. 2-10.2 Audit And Inspection. Contractor agrees to maintain and/or make available, to the Engineer, Add the following section: 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 indude, but not be limited to, audits, inspection of premises, reports, contracts. subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this Contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make awilable to the Engineer for examination, all of its and all subcontractors to this Contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls. records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operations. Contractor and all subcontractors shall maintain such data and records for as long as may be required by applicable laws and regulations. SECTION 3 - CHANGES IN WORK 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.2.1 Contract Unit Prices. Add the following: In the case of an increase or decrease in quantityof a minor bid item in excess of 25 percent of the original quantity bid, the adjustment of contract unit price for such items will be limited to that portion of the change in excess of 25 percent of the original quantity listed in the Contractor's bid proposal for this contract. Adjustments in excess of 25 percent may, at the option of the Engineer, be paid pursuant to Section 3-3, Edra Work, 3-3 EXTRAWORK. 3-2.2.1 Contract Unit Prices. Add the following: In the case of an increase or decrease in quantiiof a minor Bid Item in excess of 25 percent of the original quantity bid the adjustment of contract unity price fur such items will be limited to that portion of the change in excess of 25 percent (25%) of the original quantity listed in the Contractor's bid proposal for this contract. Adjustments in excess of 25 percent (25%) may. at the option of the Engineer, be paid pursuant to Section 3-3, Edra Work. Contract No. 30121 Page 51 of 156 Pages 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, ifany, The labor rates published therein are not a prt of this cgntract. 3-3.2.3 Markup. Delete section 3-3.2.3(a) and (b) and replace vith 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 To the sum of the costs and markups provided for in this section, 1 percent (1%) shall be added as compensation for bonding. the markup established in 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor. markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. Add the following after the second sentence: Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. 3-4 CHANGED CONDITIONS. Delete the second sentence of paragraph three, delete paragraph five (5), and add the following: The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless he 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 bythe Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therevu'th. The Contractor shall provide the City with a written dowment 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. 4. Other Items and Expenditures ... 15 Contract No. 38121 Page 52 of 156 Pages The potential claim shall include the following certification relative to the California False claims Act, Government Code Sections 12650-12655. 'The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate in order Rr it to be further considered." By: Title: Date: Company Name: The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently fded 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 promptlytaken. 3-5 DISPUTED WORK. Add the following: The Contractor shall give the agency dtten notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therevith. Delete second sentence of paragraph one and add the following: Prior to proceeding with dispute resolution pursuant to Public Contract Code (PCC) provisions specifled hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 2. Construction Manager 1. Project Inspector 3. Deputy City Engineer, Construction Management 8 Inspection 4. Deputy Public Works Director 5. Pubic Works Director 6. 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 he 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. Revised 911 1/00 Contract No. 38121 Page 53 of I56 Pages ~1 claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3. Chapter 1, Article 1.5 (commencing with Section 201 04) which is set forth below ARTICLE 1.5 RESOLUTION OF CONSlRUCTION CWMS 20104. (a)(l) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less Wich 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 I 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 othennrise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the plyment 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 Januaryl, 1991. 20104.2. For any claim subject to this article, the bllowing 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 requiremenk othemise provided by contract for the filing of claims. (b)(l) For claims of less than fifty thousand dollars ($50,000), the local agencyshall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (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 inbrmation. 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 ofthe local agency and the claimant. (3) The local agency's written response to the claim. as further documented, shall be submitted to the than that taken by the claimant in producing the additional information or requested documentation. claimant within 30 days after receipt of the furher documentation, or within a period of time no greater whichever is greater. within the time prescribed, the claimant mayso notify the local agency, in writing. either hithin 15 days of (d) If the claimant disputes the local agency's written response, or the local agency fails to respond 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. Revised 911 1/00 Contract No. 38121 Page 54 of 156 Pages (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. (9 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 I 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 non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period. any party may petition the court to appoint the mediator (b)(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 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdidsion consistent Mth 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 countyfunds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorneys fees of the other party arising out of the trial de now. arbitration process. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or 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. @ Revised Q/l 1/00 Contract No. 38121 Page 55 of I56 Pages SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3.1 General. Add the following: The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Contractor shall Clmish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner ofwork and character of work shall not relieve Contractor from any obligation to fulfill this Contract. materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the 4-1.4 Test of Materials. Delete the phrase, "and a reasonable amount of retesting", from the third sentence of the first paragraph and add the following: Except as specified in these Special Provisions, the Agency will bear the cost of testing materials and/or 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 tesb shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by him during their preparation and use. If, after incorporating such materials into the Work, it is found that before the delivery is started. All materials proposed for use may be inspected or tested at any time sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. compaction tests may be made by the Engineer and all costs for tests that meet or exceed the along the work as deemed necessary by the Engineer. The costs of any retests made necessary by requirements of the specifications shall be borne by the Agency. Said tests may be made at any place noncompliance with the specifications shall be borne by the Contractor. 4-1.6 Trade Names or Equals. Add the following: The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, durability, compatibility with associated items. availability of repair the originally specified item at no cost to theAgency. parts and suitability of application the Contractor shall remove the substituted item and replace it with SECTION 5 - UTILITIES 5-1 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 Contractor with SDG&E. Contractor shall coordinate. indicated on the Plans are not guaranteed. Work over high-pressure gas line requires caordination by 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. allowed therefor. The portion thus omitted shall be constructed by the Contractor immediately following Such omission shall be for the Contractor's convenience and no additional compensation will be the relocation of the utility involved unless otheMlise directed by the Engineer. Contract No. 38121 Page 56 of 156 Pages 54 COOPERATION. Add the following: Contractor shall protect all existing facilities during all phases of this contract. Cable television will adjust an access hole to grade. Contractor shall coordinate with agency for modification of access hole. SECTiON 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete Section 6-1 and substitute the following: The Contractor shall begin work within ten (10) calendar days after receipt of the "Notice to Proceed". Add the following section: 6-1.1 PreGonstruction 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 for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel responsible for the management, administration, and execution of the project is mandatory personnel attend the Preconstruction Meeting will be grounds for default by Contractor per section 64. 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 ofthe preconstruction meeting. Add the following section: 6-1.2 Construction Schedule Submittal. The Contractor shall submit the Construction Schedule per the submittal requirements of Section 2-5.3. Acceptance of the schedule is required prior to issuance of the Notice to Proceed. Schedule shall include an item and time period for Adelphia to adjust manhole to grade. Add the following section: 6-1.3 Bar Chart. Submit weekly a bar chart shovdng individual tasks and their durations arranged nith the tasks on the vertical axis and the duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. The bar chart shall include a minimum 20 items and include submittal dates. Add the following section: 6-1.4 Measurement And Payment Of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefor. 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 paving, median existing traffic signal. Video detection system shall be operational prior to anyother work. Curb, hardscaping, clearing and grubbing, unclassified excavation, striping and modification of an Add the following section: 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. Each Project Meeting shall be attended by the Contractots Representative. The Project Representative shall be the individual determined under section 7-6, 'The Contractor's Representative", SSpWc. No separate payment for these meetings Will be made. Revised 911 1/00 Contract No. 36121 Page 57 of 156 Pages Add the following section: 6-2.3.1 Agenda. The agenda for these meetings shall include the bllowing items: 1. Review progress of construction since the prewous meeting. 2. Discuss field observations. problems and conflicts. 3. Identify problems which impede planned progress and dewlopment corrective measures as required to regain the projected schedule. Reuse the construction schedule if necessary. 4. Plan progress during the ne^ construction period. 5. Coordinate the progress of subcontractors. 6. Review changes proposed by the City for their effect on the construction schedule and completion time. 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 otheMlise 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 anyclaim(s) therefor. 6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work also Section 308-6.) to completion within 60 working days after the starting date specified in the Notice to Proceed. (See 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 8:30 a.m. and 3:30 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 work outside the hours and/or days stated herein when, in hislher sole opinion, such work conducted by written permission must be obtained at least 48 hours prior to such work. The Engineer may approve the Contractor is beneficial to the best interests of the Agency. Inspection costs for weekend work shall be waived. The Contractor shall incorporate the dates, areas and types of work prohibited in this section in the Construction Schedule required by section 6.1. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performad within the dates, areas and/or tpes of work prohibited in this section. 6-8 COMPLmON AND ACCEPTANCE. Add the following: All work shall be warranted for one (1) year after recordation of a "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. Twentyfive percent of the faithful performance bond shall be retained as a warranty bond for the one Far warranty period. Revised 911 1/00 Contract No. 30121 Page 58 of 158 Pages 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 on500 Hundred Dollars ($1500.00). Execution of the Contract shall constitute agreement by the Agency and Contractor Fifteen Hundred Dollars ($1500.00) per day is the minimum value of costs and actual damages caused bythe Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a vaiver of this paragraph or of any damages. SECTION 7 - RESPONSIBILITIES of the CONTRACTOR 75 LIABILITY INSURANCE. Add the following: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V and are admitted and authorized to conduct business in the state of California and are listed in the oficial publication of the Department of Insurance of the State of California. 7-4 WORKERS COMPENSATION INSURANCE. Add the following: All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement br workers' compensation insurance. 7-5 PERMITS. Modify the first sentence to read: Except as specified herein the agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, and building permits necessary to perform work for this contract on Agency property, in streets. highways (except State highway right-of- work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials way), railways or other rights-of-way. Contractor shall not begin work until all permits incidental to the removed from the project. The cost of said permit@) shall be included in the price bid for the appropriate bid item and no additional compensation Hill be allowed therefor. 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 edension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor br 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 or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the also be executed on weekends and other non-working days when needed to preserve the health safety duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in hidher 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. Contract No. 38121 Page 59 of 156 Pages 7-8.1.1 Cleaning During Construction. Add the following: Maintain area covered by Contract, adjacent properties, and public access roads. Keep these areas free from waste, debris and rubbish caused by construction. Conduct cleaning and disposal to comply with local ordinances and anti-pollution law. Do not bum or bury rubbish and waste materials on project site. Do not dispose of volatile wastes such as material waterways. Provide containers for collection and disposal of waste materials, debris and rubbish. spirits, oil or paint thinner, in storm or sanitary drains. Do not dispose of wastes into streams or Use only cleaning materials recommended by manufacturer of surface to be cleaned. Contractor shall keep the premises free at all times from accumulations of waste materials and rubbish. Contractor shall provide adequate trash receptacles around the site and shall promptly empty the containers when filled. Volatile wastes shall be properly stored in covered metal containers and removed daily. The work area shall be swept clean if dirt and debris on a daily basis at the end of each work day. Wastes shall not be buried or bumed on the site or disposed of into storm drains, sanitary sewers, streams or waterways. All waste shall be removed from this site and disposed of in a manner complying with local ordinances and anti-pollution lam. Adequate cleanup will be a condition for recommendation of progress payment applications. Treat access roads and parking areas as needed to control dust and prevent tracking of mud onto paved streets. Use water or dust preventative to control dust. Cover or wet loads of excavated material or rubbish leaving site or of material being imported to prevent blowing dust. Wet down dry materials and rubbish to prevent blowing dust. Clean public access road to site. Remow material falling from haul trucks. 7-8.1.2 Flnal Cleaning. Add the following: Restore construction areas to preconstruction conditions after completing of work and immediately before final inspection. Restore lines and grades of areas used for earthwork storage. Clean, swep. and wash Work and equipment including finishes. and exterior finished surfaces. Polish surfaces so designed. Remove grease, dust, dirt, stains, labels, fingerprints and foreign materials from sightexposed interior Repair, patch and touch up marred surfaces to specfied finish to match adjacent surfaces. Remove from Owner’s property temporary structures and materials, equipment and appurtenances not required as part of, or appurtenances to, completed Wrk. After Work is complete, remove from site loose concrete, lumber, wire, aggregate or rock piles, reinforcing rubbish, debris and materials not incorporated in Work. Remove excess pointing mortar the Contractor and shall be disposed of by him outside the limits of work in actyJrdance with the materials and other debris within pipes. All cleared and waste materials shall become the pmperty of applicable ordinances and regulations of governmental agencies having jurisdiction. Excess excavation material acceptable to the Owner’s Representative may be disposed of on Owner’s property as directed by the Owner’s Representative. Revised 911 1/00 Contract No. 38121 Page 60 of 156 Pages Excess cut material and removed pavement and other unacceptable excavated material shall be disposed of in a location to be selected by the Contractor. The Contractor shall be held responsible for selecting the disposal site and acquiring permission from the property owner for disposal. Excess material must not be put in water courses or in any location where it will interfere with the natural drainage. 7-8.4 Sanitation, Add-the following: The Contractor shall, at all times, provide for his employees abundant supply of safe drinking water and shall give orders against the use of, for drinking purposes, any water in the vicinity of the work known to be unsafe. The Contractor shall provide suitable and conveniently located temporary toilets for use by his forces. They shall be left at the site until lnal inspection has been made. 7-8.5 Temporary Light, Power and Water. Add the following: The Contractor shall obtain a water related to this contract. The Contractor shall contact the appropriate water agency for construction meter for water used for the construction, cleanup, testing and all other work requiring requirements. The Contractor shall pay all costs of temporary light, powr and water including hookup. service. meter and any, and all, other charges, deposits andlor 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. Construction water shall be clean and free from objectionable deleterious amounts of acids, alkalis, construction water. Reserve remaining outleb for use by fire department. Unless othervise stated, make salts, or organic materials. If water is taken through fire hydrants, use one 2112-inch connection for arrangements to develop water sources. provide backtlow protection and supply labor and equipment to collect, load, transport, and apply water as needed for compaction, testing, concrete work, dust control. and other construction use. 7-8.7 Drainage Control. Add the following: Storm water management operations shall be conducted erosion in conformance with Federal, State and local regulations. and maintained as needed to prevent runoff or seepage from entering excavations and to control Add the following section: 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with Ordinance, Carlsbad Municipal Code Chapter 8.48. mufflers in good repair when in use on the project with special attention to the City Noise Control 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. Add the following: Where connections or disruptions have been made tp existing work, repair, reactivate, refill and recharge components. restoring them to preconstruction conditions. Follow procedures of authorities having Ownership or jurisdiction for work involving existing utilities and services. 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access. Add the following: Construct and maintain access or haul roads required for project, and personnel movement into and within construction and excavation areas, subject to prior approval by owner. Install and remove earth ramps as needed to protect concrete and asphalt curbs. Areas used for temporary access, haul roads and access from public roads shall be graded and restored to original. Grade conditions to Wet's satisfaction. Contract No. 38121 Page 61 of 156 Pages 7-10.2 Storage of Equipment and Materials in Public Streets. Add the following: Storage yard description shall describe Contractor's proposed methods for dust and noise control in storage areas to satisfaction of Owner. It is the Contractor's responsibility to secure and provide a staging area (storage yard) for materials and equipment. Property owner's written approval of storage yard shall be submitted along with Planning Qepartment permit for use of property used as storage yard for project. Conform to setbacks and other conditions required by City regulations or permib. Storage yard shall be fenced 7-10.3 Street Closures, Detours, Barricades. Add the following: Traffic controls shall be in accordance with the plans, Chapter 5 of the California Department of Transportation "Manual of Traffic Controls," 1996 edition and these Special Provisions. If any component in the traffic control system is work, the Contractor shall immediately repair said component to its original condition or replace said displaced, or ceases to operate or function as specified, from any cause, during the progress of the 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 hidher sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($20.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. Add the following section: devices shall be maintained throughout the duration of work in good order and according to the 7-10.3.1 Construction Area Signs and Control Devlces. All construction traffic signs and control approved traffic control plan. All construction area signs shall conform to the provisions of Section 206- 7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214-5.1 et seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking and curb marking shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water bome conforming to Section 210-1.6 for materials and Section 310-5 et. seq. for workmanship. Warning and shall be furnished, installed and maintained by'the contractor. Warning and advisory signs, lights and advisory signs, lights and devices installed or placed to provide traffic control. direction and/or warning 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 nonexistent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section 206-7.2 et. seq. If illuminated traffic cones rather than post-type delineators are used during the '"Standard Specifications". except the sleeves shall be l8Ornm (7") long. Personal vehicles of the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in Caltrans 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 1.8m (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 a Revised 911 1/00 Contract No. 38121 Page 62 of 156 Pages pavement at not less than 7.6m (25') intervals to a point not less than 7.6m (25') past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a sign post or telescoping flag tree with flags. The sign post or flag tree shall be placed where directed by the Engineer. Add the following section: 7-10.3.2 Maintaining Traffic. Attention is directed to Sections 7-10 SSPWC "Public Convenience and Safety." Nothing in these Special Provisions shall be construed as relieving the Contractor from its responsibility as provided in said Section 7-10. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS "Standard Specifications", except the sleeves shall be seven (7) inches long. The Contractor's personnel shall not work closer than six (6) feet, nor operate equipment within two (2) feet from any traffic lane occupied by traffic. For equipment the two (2) feet shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver or for the work of may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer the adjacent trafic lane or provide barriers. any section closed to public traffic. Whenever vehicles or equipment are parked on the shoulder within Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including six (6) feet of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at 25-foot intervals to a point not less than 25 feet past the last vehicle or piece of equipment. Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted on a telescoping flag tree with flags. The A minimum of nine (9) cones or portable delineators shall be used for the taper. A C23 (Road Work flag tree shall be placed where directed by the Engineer. All construction traffic control devices shall be maintained in good order and according to the plan throughout the duration of work. During the entire construction, a minimum of two paved traffic lanes, not less than twelve (12) feet wide, shall be open for use by public traffic in each direction of travel. Add the following section: 7-10.3.3 Traffic Control System for Lane Closura. A traffic control system consists of closing traffic lanes 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 way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so System, except portable delineators placed along open trenches or excavation adjacent to the traveled elects. said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. Revised 9;1,mo Conbac! No. 30121 Page 63 of 156 Pages Add the following section: 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Special Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until he has submitted its plan to the Engineer and has received the Engineeh written approval of said plan. Add the following section: 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in Chapter 5 of the 'Traffic Manual". 1996 edition published by CALTRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all to establish the alignment of temporary pavement delineation shall be performed by the Contractor. times for traveled ways open to public traffic. All work necessary, including any required lines or marks, When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporarypavement delineation shall be remowd 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 remoed. Add the following section: 710.3.6 Preparation of New or Modifications and Addltions to Existing Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging Plans (TCP) are included in the have such new or modified TCP prepared and submitted as part of the Work for any and all construction project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall activities that are located within the traveled 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 Engineer's review in conformance with the requirements of Section 2-5.3 et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20-day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP. new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation, vertical cums must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and of the "Manual of Traffic Controls", 1996 Edition, as published by the State of California Department of Transportation. Such modification. addition, supplement and/or new design of TCP shall be prepared shall be the sole judge of the suitability and quality of any such modifications, supplements and/or new by a registered professional engineer appropriately registered in the State of California. The Engineer Contract No. 38121 Page 64 of 156 Pages designs to the 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 requiremenls of Section 2-5.3, Shop DraHings and Submittals. Add the following section: 7-10.3.7 Payment. The Contractor shall provide traffic control at the contract lump sum price bid. The contract lump sum price paid for "traffic control" shall include full compensation for furnishing all labor (including flagging costs). materials (including signs), tools, equipment and incidentals, and for doing all the work involved in preparation, reproduction and changing of traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining. moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans and approved additions and modifications, as specified in these special provisions, and as directed by the Engineer. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control." When included as a bid item the cost of labor and material for portable concrete barriers will be paid for at the price bid. When there is no bid item the cost of labor and material for portable concrete barriers they will be paid as an incidental to the work being performed and no additional payment will be made therefor. Progress payment for "Traffic Control" will be based on the percentage of the improvement work completed. Add the following section: 7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions ofthe contract. Add the following: 7-15 MOBILIZATION. Obtain temporary easements, which Contractor may require for construction activities outside of existing easements and/or rights of way sewred by City, at Contractor% expense. When using vamnt property to park and service and store products. obtain written permission from property owner. Notify adjacent property ownem of this proposed use. Obtain written approval frwn property owner stating requirements which are a condition of this approval and send a copy of communication to the City. @ Revised 911 1/00 Contract No. 38121 Page 65 of 156 Pages Remove obstruction in right-of-way before starting construction. Where private property, such as parked cars, must be removed prior to construction, notify respective property Owners 72 hours in advance of right-of-way clearing to allow them to remove their property. SECTION 9 - MEASUREMENT & PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9-1.4 Unlts of Measurement. Modify as follows: The system of measure for this contract shall be the US. Standard Measures. 9-3 PAYMENT 94.1 General. Delete the eighth paragraph and substitute the following: Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the “Notice Of Completion” Add the following: If Contractor fails to comply with a request of Ci, or is unable to comply with a request, and it is necessary for City‘s forces to do Work that is Contractoh responsibility, City will bill Contractor. Each incident requiring work by Civs forces will be covered by a separate billing. Payment for obtaining and complying with permits during construction. including. but not limited to, NPDES permits, building permits, encroachment permits, excavation permits, drilling permits, disposal permits, temporary easements, licenses, inspection fees, and Federal, State and local taxes will be included in prices bid for work for which such costs are appurtenant. Payment for coordinating with agencies, events and persons described will be included in prices bid for work to which coordination is appurtenant. 9-3.2 Partial and Final Payment. Delete the second paragraph and substitute the following: Each as basis for making monthly progress payments. The estimated value will be based on contract unit month, the Engineer will make an approximate measurement of the work performed to the closure date 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 that additional payment is due. the Contractor shall within ten (IO) days of receipt of the progress progress pay estimate and submit it to the Contractor for his information. Should the Contractor assert 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 within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor request from the Contractor. If payment of the undisputed supplemental payment request is not made equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. Revised 911 1/00 Contract No. 38121 Page 66 of 156 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. AII prior estimates and progress pyments shall be subject to correction in the Final Paynent 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 on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments 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 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 ith notice or protest requiremenk 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 fumish 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 inbrmation and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under subsection 3-5. Disputed Work, for those claims remaining in dispute. Add the following section: S-3.3.1 Delivered Materlals. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. Revised 911 1/00 Contract No. 38121 Page 67 of I56 Pages Add the following section: 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory work will be made at the lump sum price bid therefor in the bid schedule and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not preparing to conduct work on and off the project site and other ofsite facilities necessary for work on the limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that paid for under separate sections of these specifications. The contractor hereby agrees that the lump the Contractor shall have no right to additional compensation br Mobilization and Preparatory Work. Progress payments for mobilization and preparatorywork will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for mobilization and preparatory work will be allowed. For the second progress payment. an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefor. Add the following: 93.5 Other. Payment for protecting or replacing destroyed monuments, or survey stakes and the cost of replacing such staking will be included in the price bid for items of Work for which alignment or limits must be staked. Payment for verification of field dimensions and utirity locations will be included in the price bid for items of work which may require relocation or refmng if field dimensions differ from those shown on plans. Payment for power to be furnished by Contractor for construction use will be included in the price bid for items to which it is appurtenant. Payment under these items will include full cornpensation for furnishing labor, products, tools, and equipment and doing work necessary to obtain and distribute power for construction purposes. price bid for items of work for which dust control during construction is appurtenant. Payment for dust control, including dust palliatives and water supply and application will be included in the which fire protection during construction is needed. Papent for costs arising from fire or prevention of fire will be included in the price bid for items of work for facilities are required during construction. Payment for noise control facilities will be included in the price bid for items of work where noise control Revised 911 1/00 Contract No. 30121 Page 68 of 156 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). SECTION 201 - CONCRETE, MORTAR AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE TABLE 201-1 .1.2(A). Mi@ as follows: TABLE 201 -1 .1.2(A) @' PORTLAND CEMENT CONCRETE Traffic Signal Foundation Trench Backfill Slurry (2) 330-C-23 All Concrete Used Within the Right-of-way Maximum Concrete Type of Construction 100 (4") 3504-27 (5SD-c-3750) Class Slump mm (Inches) (560-C-3250) (') (190-E-400) 1 Sack Slurry 1 15E-3 200 (8") Traffic Signal Foundations Except as noted herein: 100 (4") 3304-23 Street Light Foundation and Su~y Monuments 100 (4") 350-C-27 (590-C-3750) (560-C-3250) 201-1.1.2(A) SSPWC. (1) Except that concrete required to be of higher strength by Table 201-1 .I .2(A) SSPWC shall be as per Table (2) As per Table 201-1.1.2(A) SSPWC. (3) Portions of Table 201-1 .I .2(A) of the Standard Specifications for Public Works Construction not shown herein as changed are not affected by this table. 201-1.1.2 Concrete Specified by Class. Add the following: Concrete Paving within medians (as indicated on plans) shall be as specified in the Concrete Class Use Table under Subsection 201-1.1.2 as 'Street Surface Improvements" and shall conform to Concrete Class 560-C-3250, with a maximum slump of three inches (3"). Revised 9/11/00 Contract No. 38121 Page 69 of 156 Pages 201-1.2 Materials. 201-1.2.4(a) Integral Colored Concrete. Add the following: Integral color shall consist of colored admixtures developed for use in ready mixed concrete. The product shall be made of the highest quality pigments, as well as other ingredients designed to enhance the color and improve the pigment dispersion, workability and finishing performance of the concrete. Integral color pigments shall meet or exceed ASTM-C-979. The coloring method shall be designed for concrete flatwork applications (salt finished, broom finishes, rotary finishes), as well as vertical surfaces, and other types of architectural concrete. Pigment shall be a permanent coloration. uniform throughout the concrete surface and interior, and shall be highly UV and fade resistant. Color shall match the paving in the raised medians between El Camino Real and Camino Vida Roble. Provide sample panel submittals of all colors to be used in the installation on identical surfaces for approval by Resident Engineer. Admixture products and procedures for installation shall be in strict accordance with the~manufacturer's specifications and recommendations, and those published by the American Concrete Institute (ACI) and the Portland Cement Association (PCA). 201-1.2.4 Chemlcal Admixtures. (e) Air-Entraining Admixturns. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. Add the following: 201-1.6 Finish. Stamped pattern to match existing paving in the medians between El Camino Real and Camino Vida Roble. Add the following: 201-1.7 Miscellaneous Concrete Finishing Products. 201-1.7.1 Water Base Penetrating Sealer lor Integral Colored Concrete. (Scofeld Colorcure Concrete Sealer or approbed equal) Water base penetrating sealer shall be a sealer designed 6r the protection of imprinted and natural concrete. Water base penetrating sealer shall be a sealer designed 6r the protection of imprinted, colored and without darkening or adding gloss to the surface. It shall presene the natural slip resistance ofthe natural concrete, and other masonrysurfaces to preserve the natural appearance of the masonry concrete, etc. Sealer shall repel spills and soils, minimidng staining and maintenance.. Seal shall leave no visible material on the surBce and shall be absorbed and locked into the pores of the masonry, repelling liquids and soils but leadng the top surface natural in appearance. Install per manufacturer's directions. Seal shall be compatible with the surfaces and materials which it is applied. Concrete sealer shall conform to the following specifications: Color: Clear, non-yellowing Odor: Mild Flash Point: Specific Grav.: None (C.O.C. method) Density: I .03 8.6 pounds per gallon @ Revised 911 1/00 Contract No. 38121 Page 70 of 156 Pages Drying Time: 30 minutes to 60 minutes Cure Time: 24 to 48 hours VOC Content: None (0 911) eduding water Polymer Type: Proprietary Reactive Resin System Coverages (approhate): Smooth Concrete: 300 to 400 square feet per gallon Rough Concrete: 200 to 300 square feet per gallon Note: Coverages vary depending on porosity and condition of surface and method of application. Method of: Airless sprayer. Application Manufacturer: Scofield Chromix Admixtures for color-conditioned concrete. or approwd equal L.M. Scofield Company 6533 Bandini Boulevard Los Angeles, CA 90040 1-800-800-9900 All materials shall be furnished, prepared, applied, cured, and stored according to the product manufacturer's direction. 201-3 eANSION JOINT FILLER. Add the kllowing: 201-3.4 Type "A" Sealant (Two-Part Polyurethane Sealant). Add the bllowing: All finished concrete surfaces shall have a %" continuous expansion joint at locations indicated on the plans and notes and shall be located either parallel to perpendicular to the curb line. When not and colored to match the color of the concrete surface. otherwise indicated, all expansion joints located adjacent to colored concrete shall be sealant Type "A" Contractor shall provide joint sealants that have been produced and installed to establish and to maintain watertight and airtight continuous seals without causing staining or deterioration of joint substrates. Contractor shall submit product data from the manufacturer of each joint sealant product required, samples for initial selection purposes in form of manufacturer's standard bead samples, consisting of including instructions for joint preparation and joint sealer application. Contractor shall also submit strips of actual products showing full range of colors available, for each product exposed to view. Samples shall be submitted to Engineer. Submit complete schedule of type (and location where type is to be used) of each sealant. Contractor shall engage an experienced installer who has completed joint sealant applications similar in of successful in-service performance. material, design and extent to that indicated for Project that have resulted in construction with a record with joint substrates under conditions of service and application, as demonstrated by sealant Provide joint sealants. joint fillers, and other related materials that are compatible with one another and manufacturer based on testing and Celd experience. Revised 911 1/00 Contract No. 38121 Page 71 of 158 Pages Provide color selections made by Engineer from manufacturer's full range of standard colors for products of type indicated. Sealant color parallel to curbline shall match color ofpaving Treatment Type 'A" as specified in Section 201-1.2.4(a) of these Special Provisions. Joint sealants shall be multi-component polyurethane sealant. Except as otherwise indicated, provide manufacturer's standard, non-modified, 2-or-more-part, polyurethane-based, elastomeric sealant; complying with either ASTM-C-920-87. Type M, Grade P, Class 25. or FS TT-S 0227E Class A. non- sag. Type II. Acceptable Products: 'Sonnebom NPII"; Sonnebom Building Products Division; 'Scofield Lithoseal Traficalk 3-G", L.M Scofield Company, or equivalent, as approved by the Engineer. Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratorytesting. Plastic foam joint fillers .shall be preformed, compressible, resilient, nonstaining, nonwaxing, nonextruding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell polyethylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polystyrene foam is not acceptable. SECTION 203 - BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. 203-6.2 Materials. Add the following: Asphalt concrete shall be dass C2-AR-4000 for surface course, and BAR 4000 for base course and D2AR 4000 Rr leveling course. 203-6.6.2 Batch Plant Method, Modify as follows: Third paragraph, last sentence, delete 'and from the Engineer's field laboratory". Last paragraph, add aPer D 2172: "method A or B." 203-6.7 Asphalt Concrete Storage. in excess bf 2 hours, and any other concrete stored in emss of 18 hours. shall not be used in the wrk. Add the following: Open graded asphalt concrete stored SECTION 204 - LUMBER AND TREATMENT WITH PRESERVATIVES 204-1 LUMBER 8 PLYWOOD TABLE 204-1.2 (A) Add the following: TABLE 204-1.2(A) USES Headers for bituminous pavement GRADES Construction grade Redwood, or treated construction grade Douglas Fir Revised SI1 1/00 Contract No. 30121 Page 72 of I56 Pages SECTION 206 - MISCELLANEOUS METAL ITEMS Add the following section: 206-7 TRAFFIC SIGNS. Add the following section: 206-7.1 permanent Traffic Signs Permanent trafic signs shall consist of 10-gage and 12-gage cold-rolled steel perforated tubing. This includes all signs used for the direction, Wming, and regulation of vehicle (including bicycle) and pedestrian traffic upon the completion of the Work unless otherwise shown on the plans. Add the following section: 206-7.1.1 General. Materials, legend, proportion, size, and fabrication of all signs used for the direction, warning. and regulation of vehicle (including bicycle) and pedestrian traffic shall conform to the requirements of "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993". Sheets 1 through 5 that accompany 'SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, 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 and as modified herein. Where the 'SPECIFICATION FOR REFLECTIVE SHEETING SIGNS, October Procurement Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 95819 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 andlor its employss or officials. such rights shall be vested in the Engineer. Add the following section: 206-7.1.2 Sign Identlflcation. Modify the "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993" as follows: Sign identication shall be as per "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993", except that the notation shall be "PROPERTY OF THE CITY OF CARLSBAD". Add the following section: 206-7.1.3 Drawings. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: Standard signs shall be as per the most recently approved "Approved Sign Specification Sheets" of the State of California, Department of Transportation. The date of approval shall be the date this contract. whichever is most recent. most closely preceding the date of manufacture of the sign@) or the date of the "Notice to Proceed" of Add the following section: 206-7.1.4 Reflective Sheeting. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: All advisory signs, warning signs and all regulatory signs shall be fabricated with Type 111 encapsulated lens sheeting conbrming to the requirements ofthis specification. 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. @ Revised 911 1/00 Contract No. 38121 Page 73 of 156 Pages Add the following section: 206-7.1.6 Mounting Traffic Signs. Traffic signs shall be installed on logage or 12gage cold-rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45 or, when the sign area exceeds the maximum area allowed for on that drawing, on multiple IO-gage or 12-gage cold- rolled steel perforated tubing posts. The number of posts shall be determined by the parameters in SDRS drawing M-45 or as approved by the Engineer. Traffic signs will be provided with back braces and mounting blocks as approved by the Engineer consisting of 10gage or 12-gage cold-rolled steel perforated tubing when multiple posts are used. Add the following section: 206-7.1.6 Traffic Sign Posts. Posts shall be constructed of IO-gage or 12-gage cold-rolled steel perforated tubing posts as shown on San Diego Regional Standard drahing “45. 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 Contractor’s performance of.the Work. Temporary traffic signs include both stationaryand 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 certii 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 employes or officials, such rights shall be wsted in the Engineer. 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(@ 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. Modi the. ‘Specifications For Reflective Sheeting Sgns, October 1993” as follows: All advisory signs, warning signs and all regulatory signs shall be fabricated with Type 111 encapsulated lens sheeting conkrming to the requirements ofthis specification. Add the following section: 206-7.2.4 Substrate. Modiry the ‘Specifications For Reflective Sheeting Signs, October 1993” as f0bWS: Excepting Only Wnstruction 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. Revised 911 1/00 Contract No. 38121 Page 74 of I56 Pages Add the following section: 206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary traffic signs shall be installed on IO-gage and 12-gage cold-rolled steel perforated tubing 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) Wood posts shall not be used. c) The height to the bottom of the sign panel above the edge of traveled way shall be at least b) Back braces and blocks for sign panels will not be required. 2.1 m (7'). d) Unless otherwise shown on the plans traffic sign posts shall conform in materials and installation to SDRS drawing M-45 and shall have one post provided for each 0.48 m2 (5 e)of sign area, or the signs may be installed on existing lighting standards when approved by the Engineer. e) Sign panels mounted on temporary traffic sign posts shall conform to the requirements specified for aluminum signs in the "Specifications For Reflective Sheeting Signs, October 1993". Add the following section: 206-7.2.6 Temporary Traffic Sign Posts. Posts shall be 10-gage or 12-gage cold-rolled steel perforated tubing used for the support and stabilization of stationary mounted temporary signs. 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. Sign panels for stationary mounted signs shall consist of reflective sheeting applied to a sign substrate. Add the following section: 206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of a base, standard or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operation. Sign panels for portable signs shall conform to the requirements of sign panels for stationary mounted signs in the "Specifications For Reflective Sheeting Signs, October 1993. or shall be cotton drill,fabric, flexible industrial nylon fabric. or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and legend requirements for portable signs shall be as described for stationary mounted sign panels in section 206- 7.2 of these Supplemental 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 color of the sign panel background. Testing of paint will not be required. Add the following section: 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS. Add the following section: 206-8.1 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 ASTM A-525, Designation G-90. Galvanizing shall be performed after all forming and punching cold-roll-formed steel conforming to ASTM Designation A-446, Grade A. Galvanizing shall conform to faces with I lmm (7/16") holes on 25 mm (1") centers. operations have been completed. Cold-rolled Steel perforated tubing shall be perforated on all four Revised 9/11/00 Contract No. 38121 Page 75 of 156 Pages Add the following section: 206-8.2 Tolerances. Wall thickness tolerance shall not exceed +0.28 mm, -0.13 mm (+0.011", - 0.005"). Convexity and concavity measured in the center of the flat side shall not exceed a tolerance of +0.25 mm (+O.OlO") applied to the specific size determined at the comer. Straightness tolerance variation shall not exceed 1.6 mm in 1 m (1116 " in 3'). Tolerance for comer radius is 4.0mm (5/32"), plus or minus 0.40 mm (11W). Weld flash on corner-welded square tubing shall permit 3.60 mm (9164") radius gage to be placed in the corner. Using lo-gage or 12-gage square tube, consecutive size tubes shall telescope freelyfor 3.lm (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 (118" in 20). In addition, for the following specific sizes of light gage steel tubing, dimensional tolerances shall not exceed those listed in tables 206-8.2 (A) and 206-8.2(8). TABLE 206-8.2(A) LIGHT GAGE STEEL TUBING SIZE TOLERANCE Nominal Outside Dimensions mm (inches) mm (inches) Outside Tolerance for All Sides at Corners 25 x 25 44x44 0.15 (1'12 x 1V2) 38 x 38 0.006 0.15 (1 114 x 1 '1,) 32 x 32 0.005 0.13 (1 x 1) 0.006 51 X 51 (2 x 2) 0.20 0.008 56 x 56 (2% x 2311s) 0.010 0.25 12 x 3) 51 x 76 0.010 64x64 0.010 0.25 (1 '14 X 1 '14) 0.008 0.20 57 x 57 0.25 (Z1/4 X Z1/4) (2'12 x 2'12) 0.010 0.25 TABLE 206-8.2181 ~. "- LIGHT GAGE STEEL TUBING SQUARENESS OF SIDES AND TWIST Nominal Outside Dimension I Sauareness") I Twist Permissible in 900 mm (3") ('I) Tubing may have its sides failing to be 90 degrees to each other bythe tolerance listed. (2) Twist is measured by holding down the edge of one end of a square tube on a surface plate with the bottom side of the tube parallel to the surface plate, and noting the height that either corner on the opposite end of the bottom side is above the surface plate. a Revised 911 1/00 Contract No. 30121 Page 76 of 156 Pages Add the following section: 206-8.3 Fasteners. Fasteners used to assemble cold-rolled steel perforated tubing shall be steel "pull-through" electrogalvanized rivets with 9.5 mm (3/8") diameter shank, 22 mm (718") 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 111 Add the following section: 206-9 PORTABLE CHANGEABLE MESSAGE SIGN Add the following section: 206-9.7 General. Each portable changeable message sign (PCMS) unit shall consist of a controller assembled to form a cornplate self-contained portable changeable message sign which can be unit. a power supply, and a structural support system all mounted on a trailer. The PCMS unit shall be capable of operating in an ambient air temperature range of -2OOC (4'F) to +7PC (158OF) and shall not delivered to the site of the work and placed in immediate operation. The complete PCMS unit shall be be affected by unauthorined mobile radio transmissions. The trailer shall be equipped so that it can be leveled and plumbed. Full operation height shall be with the bottom of the sign at least 2.1 m (7') above the ground and the top no more than 4.4 m (14.5') abow the ground. Afler initial placement, PCMS shall be moved from location to location as directed by the Engineer Add the following section: 206-9.2 Message Board. The message displayed on the PCMS shall be visible from a distance of 460 m (1500') and shall be legible from a distance of 230 m (7507, at noon on a cloudless day, by persons with vision corrected to 20/20. The sign panel shall be 3-line matrix and shall display not lass than 7 characters per line. Sign messages to be displayed shall be as approved by the Engineer. The sign face shall be flat black and shall be protected from glare of the sun by a method which does not interfere with the clarity of the sign message. The sign shall be raised and lowered by means of a power driven lifting mechanism. The matrix sign shall be capable of complete alphanumeric selection. Lamp matrix type signs shall be equipped with an automatic dimming operational mode that automatically compensates for the influence of a temporary light source or other abnormal lighting conditions. The sign shall have manual dimming operation modes of 3 or more different lamp intensities. Matrix signs not utiliang lamps shall be either internally or externally illuminated at night. The controller shall be an all solid-state unit containing all the necessary circuitry for the storage of at least 5 pre-programmed messages. The controller shall be installed in a location allowing the operator to perform all functions from one position. A keyboard entry system shall be provided to allow an operator to generate an infinite number of additional messages over the pre-programmed stored messages. The keyboard shall be equipped with a security lockout feature to prevent unauthorized use of the controller. The controller shall contain a nonvolatile memory to hold the keyboard created messages in memory during periods when the power is not activated. The controller shall provide for a variable message display rate which allows the operator to match the inbrmation display to the speed of the approaching traffic. The flashing off time shall be operator adjustable Athin the control cabinet. Revised 911 1/00 Contract No. 38121 Page 77 of 156 Pages Add the following section: 206-9.3 Operation and Maintenance. PCMS shall be furnished, placed, operated, and maintained at locations shown on the plans, specified herein, or designated by the Engineer. The PCMS will be diligently maintained and repaired by the Contractor throughout the project in accordance with the manufactureh recommendations. When ownership is transferred to the City (at the end of the job), it must be demonstrated to be in good working condition, and meet the provisions of these specifications, including current registration. Add the following section: 2068.4 Measurement and Payment. The price for PCMS shall be included in the lump sum price paid for 'traffic control" and include full compensation for furnishing all labor, materials, tools, equipment and incidentals. and for doing all the work involved in furnishing, placing, operating, maintaining, repairing, replacing, transporting from location to location, and delivery of the signs to the City at the completion of the construction, in good working order, and as directed by the Engineer, and no other compensation will be made. SECTION 209 - SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 209-1 GENERAL 209-1.01 Description. Signals, lighting and electrical systems work shall consist of furnishing and installing, modifying or removing one or more traffic signals, traffic signal master controller assemblies and interconnection facilities, flashing beacon systems, lighting systems, sign illumination systems, traffic monitoring stations, communication systems, electrical equipment in structures, Blsework 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 ofacceptance of the contract. 209-1.015 Definitions. The following definitions pertain only to Section 209, "Signals, Lighting and Electrical Systems." Actuation.-The operation of any type of detector. 24 hours at operating bdtage at a 100% duty cycle, and in an ambient temperature of6OoC (14OOF). Bum-in Procedure. - The procedure by which each LED signal module is energized for a minimum of Candlepower Values. - Luminous intensity expressed in candelas (cd). Channel.- A discrete information path. Chromaticity (Color). - The color of the light emitted by a signal module, specified as x-y chromaticity coordinates on the chromaticity diagram according to the 1931 Commission lntemationale d'Eclairage standard observer and coordinate system. The measured chromaticity coordinates shall fall within the limits specified in VFCSH Section 8.04 'Limits of Chromaticity Coordinates." Controller Assembly.- The complete assembly for controlling the operation of a traffic signal or other system, consisting of a controller unit, and all audliary equipment housed in a rainproof cabinet. functions. Controller Unit.-That part of the controller assembly which performs the basic timing and logic Detector.- A device for indicating the passage or presence ofvehicles or pedestrians. Duty Cycle. -The amount of illuminated on-time a signal module is energiad, expressed as a parcent of signal cycle time period. E1ectroIier.- The complete assembly of lighting standard, luminaire. ballast and lamp. Revised 911 1/00 Contract No. 38121 Page 78 of I56 Pages Flasher.- A device used to open and close signal circuits at a repetitiw rate. Flashing Beacon Control Assembly.- A complete electrical mechanism for operating a warning beacon or intersection control beacon. Inductive Loop Vehicle Detector.- A detector capable of being actuated by the change of inductance caused by a vehicle passing over or standing over the loop. Integrating Photometer. - An instrument used in measuring the intensity of light that enables total luminous flux to be determined bya single measurement. LED Light Source. - An individual light emitting diode. LED Signal Module. - A sealed circular ball or arrow that includes the lens and utilis LED devices as the light source. An LED signal module may directly replace an existing traffic signal lamp and lens combination. Lighting Standad- The pole and mast arm dich support the luminaire. Luminah- The assembly which houses the light source and controls the light emitted from the light source. Magnetic Vehicle Detector.- A detector capable of being actuated by the induced voltage caused by the passage of a vehicle through the earth's magnetic leld. 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 canying the minor volume of vehicular traffic. Pedestrian Detector.- A detector, usuallyof the push button we, 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 wltage. Pre-timed Controller Assembly.- A controller assembly for operating traffic signals in accordance with a pre-determined wle length. Rated lnltial Intensity. - The light intensity of a new LED signal module, operated at rated voltage, measured after the bum-in procedure vith an integrating photometer. specified (1 17 VAC at 60 Hz). Rated Voltage. - The ac rms voltage at which light output performance and power consumption are 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 ofthe signal assembly being illuminated. Traffic-Actuated Controller Assembly.- A controller assembly for operating traffic signals in accordance with the varying demands of traffic as registered with the controller unit bydetectom. Traffic Phase.- The right of way, change and clearance intervals assigned to a traffic movement or combination of movements. Vehlc1e.- Any motor vehicle normally licensed for highway use. Revised 911 1/00 Contract No. 38121 Page 79 of I56 Pages WCSH Standard. - The definitions and practices described in Vehicle Traffic Control Signal Heads" published in the 'Equipment and Materials Standards" of the Institute of Transportation Engineers. 209-1.02 Regulations and Code. All electrical equipment shall conform to the standards of the Electrical Testing Laboratories (ETL). the National Electrical Testing Association, Inc. (NETA). or the National Electrical Manufacturers Association (NEMA), the Undenwiters' Laboratories Inc. (UL), the plans. these special provisions, all materials and workmanship shall conform to the requirements of the Electronic Industries Association (EIA), wherever applicable. In addition to the requirements of the National Electrical Code 1996 edition, hereinafter referred to as the Code; California Code of Regulations, Title 8, Chapter 4, Subchapter 5, Electrical Safety Orders; Rules for Overhead Electrical Line Construction, General Order No. 95 of the Public Utilities Commission; Standards of the American Society for Testing and Materials (ASTM); American National Standards Institute (ANSI); and any local ordinances which may apply. Wherever reference is made to any of the standards mentioned above, the reference shall be construed to mean the code, order, or standard that is in effect on the day the Notice to Contractors kr the work is dated. 209-1.03 Equipment List and Drawings. Unless otherwise permitted in writing by the Engineer, the of equipment and materials which the Contractor proposes to install as specified in Section 2-5.3, "Shop Contractor shall. within 15 days following award of the contract. submit to the Engineer for review a list Drawings and Submittals." The list shall be complete as to name of manufacturer, size and identifying schematic wiring diagrams and scale drawings of cabinets showing location and spacing of shelves, number of each item. The list shall be supplemented by such other data as may be required. including terminal blocks and equipment, including dimensioning. All of the above data shall be submitted, install as specified in Section 2-5.3. "Shop Drawings and Submittals", for review. Where electrical equipment is constructed as detailed on the plans, the submission of detailed drawings and diagrams will not be required. The Contractor shall furnish 5 sets of controller cabinet schematic wiring diagrams made by (1) wet blueprint, white background process using iron-sensitized paper, (2) the offset lithograph process, or (3) the electrostatic process. The diagrams shall show the location of the installation and shall list all equipment installed in each controller cabinet. In addition, for each signal installation, the Contractor shall furnish an intersection sketch showing poles. detectors, field wire connection terminals and equipment, all cabinet diagrams, and all operation manuals shall be submitted at the time the controller phasing as shown on the plans. All schematic wiring diagrams of the controller units and auxiliary assemblies are delivered for testing. The schematic wiring diagram shall show in detail all circuits and parts. All parts shown thereon shall be identified by name or number and in such manner as to be readily interpreted. All diagrams, plans and drawings shall be prepared using graphic symbols shown in ANSI publication Y32.2. entitled 'IEEE Standard and American National Standard Graphic Symbols for Electrical and Electronic Diagrams." 209-1.04 Warranties, Guaranties and Instruction Sheets. Manufacturers' warranties and guaranties furnished for materials used in the work and instruction sheets and parts lists supplied with materials shall be delivered to the Engineer prior to acceptance ofthe project. 209-1.05 Maintaining Existing and Temporary Electrical Systems. Existing electrical systems (traffic signal, street lighting, flashing beacon, traffic monitoring, sign illumination and other facilities), or approved temporary replacements thereof, shall be kept in effective operation for the benefit of the traveling public during the progress of the work, except when shutdown is permitted, to allow for alterations or final removal of the systems. The traffic signal shutdowns shall be limited to normal working hours. Lighting system shutdowns shall not interfere with the regular lighting schedule, u'hss 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. Contract No. 38121 Page 80 of 156 Pages Where an existing system or temporary system is being modied, work not shown on the plans or specified in these special provisions and which is considered by the Engineer as necessary to keep all or any part of the system in effective operation will be paid for as extra work as provided in Section 3-3 "Extra Work.". The Agency will: 2) Continue to provide for electrical energy for the operation of existing electrical facilities. 1) Continue the operation and maintenance ofexisting electrical facilities. 4) Pay the cost of electrical energy for the operation of existing or new facilities that are undergoing the 3) Repair or replace existing facilities damaged by public traffic. functional tests described in Section 209-2.14C, "Functional Testing." The Contractor shall ascertain the exact location and depth of existing detectors, conduits. pull boxes and other electrical facilities before using any tools or equipment that may damage those facilities or interfere with any electrical system. Where damage is caused by the Contractor's operations, the accordance with these specifications. If any existing loop conductor, including the portion leading to the Contractor shall, at the Contractor's expense, repair or replace damaged facilities promptly in detector hand hole or termination pull box, is damaged by the Contractor's operations, the Contractor shall immediately nom the Engineer. The affected detectors shall be replaced at the Contractor's within this period, the repairs will be made by Agency forces at the Contractor's expense. Should the expense and as directed by the Engineer within 24 hours. If the Contractor fails to complete the repairs Contractor fail to pe~otm 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. Where roadways are to remain open to traffic and existing lighting systems are to be modified, the lighting systems shall remain in operation and the final connection to the modified circuit shall be made so that the modified circuit will be in operation by nightfall of the same day. Temporary electrical installations shall be kept in effective operation until the temporary installations are no longer required for the traveling public. Removal of temporary installations shall conform to the provisions in Section 209-7, "Removing, Reinstalling or Salvaging Electrical Equipment." These provisions will not relieve the Contractor in any manner of the Contractor's responsibilities as provided in Sections 4-1 .l, "General" and 4-1.2, "Protection of Work and Materials." During traffic signal system shutdown the Contractor shall place 'STOP AHEAD" and "STOP" signs to direct vehicle and pedestrian traffic through the intersection. All signal faces shall be covered when the system is shut down overnight. Temporary "STOP AHEAD" and 'STOP" signs shall be either covered or removed when the system is turned on. 'STOP AHEAD" and 'STOP" signs shall be furnished by the Contractor and shall conform to the provisions in Section 7-10.3. "Street Closures, Detours, Banicadas." 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 bythe Engineer. 209-1.06 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 trafic signal, lighting and sign illumination s)stem shall be completed and ready for operation prior to opening the corresponding section of the roadway to traffic. Contract No. 38121 Page 81 of 156 Pages Traffic signals shall not be placed in operation for use by public traffic without the written approval of the Engineer. The Contractor shall obtain the written approval of the Engineer no less than three days prior to placing any traffic signal in operation. Traffic signals shall not be placed in operation br use by public traffic without the energiang of street lighting at the intersection to be controlled ifstreet lighting e~sts or is being installed in conjunction with the traffic signals. Traffic signals shall not be placed in operation until the roadways to be controlled are open to public traffic, unless otherwise directed by the Engineer. Lighting and traffic signals shall not be placed in operation, including flashing operation, prior to commencement of the functional test period specified in Section 209-2.14, 'Testing," unless ordered otherwise by the Engineer. Conductors shall not be pulled into conduit until pull boxes are set to grade, crushed rock sumps installed, mortar placed around conduit, concrete bottom of pull boxes placed, and metallic conduit bonded. The initial turn-on shall be made only between the hours of 9:00 a.m. and 2:OO 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 faces shall be directed to provide maximum visibility. Functional tests shall start on any working day buttons, vehicle detectors, lighting, signs and pavement delineation. All louvers, visors, and signal except Friday, or the day preceding a legal holiday. 209-1.07 Safety Precautions. Attention is directed to Section 7-10.4.1, "Safety Orders." Before starting work on existing series street lighting circuits, the Contractor shall obtain daily a safety circuit clearance from the serving utility. By-pass switch plugs shall be pulled and "Men at Work" signs posted at switch boxes before any work is done. 209-2 MATERIALS AND INSTALLATION 209-2.01 Excavating and Backfilling. The excavations required for the installation of conduit, foundations, and other appurtenances shall be performed in such a manner as to avoid any not be excavated wider than necessary for the proper installation of the electrical appurtenances and unnecessary damage to streets, sidewalks, landscaping, and other improvements. The trenches shall 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 ehicular 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 ofthe materials to be remoed and disposed. The excavations shall be backfilled in conformance with the provisions in Sections 300-3.5. '!3tructure Backfill" or 306-1 3, "Backfill and Densification," depending on the nature of the structure or conduit that the excavation being backfilled accommodates. Excavations after backfilling shall be kept well filled and maintained in a smooth and well-drained condition until permanent repairs are made. All excavations shall be filled, and sidewalks, pavement, and landscaping restored at each intersection the street or highway shall be performed in such a manner that not more than one traffic lane is prior to excavating at any other intersection, unless othemise permitted bythe Engineer. Emvations in restricted at anytime, unless othervrise 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" Revised 911 1/00 Contract No. 38121 Page 82 of 156 Pages pavement, underlying material, lawns and plants, and any other improvements removed, broken or Improvements such as sidewalks, curbs, gutters, portland cement concrete and asphalt concrete damaged by the Contractor's operations, shall be replaced or reconstructed with the same kind of material as found on the work or with materials of equal quality. The new work shall be left in a serviceable condition. Whenever a part of a square or slab of existing concrete sidewalk, curb. gutter, or driveway is broken or damaged, the entire square, section or slab shall be removed and the concrete reconstructed as above specified. The outline of all areas to be removed in portland cement concrete sidewalks and driveways and in pavements shall be cut to a minimum depth of 50 mrn (2") with an abrasive type saw prior to lines, with no shatter outside the remowl area. removing the sidewalk, driveways and pavement material. Cuts shall be neat and true along score 209-2.03 Foundations. Portland cement materials and construction methods shall conform to "Concrete and Masonry Construction," for construction methods. Concrete foundations shall rest on Section 201, "Concrete, Mortar and Related concrete Materials," for Materials and Section 303, firm ground. Except when located on structures, foundations for posts, standards, and pedestals. not shown on the plans to have mortar pads, shall be placed "in the solid" and monolithic except for the top 50 mm (2") which shall be placed after the post, standard or pedestal is in proper position. After each post, standard, or pedestal on structures, and each standard shown on the plans to have mortar pads, is in portions shall be formed to present a neat appearance. Mortar shall consist of one part by volume of proper position, mortar shall be placed under the base plate as shown on the plans. The exposed portland cement and 3 parts of clean sand, shall contain only sufficient moisture to permit packing and shall be cured by keeping it damp for 3 days. conform to the provisions in Section 2053.3, "Cast-in-Place Concrete Piles," except that material Reinforced cast-in-drilled-hole concrete pile foundations. for traffic signal and lighting standards shall resulting from drilling holes shall be disposed of as provided in Section 209-2.01, "Excavating and Backfilling." The exposed portions of the fuundation shall be formed to present a neat appearance. Forms shall be true to line and grade. Tops of foundations for posts and standards, except special foundations, shall be finished to curb or sidewalk grade or as directed by the Engineer. Forms shall be and to proper height, and shall be held in place bymeans of a template until the concrete sets. rigid and securely braced in place. Conduit ends and anchor bolts shall be placed in proper position ASTM Designation: A 307. Headed anchor bolts for foundations shall conform to the specifications of Anchor bars or studs and nuts, except for Type 30 and Type 31 lighting standards, shall conform to ASTM Designation: A 307. Grade B with S1 supplementary requirements. At the option of the Contractor, nonheaded anchor bolts for foundations shall conform either to the specifications of ASTM Designation: A 307, Grade C or to the provisions in AASHTO Designation: M 314, Grade 36 or 55 with 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 ai- ther coded by end stamping as required in ASTM Designation: A 307 or the end that projects from the concrete shall be permanently coded with a green color by the manufacturer. High strength anchor bolts. ban, or studs for Type 30 and Typs 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 A563M, and F476 or F476M, respectively. In addition to the requirements of ASTM Designation: A 449. studs shall be marked on either end as reallired for bolt heads. All steel parts shall be galvanized in accordance with the provisions in Sedtion 210-3.6. "Galvanizing for Traffic Signal Facilities." a Revised 911 1/00 Contract No. 38121 Page 83 of I56 Pages The upper threaded portion of all anchor bolts shall be provided with 2 nuts and 2 washers each. Anchor bars or studs shall be provided with 3 nuts and washers each. Welding shall not be performed on any portion of the body of high-strength anchor bolts, anchor bars, or studs. Plumbing of the standards shall be accomplished by adjusting the leveling nuts before placing mortar or before the foundation is finished to final grade. Shims, or other similar devices shall not be used for plumbing or raking of posts, standards or pedestals. Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before placing concrete. Forms shall not be removed until the concrete has thoroughly set. Ordinary surface finish, as specified in Section 303-1.9.2, 'Ordinary Surface Finish," shall be applied to exposed surfaces of concrete. Where obstructions prevent the construction of a planned foundation, the Contractor shall construct an effective foundation as directed by the Engineer. The foundations shown on the plans shall be extended if conditions require additional depth, and the additional work, if ordered by the En- gineer, will be paid for as extra work as provided in Section 3-2, "Changes Initiated ByThe Agency." Unless otherwise specified.or shown on the plans, foundations not to be reused shall be removed. When a foundation is shown on the plans to be abandoned, the top of foundation, anchor bolts, and conduits shall be removed to a depth of not less than 1.0 m (3') below surface of sidewalk or unimproved ground. The resulting hole shall be backfilled with material equivalent to the surrounding material. Unless otherwise shown on the plans, all standards to be relocated shall be prodded 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 dap, and shall be plumbed or raked, as directed by the Engineer. In unpaved areas, a 1.0 m (3') square, 100 mm (4") thick or of the size shown on the plans, whichever is the larger, raised pad of portland cement concrete shall be placed in front of each controller cabinet. 209-2.04 Standards, Steel Pedestals and Posts. Standards for traffic signals and lighting, and steel Workmanship and finish shall be equal to the best general practice of metal fabrication shops. All pedestals for cabinets and other similar equipment shall be located as shown on the plans. 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 passing both weld procedure and nondestructive testing as deemed necessary by the Engineer. All costs of the supplemental testing shall be borne bythe 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 rnm (.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, 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 empt as otherwise noted, and the fDllowing requirements: @ Revised 911 1/00 Contract No. 38121 Page 84 of 156 Pages 1) Except as otherwise specified, standards shall be fabricated from sheet steel of weldable grade having a minimum yield strength, after fabrication, of 276 Mpa (40,000 psi). Certified test reports which verib conformance to the minimum yield strength requirements shall be submitted to the Engineer. The test reports may be the mill test reports for the as-received steel or, when the as-received steel has a lower yield strength than required, the Contractor shall provide supportive test data which provides assurance that the Contractor's method of cold forming will consistently increase the tensile properties of the steel to meet the specified minimum yield strength. The supportive test data shall include tensile 2) When a single-ply 8 mm (0.3125') thick pole is specified. a 2-ply pole with equivalent section properties of the steel both before and after cold forming for specific heats and thicknesses. 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 krm 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 cornposition 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 cir- cumference. 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 to exceed 25 mm (1") measured at the midpoint of a 9 m (30') or 11 m (36') standard and not to exceed shall be provided with slip-fitter shaft caps. Standards shall be straight, with a permissive variation not 20 mm ('I4') measured at the midpoint of a 5 m (17') through 6 m (20') standard. Variation shall not exceed 25 mm (1") at a point 4.5 m (15') abok? the base plate for Type 35 and Type 36 standards. 5) All galvanized nuts, used on assemblies with a specified preload or torque, shall be lubricated in accordance with the requirements specified for galvanized Grade DH nuts in ASTM Designation: A 563 or A 563M. 6) Standards with an outside diameter of 300 mm (12") or less shall be round. Standards with an outside diameter greater than 300 mm (12") shall be round or multisided. Multisided standards shall have a minimum of 10 sides which shall be convex and shall have a minimum bend radius of 100 mm 7) Mast arms for standards, shall be fabricated from material as specified for standards and shall conform to the dimensions show 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 us& if written permission is given by the Engineer. The casting tolerances shall be in accordance with the Steel castings or less shall be subject to radiographic inspection. in accordance with the provisions in ASTM Founder's Society of America recommendations (green sand molding). One casting from each lot of 50 all types and categories of discontinuities as specified in ASTM Designations: E 186 and E 446. If the Designation: E 94. The castings shall comply with the acceptance criteria severity level 3 or better for 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 (4"). a Revised 9/11/00 Contract No. 38121 Page 85 of 158 Pages consisting of physical and chemical properties, and radiographic films of the castings shall be filed at the manufacturer's oftice. 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 Traftic Signal Facilities." 10) Plate washers shall be fabricated by saw cutting and drilling steel plate conforming to AIS1 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 cuing 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 conbrming 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 Nm (IO foot-pounds), plus or minus, ofvalues in Table 209-2.04(A): HIGH STRENGTH SLIP BASE BOLT TORQUE VALUES TABLE 209-2.04 (A) 200 150 200 150 200 225 165 Standard Type Toque Foot- Pounds Torque (Newton-meters) 15-SB 30 31 275 36-20A Holes left in the shafts of existing standards. due to removal of equipment or mast arms, shall be galvanized Surfaces in Section 210-3.6, "Galvanizing for Traffic Signal Facilities." When directed by the repaired by welding in a suitable disk, grinding smooth, and painting as provided for repairing damaged Engineer. existing standards to be relocated or reused in place shall be repaired. Large dents shall be removed, shafts shall be straightened. and portions which are in poor condition due to mt-rc&n or damage. shall be replaced. Extent of repairs or replacements will be determined by the Engineer and the repairs Or replacements ordered by the Engineer will be paid for as extra work as provided in Section 3-2, "Changes Initiated ByThe Agency." @ Revised 9/11/00 Contract No. 38121 Page 86 of 156 Pages Anchor bolts or bars and nuts required for relocating existing standards shall be furnished by the Agency-furnished. new nuts, bolts, cap screws and washers shall be provided and, if the standard has a Contractor. When a standard or mast arm is relocated, or when a used standard or mast arm is slip base, a new keeper plate shall be provided. New hardware shall conform to the requirements for hardware used with new standards. New standards, mast arms, posts and other ferrous materials shall be galvanized as provided in Section 210-3.6. 'Galmnizing for Traftic Signal Facilities." 209.2.05 Conduit. All conductors shall be run in conduit, except overhead and temporary installations, and where conducton are run inside poles. Conduit shall be of the sizes shown on the plans and as specified in this Section 209-2.05. In addition, the Contractor may, as an option at the Contractor's expense, use conduit of a larger size than that shown or specified, provided the larger size is used for the entire length of the run from outlet to outlet. Reducing couplings will not be permitted. New conduit shall not pass through bundations for standards. 209-2.05A Material. Conduit and conduit fittings shall be UL or ETL listed and shall conform to the following: Type 1. Hotdip 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- 4) Type 4. Liquid tight flexible metal conduit shall consist of conduit with a liquid tight, non-metallic, Metallic Conduit (Publication UL 651). Type 3 conduit shall be installed at all underground locations. 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 Bonding bushings to be installed on metal conduit shall be insulated and shall be the galvanized or zinc Intermediate Metallic Conduit. Type 5 conduit shall only be used when specified. 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. Exposed conduit installed on a painted structure shall be painted the same color as the structure. Unless otherwise indicated, the minimum metric trade si= of conduit shall be: 2) From a pedestrian push button post to the adjacent pull boxshall be Size 27 (1" dia). 1) From an electrolier to the adjacent pull boxshall be Size 41 (1'/2" dia). 4) From a controller cabinet to the adjacent pull boxshall be Size 78 (3" dia). 3) From a signal standard to the adjacent pull boxshall be Size 53 (2" dia). 5) For detector runs shall be Si 41 (1'/2" diaj. 6) Not otherwise specified shall be Size 41 (1 /2" dia). 209-2.05C Installation. Conduit shall be installed in conformance with the codes and regulations to avoid underground obstructions with written approval by the Engineer. The ends of all conduits, listed in Section 209-1.02. "Regulations and Code." Conduit runs shown on the plans may be changed whether shop or field cut, shall be reamed to remove bum 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 g& electrical connection throughout the entire length of the conduit run. Conduit shall be tightend 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. Contract No. 38121 Page 87 of I56 Pages 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, us- ing 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. When "Trenching in Pavement Method" is utilized, installation of conduit under pavement shall conform to the following: 1) Conduit shall be placed under existing pavement in a trench approhately 50 mm (2") wider than the outside diameter of the conduit to be installed. 2) Trench shall not exceed 150 mm (6") in Hidth. 3) Trench depth shall not exceed 300 mm (12") or conduit metric trade size plus 250 mm (lo=), whichever is greater, except that at pull boxes the trench maybe hand dug to required depth. 4) The top of the installed conduit shall be a minimum of 230 mm (9") below finished grade. In areas where additional pavement is to be placed, trenching installation shall be completed prior to placing the final pavement layer. 5) The outline of all areas of pavement to be removed shall be cut to a minimum depth of 75 mm (3') with a rock cutting exavator specifically designed for this purpose. 6) Cuts shall be neat and true with no shatter outside the remowl area. 7) The conduit shall be placed in the bottom of the trench and the trench shall be backiilled with trench backfill slurry concrete. 8) Concrete backfill shall be placed to the pavement surface except, when the trench is in asphalt concrete pavement and additional pavement is not being placed, the top 30 mm (0.10') of the trench shall be backfilled with asphalt concrete produced from commercial quality paving asphalt and aggregates. Prior to spreading asphalt concrete, paint binder (tack coat) shall be applied as specifed in Section 302- which will produce an asphalt concrete surfacing of uniform smoothness, taxlure, and density. 5.4. 'Tack Coat." Spreading and compacting of asphalt concrete shall be performed by any method All excavated areas in the pavement shall be backfilled, except for the top 30 mm (0.10'), by the end of each Work period. The top 30 mm (0.10') shall be placed Hithin 3 calendar days after trenching. 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. Contract No. 38121 Page 88 of 158 Pages 209-2.06A Materials. Pull boxes, covers and extensions for installation in the ground or in sidewalk areas shall be of the sizes and details shown on the plans and shall be precast of reinforced portland cement concrete (PCC) or of non-PCC material. Non-PCC material shall be fire resistant and shall not bum at a rate greater than 8 mm (0.3") per minute per 2.5 mm (0.1") of thickness when tested in accordance with ASTM Designation: D 635. The non-PCC material shall show no appreciable change in physical properties with exposure to the weather. Non-PCC material shall be dense and free of voids or porosity, and shall be a gray or brown color. Top dimensions of non-PCC pull boxes shall not exceed the bottom dimensions by more than 25 mm (I"). Extensions for non-PCC pull boxes shall be of the same material as the pull boxes, and shall be attached to the pull boxes in a manner that will maintain the minimum combined depths shown on the plans. Non-PCC pull boxes shall be of sufficient rigidity that when a designated concentrated force is applied perpendicularly to the midpoint of one of the long sides at the top while the opposite long side is supported by a rigid surface, it shall be possible to remove the cover without the use of tools. The designated concentrated force shall be 650 N (150 Ibs.) for a No. 31/2 pull box and shall be 450 N (I00 Ibs.) for a No. 5 or No. 6 pull box. When a vertical force of 6500 N (1,500 Ibs.) is applied, through a 13 mm ('I/*') x 75 mm (3") x 150 mm (6") steel plate, to a non-PCC cover in place on a pull box, the cow shall not fail and shall not deflect more than 6 mm ('/,"). The steel plate shall be centered on the cover with its longitudinal axis coinciding with the longitudinal axis of the cover. Where a ballast or transformer or other device is to be placed in a nonmetallic pull box, the box shall be provided with recesses for a hanger. 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 covers for ceiling pull boxes, shall be marked as shown on the plans. Marking shall be clearly defined and uniform in depth and may be placed parallel to either the long or short sides of the cover. Markh-tg 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 ('/,") thick, with the letters raised a minimum of 1.5 mm ('lis"). 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 sa.) with the letters raised a minimum of I .5 mm ('lis') 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 ater tightening. (c) Bead welding the letters on the cowrs. The letters shall be raised at least 2 mm &"). 209-2.06C Installation and Use. Pull boxes shall be installed at the locations shown on the plans and, in conduit runs exceeding 60 m(200'). shall be spaced at not over 60 m (200') intervals. The Contractor may. at the Contractor's expense, install additional pull boxes to facilitate the work. The shown on the plans. bottoms of pull boxes installed In the ground or in sidewalk areas, shall be bedded in crushed rock as 209-2.08 Conductom. 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 8. Revised 9/11/00 Contract No. 38121 Page 89 of I56 Pages 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 simultaneous operation. The maximum voltage drop for both feeders and branch circuits shall not at the furthest connected load, while drawing the combination of all connected loads capable of 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 manufacturer's name or trademark, insulation type letter designation, conductor size, voltage rating and the number of conductors if a cable. Conductor insulation shall be of a solid color or of basic colors with a permanent colored stripe as detailed in the following table unless otherwise specified. Solid or basic colors shall be homogeneous through the full depth of insulation. Identification stripes shall be continuous over the entire length of the conductor. For conductor sizes No. 2 and larger, the insulation may be black and the ends of the conductors shall be taped with electrical insulating tape of the required color for a minimum of 500 mm (20"). All single conductors in cables shall be marked as show in Table 209-2.08A (A): Revised 911 1/00 Contract No. 30121 Page 90 of 156 Pages TABLE 209-2.08A (A) CONDUCTORS ................... ................................. ............... Control Grounded B Common Interconnect iai 2 ................................ ial 3 ................................ ~~ bt ................................ I I None I i-0 ................... 1 14 Railroad Pre-Emption ...I Black I None 1 R ...................... 1 14 Spares .......................... I I Black Notes: I None INobandrequired 14 1. On overlaps, insulation is striped for first phase in designation. for example, a phase (2+3) conductor is striped as for 2. Band for overlap and special phases as required. 4. These requirements do not apply to signal cable. 3. Flashing beacons having separate service do not require banding. 6. Band conductors in each pull box and near ends of termination points. On signal light circuits, a single band may be 5. 's' if circuit is switched on line side of service equipment by utility. placed amund 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. phase 2. a Revised 911 1/00 Contract No. 38121 Page 91 of 156 Pages 8. Conductors 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. wire sizes listed are minimums, Ampacity requirements of SP~cifiC circuits or voltage drop may ne03SSitate larger leads. conductors. 2094.088 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 ofthe following: 1) Type TW polyvinyl chloride conforming to the requirements ofASTM 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. Conductom 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. 209-2.08C Setiet Circuit Conductors. Conductors for series circuits shall be No. 8, shall be rated for 5000-volt operation and shall be insulated with 3.7 mm (150 mils) minimum thickness polyvinyl chloride compound conforming to the specifications of ASTM Designation: D 2219, or polyethylene conforming to the specifications of ASTM Designation: D 1351. 209-2.08D Signal Cable. Signal cable shall be installed. Individual conductors are not allowed. Signal cable shall conform to the following: The cable jacket shall be black polyethylene with an inner polyester binder sheath, and shall be rated for 600- volt and 75'C. All cables shall have clear, distinctive, and permanent markings on the outer surface throughout the entire length of the cable showing the manufacturer's name or trademark, insulation designation, number of conductors. conductor sizes, and the voltage rating of the jacket. Filler material, if used, shall be polyethylene material. Individual conductors in the cable shall be solid copper with Type THWN insulation, and shall conform to the requirements in Section 209-2.08, 'Conductors," and ASTM Designation: B 286. The minimum thickness of Type THWN insulation, at any point, shall be 0.3 mm ( 13 mils) for conductor sizes No. 14 and No. 12, and 0.4 mm (18 mils) for conductor size No. 10. The minimum thickness of the nylon jacket shall be 0.1 mm (4 mils) at anypoint. Three-Conductor Cable (3CSC). The 3-conductor signal cable shall consist of three No. 14 conductors. The cable jacket shall have a minimum average thickness of 1.1 mm (45 mils) and a mini- exceed 10 mm (0.10"). The color code of the conductors shall be bluelblack stripe, blue/orange stripe, mum thickness at any point of 0.9 mm (36 mils). The nominal outside diameter of the cable shall not and white/black stripe. The 3 conductor cable shall be used kr pedestrian push buttons and a spare. Five-Conductor Cable (SCSC). The 5-conductor signal cable shall consist of five No. 14 conductors. The cable jacket shall have a minimum average thickness of 1.1 mm (45 mils) and shall have a not exceed 13 mm (0.50"). The color code of the conductors shall be red, yellow, brown, black. and minimum thickness at any point of 0.9 mm (36 mils). The nominal outside diameter of the cable shall white. Contract No. 38121 Page 92 of 158 Pages Nine-Conductor Cable (SCSC). The 9-conductor cable shall consist ofeight 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 Mite. The color code for the No. 14 conductors shall be as Table 209-2.08D(A): TABLE 2~9-2.0a~1~1 brown I black redlblack stripe I white/black stripe Twelve-Conductor Cable (12CSC). The 12-conductor signal cable shall consist of eleven No. 14 conductors and one No. 12 conductor. The cable jacket shall have a minimum average thickness of 1.5 mm (60 mils) and shall have a minimum thickness at any point of 1.2 mm (48 mils). The nominal outside diameter of the cable shall not exceed 17 mm (0.70"). The color code for the No. 12 conductor shall be white. The color code and functional connections for the No. 14 conductors shall be as Table 209-2.08D(B), unless otherwise approved by the Engineer: TWELVE CONDUCTOR CABLE SIGNAL CABLE Color Code Phase Termination TABLE 209-2.08D(B) red Z4.6 or 8 vehicle signal yellow yellow 2,4,6 or 8 vehide signal red e signal green I 2,4,~6 or8 ' 'red 1,3, The 12-conductor cable shall be used for vehicle signals, pedestrian signals, spares and the signal common. Twenty EightConductor Cable (28CSC). The 28-conductor signal cable shall consist of27 No. 14 conductors and one No. 10 conductor. The cable jacket shall have a minimum average thickness of 2 mm (80 mils) and shall haw a minimum thickness at any point of 1.6 mm (64 mils). The nominal outside diameter of the cable shall not exxed 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): # Revised 911 1/00 Contract No. 38121 Page 93 of 156 Pages TWENTY EIGHT - CONDUCTOR CABLE SIGNAL CABLE 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’C1” or ‘C2”.. 3) The cable identified ‘CY shall be used for signal Phases 1,2. 3 and 4. The cable identified ‘C2” shall be used for signal Phases 56.7 and 8. 4) Each signal cable, except 28-conductor, shall be marked, in each pull box, showing the signal standard to which it is connected. 209-2.08E 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, color coded, polypropylene material. Conductors shall be in twisted pairs. Color coding shall distinguish each pair. Each pair shall be wrapped with an aluminum polyester shield and shall have a No. 22 or larger, stranded, tinned copper drain wire inside the shielded pair. The cable jacket shall be black, high density polyethylene, rated for a minimum of 300- mlts and 60°C. and shall have a nominal wall thickness of 1.0 mm (40 mils), minimum. The cable jacket or the moisture-resistant tape directly under the outer jacket shall be marked with the manufacturer’s name, insulation type designation, number of conductors and Revised 9/11/00 Contract No. 30121 Page 94 of 158 Pages conductor size, and voltage and temperature ratings. Splices shall be made only where shown on the plans or in controller cabinets. A minimum of one meter (3') of slack shall be provided at each splice and 2 m (6') at each controller cabinet. Splices of conductors shall be insulated with heat-shrink tubing of the appropriate size and shall overlap the conductor insulation at least 15 mm (0.5"). The overall cable splice shall be covered with heat-shrink tubing, with at least 40 mm (11/2y) 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 bllowing additional requirements: 208-2.09A Circuitry. Sufficient traffic signal light conductors shall be provided to petform the functional operation of the signal and, in addition thereto, 3 spare conductors shall be provided in all conduits containing traffic signal light conductors, unless shown otherwise on the plans. Traffic signal light conductors shall not run to a terminal block on a standard unless they are to be connected to a signal head that is mounted thereon. Connection to each terminal of a pedestrian push button shall be by a single conductor. The common for pedestrian push button circuits shall be separate fom 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. 209-2.098 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. All conductors shall be Dulled directlv from the s~ool into the conduit and shall not be draaaed on the around as to cause damaae to the conductors. 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 than 3 m (10') above grade shall be enclosed in flexible or rigid metal conduit. point where the 2 types of conductors are no longer in the same raceway. Temporary conductors less 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') ofslack at each pull box At least one meter (3') ofslack shall be left for each conductor at each splice. Ends of spare conductors or conductors terminated in pull boxes shall be taped to prodde a watertight seal. self-clinching nylon cable ties, or other method approved by the Engineer. Traffic signal light Conductors within fixtures or service cabinets shall be neatly arranged and shall be cabled together with conductors, interconnect conductors, setvice 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 racemy. Conductor identication shall be provided under the following conditions: 1) Where signal phase or circuit are not clearly indicated by conductor insulation color and stripe as detailed in the conductor table in Section 209-2.08, "Conductors," or when identification stripes are not available, marking shall be as detailed in the conductor table br 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. @ Revised 911 1/00 Contrad No. 38121 Page 95 of 156 Pages Conductors shall be permanently identified as to function. Identification shall be placed on each terminated conductors. Identification shall be by direct labeling, tags or bands fastened to the conductor, or each group of conductors comprising a signal phase, in each pull box and near the end of conductors in such a manner that they will not move along the conductors. Labeling shall be by mechanical methods. 209-2.09C Connecton 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 lame 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 box?s. 2) Pedestrian push button conductors in pull bozs. 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 box% at 120 m (400'), or greater, intemls. 4) When traffic signals are being modified, ungrounded traffic signal light conductors'may be spliced 5) Ungrounded traffic signal light conductors to a terminal compartment or signal head on a standard in pull boxes at locations shown on the plans. may be spliced to through conductors of the same phase in the pull boxadjacent 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 lame 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 betwen the conductors in such a manner as to proude a watertight joint. Splice insulation shall conform to the details show on the plans. Low-voltage tape shall be UL or En listed and shall be the following types: 1) Self-fusing, oil and flame-resistant, swthetic rubber. 2) Pressure-sensitive, adhesive, polyvinyl chloride, 0.15 mm (0.007') minimum thickness. Tape for insulating splices in high-voltage (over 600 V) circuits shall be designed for use on 5-kvolt circuits and shall be resistant to ozone, corona and water. Insulating pad shall be composed of a laminate of 2 mm (0.085') thickness of electrical grade polyvinyl chloride and a 3 mm (0.125") thickness of butyl splicing compound with removable liner. Heat-shrink tubing shall be medium or heavy wall thickness, irradiated polyolefin tubing containing an adhesive mastic inner wall. Minimum wall thickness prior to contraction shall be one millimeter (39 mils). Contract No. 38121 Page 96 of 156 Pages 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 ANSI Cll9.1, for extruded insulated tubing at 600-V. All heat-shrink tubing shall also meet the least 38 mm (1%"). Heat-shrink tubing shall conform to the requirements of UL Standard 468D and requirements of Table 209-2.09E(A): TABLE 209-2.09E(A) HEATSHRINK TUBING Shrinkage Ratio 140 kV per 10 mm. minimum. Dielectric Strength 33 percent, maximum, of supplied diameter when heated to 125'C and Property allowed to cool to 25'C. Requirement Resistivity 0.5 percent, maximum. Water Absorption -4O'C to 90'C (135'C Emergency). Operating Temperature 14 MPa, minimum. Tensile Strength 1013 . mm. minimum. 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 Mth an open flame. A heating device designed for the purpose is required. The Contractor may, at the Contractor's option, use either ofthe 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 2) Heat-shrink tubing as provided above. recommendations 209-2.095 Fused Splice Connectors. In the pull box in the base of the pole of 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 Hith the luminaire. For 240-volt and 480-volt circuits, each connector shall be designed so that bath 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 (1/32") belowthe 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 recornmended 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 (13/32m) x38 mm (l'/*"). @ Revised 911 1/00 Contract No. 38121 Page 97 of I56 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 show on the plans. Equipment grounding conductors shall be color coded to Code requirements or shall be bare. The bonding jumper in standards with handholes shall be attached by a 4.5 mm (%;) 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 foundation. Where slip base standards or slip base inserts are installed, the bonding jumper shall not bonding wire in the adjacent pull box. Grounding jumper shall be visible afler cap has been placed on intrude into the slip plane. Bonding shall be accomplished bya bonding strap to all anchor bolts or a 4.5 mm (3/1s") or larger brass bolt installed in the bottom slip base plate. One side of the secondary circuit of series-multiple and step-dovm 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. in diameter, or of copper clad steel rod not less than 15 mm (5/8") in diameter. Ground electrodes shall Ground electrodes shall be one-piece lengths of galvanized steel rod or pipe not less than 19 mm (3/4") be installed in accordance with the provisions of the Code. The service equipment shall be bonded to the ground electrode by use of a ground clamp or exothermic weld and No. 6 or larger copper wire, enclosed in a size 16 or larger diameter conduit. Ground clamp for service grounding and for grounding of equipment on wood poles shall be Si 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 nonmetallic 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. 209-2.1 I 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 shall conform to the requirements ofthe serving utility and shall be not less than Si= 41 (1 1/2" dia.). Of the service. The position of the riser and equipment will be determined by the utility. Service conduit Revised 9/1 1/00 Contract No. 38121 Page 98 of 156 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 endosed 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 OOO A, rms. Circuit breakers shall be enclosed in a NEMA raintight enclosure with dead-front panel and hasp with a 11 mm hole for a padlock. The galvanized. Types II and 111 service equipment enclosures shall be fabricated from galvanized sheet padlock will be furnished by others. Service equipment enclosures, except Types II and 111. shall be 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 overiapping 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 utili to complete service connections for both temporary and permanent installations and the Agency will pay all costs and fees required by the utility. The request shall be submitted not less than 15 days before service connections are required. Except for falsework lighting and power for the Contractor's operations, upon written request by the Contractor, the Engineer will arrange for furnishing electrical energy. Energy used prior to completion of the contract will be charged to the Contractor, except that the cost of energy used for public benefit, when an operation is ordered bythe Engineer, vvill be at the epense 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 othedse 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 lapr shall be moistened and thoroughlycompacted. Page 99 of 158 Pages Mast arms for wood pole installations shall be fabricated from standard Pipe, free from burrs. Each and tie-rod cross arm. Tie rods shall be of structural steel and pipe. Mast arms for hlinaires shall be mast arm shall be provided with an insulated wire inlet and wood pole mounting brackets for mast arm shall provide a minimum vertical clearance of 5.2 m (17') from bottom of equipment to the pavement. mounted to provide a mounting height of 9.1 m (30). Mast arms for traffic signals and flashing beacons 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 ar- Treatment with Preservatives." The minimum retention for water borne preservatives shall be that senate, chromated copper arsenate or ammoniacal copper zinc arsenate as provided in Section 204-2, 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 front panel and a hasp with a I1 mm ('/,g) diameter hole for a padlock. Padlocks will be.furnished by be NEMA Type 3R, shall be galvanized or shall be cadmium plated, and shall be provided with dead others. When the sign structure is to be painted, the circuit breaker or sign switch enclosure shall be painted the same color as the sign structure on Hhich it is mounted. 209-2.14 Testing. Attention is directed to Section 4-1.4, 'Test of Materials." Testing shall conform to the following: 209-2.14A Materials Testlng. 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 addendums thereto current at the time of project advertising. Testing and quality control procedures for Equipment Specifications," issued by the State of California, Department of Transportation, and to all all other traffic signal controller assemblies shall conform to the requirements in the NEMA TS Standards for Traffic Control Systems. remove the equipment for repair within 5 working days after notification that the equipment is rejected. In the event equipment submitted for testing does not comply with specifications, the Contractor shall Contractor's expense. The Contractor shall allow 30 days for Agency testing from the time the material In the event the equipment is not removed within that period, it may be shipped to the Contractor at the failure to comply with the specifications, the Contractor shall allow 30 days for Agency retesting. The or equipment is delivered to the Agency test site. When equipment being tested has been rejected for retesting period shall begin Wen the corrected equipment is made amilable at the test site. All testing subsequent to rejection of the equipment for failure to comply with specification requirements will be at the expense of the Contractor. Deductions to cover the cost of that testing will be made from any moneys due or which may become due the Contractor under the contract. The Contractor will be notified when testing of the equipment has been completed and it shall be the Contractor's responsibility to deliver the equipment to the site of the work or, at the Contractor's request and the Agency's sum Of $100 or the actual cost of packing and shipping, whichever amount is greater, will be deducted, convenience, the Agency will pack and ship the equipment to the Contractor or to the site of work. The for each unit of equipment shipped by the Agency, from any moneys due to the Contractor under the contract. ?@ Revised 9/11/00 Contra& No. 38121 Page 100 of I 56 Pages 209-2.148 Field Testing. Prior to start of functional testing. the Contractor shall perform the following tests on all circuits, in the presence ofthe Engineer. 209-2.148(1) Continutty. Each circuit shall be tested br continuity. 209-2.148(2) Ground. Each circuit shall be tested br 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 hM2. The insulation resistance test shall not be performed on magnetometer sensing elements. Splices in test on the lead-in conductors beheen the pull box and the controller cabinet Zeld terminals. the pull box adjacent to the magnetometer sensing elements shall not be made prior to performing the 209-2.14C Functional Testing. Attention is directed to Section 209-1.06. 'Scheduling of Work," regarding requirements for test periods. A functional test shall be made in which it is demonstrated that each and every part of the system functions as specified. The functional test for each new OT mcdifed 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. Tum-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 under the contract, except electrical energy, shall be at the Contractor's expense and will be deducted maintenance performed by the Agency on new circuits or on the portions of existing circuits modified from any moneys due, or to become due, the Contractor. A shutdown of the electrical system resulting from damage caused by public traffic, from a power discontinuity of the functional test. intemption or from unsatisfactory performance of Agency-furnished materials shall not constitute 'Galvanizing for Traffic Control Facilities," except that cabinets may be constructed of material 209-2.15 Galvanking. Galvanizing shall be in accordance with the provisions in Section 210-3.6, 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. Galmnized surfaces shall have spurs removed. a Revised 911 1/00 Contract No. 38121 Page 101 of 156 Pages 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 all nu& and washers shall be galvanized in accordance with the provisions in Section 210-3.6, Facilities." Not less than 250 mm (lo') of the upper end of the anchor bolts, anchor bars, or studs, and "Galvanizing for Traffic Control Facilities." After galvanizing, the bolt threads shall accept galvanized standard nuts without requiring tools or causing remowit of protective coatings. Galvanizing of existing materials in an electrical installation Mill 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 tempsrature 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 bythe Engineer. All ungalvanized ferrous surfaces to be painted shall be cleaned prior to applying the prime coat. Blast in good condition, the first primer application bythe Contractor bill not be required. cleaning will not be required. If an approved prime coat has been applied by the manufacturer, and it is 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 Any dust or residue remaining after wire brushing shall also be removed prior to priming. Immediately shaped, power-driven brush to remove all poorly bonded paint, rust, scale, corrosion. grease or dirt. after cleaning, all galvanized surfaces and all non-ferrous metal surfaces shall be coated with one application of Primer (Wash) Pre-Treatment, Section 210-1.5 or wash primer conforming to the requirements of Military Specification MIL-P-15328D. The wash primer shall be applied by spraying or signal or flashing beacon installations shall not be painted. brushing to produce a uniform wet film on the surface. Galvanized equipment and wood poles for traffic New galvanized metal surfaces to be painted in the field shall be cleaned as specified for existing equipment before applying the prime coats specified. Wire brushing of new galvanized surfaces will not be required. After erection, all exterior surfaces shall be examined for damaged primer and the damaged surfaces shall be cleaned and spot coated with primer. Galvanized metal guard posts shall not be painted. Painting ofAgency-furnished controller cabinets bill not be required. Types II and 111 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 5958. All coatings shall be commercially smooth, substantially free of flow lines, paint washout, streaks, blisters, and other with the following requirements: defects that would impair serviceability or detract from general appearance. The coatings shall comply Eagle Turquoise pencil. 1) Coating Hardness - The finish shall have a pencil lead hardness of HB minimum using an 2) Salt Spray Resistance - The undercutting of the film of the coating system shall not exceed 3 mm ('/a") 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. the coating system to the above requirements may be determined by the application of the 3) Adherence - There shall be no coating loss when tested by California Test 645. Compliance of the cabinets, in the same manner as applied to the cabinets. coating, to 100 mm (4") x 200 mm (8") x 0.6 mm (0.0236") test specimens of the same material as @ Revised 9/11/00 Conbad No. 38121 Page 102 of 156 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 ofmetal signal visors, louvers and front faces of back plates shall be finished with 2 applications of lusterless black exterior grade latex paint formulated for application to properly prepared metal surfaces, except that factory finish in good condition will be acceptable. Metal signal sections, signal head mountings, brackets and fittings, outside of visors, pedestrian push button housings, pedestrian signal sections and visors, and back faces of back plates. shall be finished with 2 applications of lusterless black or dark olive green exterior grade latex paint formulated for application to properly prepared metal surfaces. Dark olive green color shall match Color Chip No. 68 on file at the CALTFUNS Transportation Laboratory. Conduit and conduit fittings above ground shall be prepared and finished in the same manner as the adjacent standard or post. Relocated, reset or modified equipment previously finished as specified in this Section 209-2.16, except for galvanized standards previously finished with traffic signal yellow enamel, shall be given a spot finishing application on newly primed areas, followed by one finishing application over the entire surface. If any signal faces or mounting brackets are required to be painted under this Section, all signal faces and mounting brackets on the same mounting shall be repainted. Small rusted or repaired areas of relocated or reset galvanized equipment shall be cleaned and painted as provided in Section 210-3.6, "Galvanizing for Traffic Control Facilities."for repairing damaged galvanized surfaces. Equipment number shall be neatly stenciled on the standard or adjacent structure. The number designation will be determined by the Engineer. All paint shall be applied either by hand brushing or by spraying machines in the hands of skilled operators. The work shall be done in a neat application of paint, should the work done by the paint spraying machine prove unsatisfactory or and workmanlike manner. The Engineer reserves the right to require the use of brushes for the objectionable, as determined by the Engineer. 209-3 CONTROLLER ASSEMBLIES 209-3.01 Controller Assembly. A controller assembly shall consist of a complete mechanism for controlling the operation of traffic signals or other systems, including the controller unit and all necessary auxiliary equipment, mounted in a cabinet. All equipment required to provide the operation shown on the plans and as specified shall be provided. All field conductors No. 12 and smaller shall terminate with spade type terminals. All field conductors No. 10 and larger shall terminate in spade tpe or ring type terminals. 209-3.02 Type 90 Controller Assembly. Deleted 2094.03 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 specified in these special provisions. Model 170/2070 controller assemblies shall conform to the cabinet and all auxiliary equipment required to control the system as shown on the plans, and as 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 ofproject advertising. Unless otherwise specified or shown on the plans, controller assembly cabinets (housing) shall be Type 1 as shown in the TSCES. In addition to the requirements found in TEES and TSCES, Model 170/2070 controller assemblies shall conbrm to the following: Revised 9/11/M) Page 103 of 156 Pages 209-3.04 Contmller Cabinets. Unless otherwise specified, controller cabinets for Model 170/2070 controllers shall conform to the following: 1) Controller cabinets shall be fabricated from aluminum sheet per the TSCES. 2) Controller cabinets shall have a single front door equipped with a Best Company lock core and lock. No other manufacturers shall be accepted. 209-3.05 Cabinet Accessories. The following accessories shall be furnish with each cabinet assembly for Model 170/2070 controllers: 1) Controller cabinets shall have a pull-out me document tray. 2) 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: a) A toggle switch mounted on the inside door panel. b) A door-actuated switch that turns the light on when the door is open and off when the door is closed. 3) An uninterruptible power system (UPS) shall be installed in each cabinet using a swing-away type mounting. The UPS shall be Clary SP 1000 series or approved equal and shall provide a minimum of eight (8) hours of continuous red flash operation at intersections using red LED signal indications and provide power conditioning to the controller. 209-4 TRAFFIC SIGNAL FACES AND FllllNGS 209-4.01 Vehicle Signal Faces. Each vehicle signal face shall be of the adjustable type conforming to the provisions in Institute of Traffic Engineers (ITE) Publication: ST-008B. “Vehicle Trafiic 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 top, yellow-center, green-bottom. All new vehicle signal faces, except programmed visibility type, otherwise shown on the plans, all vehicle signal faces shall contain 3 sections arranged vertically; red- installed at any one intersection shall be of the same manufacture and of the same material. 209-4.01A Optical Units. Each optical unit for green, yellow and red sections, circular ball or arrow, shall conform to the prowsions in Section 2094.02, “Light Emitting Diode Signal Wdule”. e Revised 9/11/00 Contract No. 38121 Page I04 of I56 Pages 209.4.01B Signal Sections. Each signal section housing shall be structural plastic. Signal sections shall conform to the following: 1. Maximum height of a signal section shall be 375 mm (14%') 6r each 300 mm (12") section. 2. The housing of each signal section shall be provided with a one-piece, hinged, square-shaped door 3. The door shall be secured by a method that will hold the door closed during the loading tests 4. The lens shall be mounted in the door in a wtertight manner. 5. All exposed hardware, such as hinge pins and door latching devices, shall be Type 304 or 305 6. All interior screws and fittings shall be stainless steel. 7. An opening shall be provided in the top and bottom of each signal section to receive 40 mm (l'/z") 8. The 300 mm (12") signal sections of an individual manufacturer shall be capable of joining to form pipe. a signal face in any combination. This interchangeability is not required between metal and plastic signal sections. 9. All gaskets, including those for the door, lens, reflector and lamp holder, shall be made of a material that is not affected when installed in a signal section with a metal or plastic housing that is operated continuously for 336 hours. designed to permit access to the section 6r relamping without the use Of tools. specified in this Section. stainless steel. 209-4.01B(2) Plastic Signal Sections. Housings shall be elther 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 colored throughout and shall be black matching Color No. 17038, 27038 or 37038 of Federal shall be unaffected by the heat of the lamp used and shall be self-extinguishing. Housings and doors Standard 595B. Each section in a face shall be joined to the adjacent section by one of the following methods: 1. A minimum of 4 machine screws for 300 mm (12") sections, installed through holes near the font and rear of the housings. Machine screws shall be No. 10 and each shall be prouded 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 (11/2") pipe openings. She 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 hasher. Minimum size of machine screws shall be No. 10. Minimum size of carriage bolt shall be 6 mm ('/,"-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 (0.1 lo') thick and shall have a hole concentric Mth the 40 mm (l'/z") pipe mounting hole in the housing. Sheet aluminum reinforcement plates shall be placed both inside and outside the housing; galvanized steel reinforcement plates shall be placed inside only; and cast aluminum reinforcement plates shall be placed outside only. Reinforcement plates placed outside of the housing shall be finished to match the color of the signal housing and shall be designed to permit the proper serrated coupling between signal face and mounting hardware. A minimum of three No. 10 machine screws shall be installed through holes in the plates and matching holes in the housing. Each screw shall have a round or binder head and shall be provided with a nut and lock washer. Contract No. 38121 Page 105 of I56 Pages Where a signal face is to be supported by a Type MAS side attachment slipfitter inserted between 2 spacers shall permit proper seating of the serrations between the slip-fitter and the 2 sections. Holes in sections, a spacer or spacers shall be placed between the 2 sections. The vertical dimension of 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. hole shall be surrounded by a 3 mm minimum wdth boss to permit contact behneen signal sections Holes for machine screws shall be either cast or drilled during fabrication of the signal section. Each about the axis of the hole. Each plastic signal Bce 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 a,nd a metal mounting assembly. Each washer shall be not less than 4 mm (3/1s") nor more than 6 mm ( 1,") thick. Serrations shall match those on the signal section and the mounting assembly. 209-4.01C Electrical Components. Lamp receptacles and wiring shall conform to ITE Publications: ST-008B. The metal portion of the medium base lamp socket shall be brass, copper or phosphor bronze. black insulation or with insulation color-coded. Each lamp receptacle shall be wired with a conductor. connected to the shell of the receptacle, with These conductors shall, in turn, be connected to a terminal block mounted inside at the back of the terminate all field conductors and lamp conductors independently. The terminals to which field housing. The terminal block shall have sufficient screw type terminals or NEMA type tab connectors to conductors are attached shall be permanently identified or conductors shall be color coded to facilitate field wiring. 0.75 mm (30 mil) thickness insulation rated 105°C or with insulation that conforms to the requirements Lamp receptacle conductors shall be No. 18 or larger, 6004, appliance wiring material (AWM), with in Militaly Specification MIL-W-16878D. Type B, with vinyl nylon jacket rated 115OC. 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 6-1.07, 'Certification of Compliance", shall be submitted by the manufacturer with each shipment of traffic signal faces. 209-4.01D 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 type. The visor shall be a minimum of 240 mm (91/2') in length for nominal 300 mm (12") round lenses, open), or cap (bottom and lower sides open). Unless otherwise specified, visors shall be the full circle with a downward tilt between 3 degrees and 7 degrees. Plastic dsors shall conform to the following: 1. Visors shall be either formed from sheet plastic or assembled from one or more injection, rotational 2. Sections shall be joined using thermal, chemical or ultrasonic bonding or with aluminum rivets and or blow molded plastic sections. washers permanentlycolored to match the dsor. 3. Visors shall be of black homogeneous colored material ith 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. Contract No. 38121 Page 106 of 156 Pages 2094.02 Light Emitting Diode Signal bdules. Each light emitting diode (LED) signal module shall be Type 2 and consist of an assembly that utilizes light emitting diodes as the light source in lieu of an incandescent lamp for use in trafic signal sections and conform to the following: 1. 2. 3. 4. 5. 6. Each Type 2 LED signal module shall be designed to mount in the standard lamp socket standard traffic signal lens in the doorframe shall be used or, at the option of the Contractor, the normally used with an incandescent lamp. When a Type 2 LED signal module is used, a weather. The installation of a Type 2 LED signal module shall not require any modification to the standard lens may be replaced with a translucent or dear lens to seal the signal section from standard lamp socket or relector. LED signal modules shall be from the same manufacturer, and each size shall be the same model. Type 2 LED signal modules shall be a sealed unit containing all components necessary for operation except, at the option of the Contractor, use of a corresponding lens mounted in the doorframe will be allowed. Type 2 LED signal modules shall not require a specific mounting orientation or have a variance in light output, pattern or Usibility for any mounting orientation. The LEDs utilized in the modules shall be Aluminum Indium Gallium Phosphide (AllnGaP) technology for red indications and Gallium Nitride (GaN) technology for green indications, and shall be the ultra bright type rated for 100,Mx) hours of continuous operation from -4OOC to +74oc. 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. me failure of an individual LED in a string shall only result in the loss of that LED, not the entire string or indication. 2094.02A Physical and Mechanical Requirements. LED traffic signal modules shall be designed as retrotit replacements for existing optical units of signal lamps and shall not require special tools for installation. LED signal modules shall fit into existing traffic signal section housings without any modification to the housing. installation of a LED signal module shall only require the removal of the optical unit components, i.e., lens, lamp module, gaskets, and reflector; shall be weather tight and fit securely in the housing; and shall connect directly to electrical dring. The arrow modules shall meet or exceed specifications stated in Section 9.01 of the ITE Publication: Equipment and Materials Standards, Chapter 2 (Vehicle Traffic Control Signal Heads) for arrow indications. The LEDs shall be spread evenly across the illuminated portion ofthe amarea. 2094.02A(l) LED Signal Module Lens. The LED signal module shall be capable of replacing the optical unit. The lens may be tinted or may use transparent film or materials with similar characteristics to enhance ON/OFF contrasts. The use of tinting or other materials to enhance ON/OFF contrasts shall not affect chromaticity and shall be uniform across the face of the lens. If a polymeric lens is used, a surface coating or chemical surface treatment shall be used to provide front surface abrasion resistance. Revised 9/11/00 Contract No. 38121 Page IO? of I56 Pages 2094.0242) Environmental Requirements. The LED signal module shall be rated for use in the operating temperature range of 40°C (-4OOF) to +74% (+165OF). The LED signal module shall be protected against dust and moisture intrusion per the requirements of NEMA Standard 250-1991 for Type 4 enclosures to protect all internal components. The LED signal module lens shall be UV stabilized and shall be capable of withstanding ultraviolet (direct sunlight) exposure for a minimum period of 60 months without exhibiting evidence of deterioration. 2094.0243) Construction. The LED signal module shall be a single, self-contained device, not requiring on-site assembly for installation into an e~sting traffic signal housing. The power supply for the LED signal module shall be integral to the unit. The assembly and manufacturing process for the LED signal assembly shall be designed to assure all internal components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. 2094.0244) Materials. Material used for the lens and signal module construction shall conform to ASTM specifications for the materials where applicable. Enclosures containing either the power supply or electronic components of the signal module shall be made of UL94VO flame retardant materials. The lens of the signal module is excluded from this requirement. 209-4.02A(5) Module Identification. Each LED signal module shall have the manufacturer's name, trademark, and other necessary identification permanently marked on the back of the module. Each operating characteristics shall be identiied: rated mltage, power consumption, and wlt-ampere. individual LED signal module shall be identiied with serial number for warranty purposes. The following 2094.028 Photometric Requirements. The minimum initial luminous intensity values for the modules shall be as stated in Table 209-4.028(1) and Table 209-4.028(3) at 25OC. The modules shall meet or exceed the illumination values as shown in Table 209-4.028(2) and Table 2094.028(4), throughout the useful life based on normal use in a traffic signal operation over the operating temperature range. The measured Chromaticity coordinates of the modules shall conform to the chromaticity requirements of Table 209-4.028(5), throughout the usetrl life over the operating temperature range. The LED signal modules tested or submitted for testing shall be representative of typical average production units. Circular modules shall be tested according to California Test No. 604. 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. The LEDs shall be spread evenly across the illuminated portion of the arrow area. Arrow modules shall be tested according to California Test No. 3001. 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. in Table 209-4.026(3). All measurements shall be perbrmed at rated operating wltage of 120 VAC. Each LED arrow signal section indication shall provide a minimum average luminous intensity as listed Revised 911 1/00 Contract No. 38121 Page I08 of 156 Pages Table 2094.028(1) Minimum Initial Intensities forcircular Indications (In cd) a Revised 9/11/00 Contract No. 38121 Page 109 of I 56 Pages Table 209-4.02B(2) Maintained Minimum Intensities forcircular Indications (in cd) I I .a, Y ." I z.3, *(.5 251 501 2.5, f12.5 141 283 2.5. f17.5 77 154 -? = '".5 226 452 6 7n7 4M 7.5, f12.5 7.5, f17.5 291 145 32 16 7.5, 527.5 877 38 7.5, i22.5 178 89 ..5 50 101 7.5 48 97 4-c I? AA RQ 12.5, f17.5 22 12.5, 3222.5 69 34 44 22 17.5, f7.5 44 22 17.5. i2.5 32 16 12.5, i27.5 44 - 17.5. f12.5 22 44 17C. +I76 AA 33 17.5, i22.5 I 20 I 41 17.5. i27.5 16 32 1 Table 209-4.028(3) Minimum Initial Intensities forArrow Indications (in cdm2) Table 209402B(4) Minimum Maintained Intensities forArrow Indications (in cdlm2) Table 2094.028(5) Chromaticity Standards (CIE Chart) Red Y: not greater than 0.308, or less than 0.998-x Yellow Y: not less than 0.506-0.519% nor less than 0.150+1.068% Green Y: not less than 0.41 1, nor less than 0.995-1 nor less than 0.452 nor more than 0.730-x Revised 9/11/00 Contract No. 38121 Page 1 10 of 156 Pages 209-4.02C Electrical. Maximum power consumption requirements for LED signal modules shall be as listed in Table 209402C. Table 2094.02C Maximum Power Consumption (in Watts) LED signal modules shall operate from a 60 Hz 23 Hz AC line over a voltage ranging from 80 volts to 135 volts. The LED circuitry shall prevent perceptible flicker over the voltage range specified above. The fluctuations of line voltage shall have no visible effect on the luminous intensity of the indications. Rated voltage for all measurements shall be 120 volts. The signal module on-board circuitry shall include voltage surge protection to withstand high-repetition noise transients as stated in Section 2.1.6 ofNEMA Standard TS-2, 1992. LED signal modules shall be operationally compatible with currently used controller assemblies (solid state load switches, flashers, and conflict monitors). When a current of 20 ma AC (or less) is applied to the unit, the voltage read across the two leads shall be 15 VAC or less. LED signal modules and associated on-board circuitry must meet Federal Communications Commission (FCC) Title 47, Subpart B. Section 15 regulations concerning the emission of electronic noise. The LED signal module shall provide a power factor of 0.90 or greater. Total harmonic distortion (current and voltage) induced into an AC power line by an LED signal module shall.not exceed 20 percent. 209-4.02D QualityAssurance. LED signal modules shall be manufactured in accordance with a vendor quality assurance (QA) program. The QA program shall include two types of quality assurance: shall include statistically controlled routine tests to ensure minimum performance levels of LED signal (1) design quality assurance and (2) production quality assurance. The production quality assurance modules built to meet this specification. QA process and test results documentation shall be kept on fle for a minimum period of seven years. LED signal module designs not satisfying design qualification testing and the production quality assurance testing performance requirements described below shall not be labeled, advertised, or sold as conforming to this specification. 209-4.O2D(l) Manufacturer's Serial Numbers. Identification of the component and sub-assembly level may be required if the reliability and performance of the module must be traceable to the original item manufacturers of the module components and subassemblies. 2094.02D(2) Production Quality Assurance Testing. The following Production Quality Assurance tests shall be performed on each new LED signal module prior to shipment. Failure to meet shall retain test results for seven years. requirements of any of these tests shall be cause for rejection. The manufacturer for warranty purposes Each LED signal module shall be tested for rated initial intensity after bum-in. Bum-in period shall consist of each signal module being energized at rated voltage for a 30 minutes stabilization period before the measurement is made. A single point measurement with a correlation to the intensity requirements of Table 209-4.028(1) for circular modules may be used. The ambient temperature for this measurement shall be +25% (+77OF). Revised 91; 1/00 Contract NO. 38121 Page I I I of 156 Pages Each LED signal module not meeting minimum luminous intensity reqUiP3mentS per Table 209-4.028(1) or Table 209-4.028(3) shall be a cause for rejection. Each LED signal module shall be tested for required power factor after bumin. Each LED signal module shall be measured for current flow in amperes after bum-in. The measured current values shall be compared against current values resulting from design qualification measurements under "Design Qualification Testing". The current flow shall not exceed the rated value. The measured ampere values with rated voltage shall be recorded as volt-ampere (VA) on the product labels. Each LED signal modules shall be visually inspected for any exterior physical damage or assembly anomalies. Careful attention shall be paid to the surface of the lens to ensure there are no scratches (abrasions), cracks, chips, discoloration, or other defxts. Any such defects shall be cause for rejection. 209-4.02D(3) Design Qualification Testing. Design Qualication testing shall be performed on new LED signal module designs, and when a major design change has been implemented on an existing design. The minimum sample quantity of LED signal modules shall be as stated for each test. Failure to meet requirements for any of these tests shall be cause for rejection. A random sample of six LED signal modules shall be energized for a minimum of 24 hours, at 100 percent on-time duty cycle. in a temperature of 74OC (+165OF) before performing any design qualification testing. Any failure within an LED signal module after bum-in shall be cause for rejection. 209-4.O2D(4) Rated Initial Luminous Intensity After bum-in, a sample of six LED signal modules shall be tested for rate initial intensity per the requirements of "Photometric Requirements". Before measurement, each LED signal module shall be energized at rated voltage, with 100 percent on-time duty cycle, for a time period of 30 minutes. The ambient temperature for this measurement shall be 25OC (77OF). The test results for this test shall have recorded the current voltage, total harmonic distortion (THO), and power factor (PF) associated Ath each measurement. 209-4.O2D(5) Chromaticity (Color). A sample of two LED signal modules shall be measured for chromaticity (color) per the requirements of "Chromaticity requirements under "Photometric this measurement shall be 259: (77OF). Requirements." A spectra radiometer shall be used for this measurement. The ambient temperature for 209-4.MD(6) Electrical. A sample of six LED signal modules shall be measured for current flow in amperes. The measured current values shall be used for quality comparison of Production Quality Assurance current measurement on production modules. A sample of six LED signal modules shall be measured for power factor. A commercially available power factor meter may be used to perform this measurement. A sample of six LED modules shall be measured for total harmonic distortion. A commercially available total harmonic distortion meter maybe used to perform this measurement. A sample of six LED signal modules shall be tested per the requirements of "Electrical", with reference to Class A emission limits referenced in Federal Communications Commission (FCC) Title 47, Subpart B. Section 15. Revised 911 1/00 Contract No. 38121 Page 112 of 156 Page8 A sample of six LED signal modules shall be tested for compatibility with the controller unit, conflict values of 80 and 135 VAC. The AC voltage developed across each LED signal module so connected monitor. and load switch. Each signal module shall be connected to any AC voltage supply between the shall not exceed 10 volts rms as the input AC wltage is varied from 80 volts to 135 wlts rms. A sample of six LED modules shall be tested for transient immunity per "Electrical" using the procedure described in NEMA Standard TS-1992. Mechanical vibration testing shall be performed on a sample of three LED signal modules per MIL-STD- with a frequency sweep from 2 Hz to 120 Hz. The loosening of the lens, of any internal components. or 883, Test Method 2007, using three 4 minute cycles along each x, y, and z axis, at a force of 2.5 Gs. other physical damage shall be cause for rejection. Temperature cycling shall be performed on a sample of three LED signal modules per MIL-STD-883, Test method 1010. The temperature range shall be per "Environmental Requirements". A minimum of 20 cycles shall be performed with a 30 minute transfer time betwen temperature extremes and a 30 function properly or any evidence of cracking of the module lens or housing after temperature cycling minute dwell time at each temperature. Signal under test shall be non-operating. Failure of a module to shall be cause for rejection. Moisture resistance testing shall be performed on a sample of three LED signal modules per NEMA Standard 250-1991 for Type 4 enclosures. Any evidence of internal moisture after testing shall be cause for rejection. 209-4.O2D(7) Cettiflcate of Compliance. The Contractor shall provide the Engineer a Certificate of Compliance from the manufacturer in accordance with the provisions of Section 6-1.07, "Certificates of Compliance," of the Caltrans Standard Specifications. The certificate shall certify that the LED signal of all applicable test reports on the LED signal modules. modules comply with the requirements of these specifications. The certificate shall also .include a copy LED signal modules shall be guaranteed bythe Contractor for a period of one year starting on the day after the project is accepted bythe Engineer. Modules that fail during this period shall be replaced at no cost to the State, empt that State krces will change out the modules in the feld. The replacement modules shall be delivered to the Public Works Department at 405 Oak Aenue within five working days after notification. The failed modules will be made available to the Contractor at the abow address at the same time as the replacement is deliwed. The manufacturer shall provide a written warranty against defects in materials and Hnrkmanship for the LED signal modules for a period of 36 months after installation of the modules. Replacement modules shall be provided promptly after receipt of modules that have failed at no cost to the State exxpt cost of shipping of the failed modules. All warranty documentation shall be given to the Engineer prior to installation. The replacement modules shall be delivered to the Public Works Department at 405 Oak Avenue. 209-4.03 Directional Louvers. Where shown on the plans, directional louvers shall be furnished and visors. The outside cylinder shall be constructed of 0.75 mm (0.030") nominal thickness. or thicker, installed in signal visors. Directional louvers shall be so constructed as to have a snug fit in the signal sheet steel and the vanes shall be constructed of 0.4 mm (0.016') nominal thickness, or thicker, sheet steel or the cylinder and vanes shall be constructed of 5052-H32 aluminum alloy of equivalent thickness. Dimensions of louvers and arrangements ofvanes shall be as show on the plans. a Revised Q/11/00 Contract No. 38121 Page 113 of 156 Pages 2094.04 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 factoryjoined using (1) an appropriate solvent cement, (2) aluminum rivets and washers painted or permanently colored to match the backplate, or (3) No. 10 machine screws with washer, lock washer and nut. painted to match the backplate. Backplates 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. 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 washers shall be stainless steel. Where a metal backplate consists of 2 or more sections, the sections integral or captive flat washer, or (2) a nut, flat washer and lockwasher. Machine screws, nuts and 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 scredriver, and shall be stainless steel. 2094.05 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," 2094.03. 'Backplates," and 2094.06. "Signal Mounting Assemblies," except that the provisions in Section 2094.OlA, "Optical Units," shall not apply. Each programmed visibility signal section shall shall conform to ITE Publication: ST-008B. Each section shall be provided with a cap visor. Each provide a nominal 300 mm (12") diameter circular or arrow indication. Color and arrow configuration 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 common vertical axis through couplers and mountings. Terminal connection shall permit external adjustment about the mounting axis in 5 degree increments. Adjustment shall be preset at 4 degrees below the horizontal, unless otherwise specified. The visibility The signal shall be mountable with ordinary tools and capable of being serviced without tools. face. When programmed, each signal face's indication shall be visible only in those areas or lanes to of each programmed visibility signal face shall be capable of adjustment or programming within the to programming, each signal section with a yellow indication shall provide a minimum luminous intensity be controlled. except that during dusk and darkness a faint glow to each side will be permissible. Prior axis. Each signal section with a yellow indication shall be capable of having its visibility programmed to of 2500 cd on the optical axis, and a maximum intensity of 100 cd at 15 degrees horizontal from the 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 Q percent of maximum intensity at less than 10 Ix. The dimming device shall operate over an applied voltage range of 95 to recommended by the manufacturer and as directed bythe Engineer. 130 V, 60 Hz and a temperature range of 40'C to 74%. The Contractor shall program the head as @ Revised 911 1/00 Contract No. 38121 Page 1 14 of 156 Pages 2094.06 Pedestrian Signal Faces. Message symbols for pedestrian signal faces shall be whiie WALKING PERSON and Portland orange UPRAISED HAND conforming to the requirements Of the "Manual on Uniform Traffic Control Devices." The height of each symbol shall be not less than 250 mm Institute of Transportation Engineers Standards: "Pedestrian Traffic Control Signal Indications" and the (IO") and the width of each symbol shall be not less than 165 mm (61/2"). The luminance of the UPRAISED HAND symbol shall be 3750 cd/mz (1,IOf foot-lamberts), minimum, and the luminance of the WALKING PERSON symbol shall be 5300 cd/m (1.550 foot-lamberts), minimum, when tested in accordance with California Test 606. The uniformity ratio of an illuminated symbol shall not exceed 4 to 1 between the highest luminance area and the lowest luminance area. The luminance difference between a nonilluminated symbol and the background around the symbol shall be less than 30 percent when viewed with the front screen in place and at a low sun angle. Brightness measurements for signals designed for an incandescent lamp will be made when the signal is equipped with an A-21 traffic signal lamp operated at a voltage to produce 665 lumens. Each housing, including the front screen, shall have maximum overall dimensions faces installed at any one intersection shall be the same make and type. Each pedestrian signal face of 470 mm (le1/;) width, 483 mm (19') height and 292 mm depth. All new pedestrian signal shall be installed at the location and mounted in the manner show on the plans. 209-4.06A Types. Pedestrian signal faces shall be Type A and shall conform to the following: Each Type A signal shall consist of a housing, two-color message plate, a reflector assembly, two light emitting diode modules conforming to the provisions in Section 209-4.07, "Light Emitting Diode Pedestrian Signal Modules^, with sockets and a front screen. Each message plate shall be one piece and shall be made 4.7 mm (3/1s") 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 provisions in Institute of Traffic Engineers Publication: ST-008B, 'Vehicle Traffic Control Signal Heads." reflectors. Each reflector shall be made of either aluminum or plastic. All reflectors shall conform to the reflecting surface. The plastic material shall not distort when the reflector is used with the lamp of the Plastic reflectors shall consist of molded or vacuum-formed plastic with a vacuum-deposited aluminum 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 7468. Each completed reflector shall, when uperated with the appropriate lamp and lens, provide the lamp "ON" and measured in an ambient air temperature of 25'C in accordance with UL Publication UL message brightness specified. 2094.068 Front Screen. The front screen provided on each Type A signal shall have a 38 mm (I1/;) deep eggcrate or 2-crate type screen of 0.8 mm (0.03") nominal thickness polycarbonate. The screening shall be mounted in a frame constructed of I .O mm (0.04') minimum thickness polyxrbonate. 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 .&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 exterior grade latex paint formulated for application to properly prepared metal surfaces, or shall be Screen and frame shall be fabricated from aluminum anodized flat black, or finished with lusterless black 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. @ Revised 911 1/00 Contract No. 38121 Page 115of 156Pages 209-4.06C Housing. Pedestrian signal housings shall conform to the provisions in Section 2094018, "Signal Sections." 209-4.06E Finish. The exterior of each housing and visor and the interior of visors shall be painted in accordance with the provisions in Section 209-2.16, 'Painting." 209-4.06F Control. All pedestrian signals shall be capable of being controlled by the solid-state switching devices specified for trafk signal controller assemblies. 2094.060 Terminal Blocks. Each pedestrian signal face shall be provided with a light duty terminal block conforming to the provisions in Section 2094.01C, "Electrical Components." All field wiring shall connect to this terminal block. 209-4.07 Light Emlttlng Diode Pedestdan Signal Modules For Type A pedestrian signal faces, the pedestrian signal face "Upraised Hand" & "Walking Person" module shall utilize light emitting diode. shall consist of an assembly that utilizes light emitting diodes as the light source in lieu of an Each light emitting diode (LED) pedestrian signal face "Upraised Hand" B "Walking Person" module incandescent lamp for use in pedestrian signal faces and shall conform to the following: 1. 2. 3. 4. 5. 6. 7. 8. LED Pedestrian signal face "Upraised Hand" 8 "Walking Person" module shall be designed to mount in the standard existing Type "A" Housing. Pedestrian signal face modules shall be designed to mount behind or replace the existing face plate of existing Type !A" housing as specified by the requirements of the ITE Standards: "Pedestrian Traffic Control Signal Indications" and the MUTCD. The design of the modules shall require a specific mounting orientation. LED pedestrian signal module used on this project shall be tOm the same manufacturer. The circuit board and power supply shall be contained inside the module. Circuit boards shall conform to Chapter 1, Section 6 ofthe "Transportation Electrical Equipment Specilcations". LED pedestrian signal modules shall fit into the existing type "A" housing and shall not require a specific mounting orientation or have a variance in light output, pattern or visibility for any mounting orientation. The LEDs for "Upraised Hand" symbol shall utilize AllnGaP technology and shall be the ultra bright type rated for 100,000 hours of continuous operation from 40°C to 74%. The individual LEDs shall be wired such that a catastrophic failure of one LED will result in the loss of not more then 5 percent of the signal module light output. lhe failure of an individual LED in a string shall only result in the loss of that LED, not the entire string or indication. The LED ped modules tested or submitted for testing shall be representative of typical average described herein. All optical testing shall be performed with the module mounted in a standard production units. LED ped modules shall be tested according to California Test No. 610 and as Type "A" Pedestrian Housing but vithout a visor or hood attached to the housing. The luminance of the UPRAISED HAND symbol shall be 3750 cd/m2 minimum. The color of UPRAISED HAND should be Portland orange conforming to the requirements of the institute of "Manual on Uniform Traffic Control Devices." The height of each symbol shall be not less than Transportation Engineers Standards: "Pedestrian Traffic Control Signal Indications" and the 250 mm and the Mdth of each symbol shall not be less than 165 mm. Revised 911 1/00 Contract No. 38121 Page 116 of I56 Pages 9. 10. 11. The luminance of the WALKING PERSON symbol shall be 5300 d/m2 minimum. The color of WALKING PERSON should be White conforming to the requirements of the Institute of Transportation Engineers Standards: "Pedestrian Traffic Control Signal Indications" and the "Manual on Uniform Traffic Control Devices." The height of each symbol shall be not less than 250 mm and the width of each symbol shall not be less than 165 mm. The uniformity ratio of an illuminated symbol shall not exceed 4 to 1 between the highest luminance area and the lowst luminance area. less than 85 percent of 3750 cd/m2 for UPRAISED HAND 8 5300 d/mZ for WALKING PERSON LED ped module shall be rated for a minimum useful life of 48 months and shall maintain not 4OoC to +74C afler 48 months of continuous use in a traffic signal operation over the temperature range of - 2094.07A Physical And Mechanical Requirements. LED ped module traffic signal modules shall special tools for installation. LED ped module shall fit into existing traffic signal section housings built to be designed as retrofit replacements for existing optical units of signal lamps and shall not require the VTCSH without modification to the housing. Installation of an LED ped module shall require the removal of the lens, reflector and lamps. 2094.07A(l) Environmental Requirements. LED ped modules shall be rated for use in the operating temperature range of40°C (40°F) to +74% (+165OF). 209-4.07A(2) Construction. LED ped modules shall be a single, self-contained device, not requiring on-site assembly for installation into an existing Type "A" housing. The power supply for the LED ped module shall be integral to the unit. The assembly and manufacturing process for the LED ped module assembly shall be designed to assure all internal components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. 209-4.07A(3) Materials. Material used for the LED ped module construction shall conform to ASTM specifications for the materials where applicable. Enclosures containing either the power supply or electronic components of the LED ped module shall be made of UL94VO flame retardant materials. 209407A(4) Module Identification. Each LED ped module shall have the manufacturer's name, trademark, and other necessary identification permanently marked on the back of the module. Each individual LED ped module shall be identified for warranty purposes. The following operating characteristics shall be identied: rated voltage, power consumption, and wlt-ampere. If a specific mounting orientation is required, each module shall have prominent and permanent marking(s) for correct indexing and orientation within a signal housing. The marking shall consist of an up arrow, or the word "UP or "TOP". Type A Pedestrian Signal Face (Combination Raised HandNValking Person section) housing without the reflector shall be utilized for LED combo modules. 2094.078 Photometric Requirements. An LED ped module shall meet at least 85 percent of the minimum 3750 d/m2 for UPRAISED HAND 8 5300 cd/m2 for WALKING PERSON while operating throughout the operating temperature range of -40°C to 74%. The minimum initial luminous intensity values for UPRAISED HAND LED ped modules shall be 3750 d/m2 at 25OC. The minimum initial luminous intensity values for WALKING PERSON LED ped modules shall be 5300 cd/m2 at 25OC. The measured chromaticity coordinates of LED ped modules shall conform to the chromaticity requirements Of Section 5.3.2.1 and Figure C of the VTCSH standards. @ Revised 911 1/00 Contract No. 38121 Page117of156Pages 209-4.07C Electrical. Maximum power consumption requirements for LED signal modules shall be as follows: LED pedestrian signal modules shall operate from a 60 *3 Hz AC line over a voltage ranging from 95 V to 135 V. The LED ped module circuitry shall prevent perceptible flicker over the voltage range specified above. The fluctuations of line voltage shall have no visible effect on the luminous intensity of the shall include voltage surge protection to withstand high-repetition noise transients as stated in Section indications. Rated voltage for all measurements shall be 120 V. The LED ped module on-board circuitry eye over the voltage range specified above. All wiring and terminal blocks shall meet the requirements 2.1.6 of NEMA Standard TS-2, 1992. The LED circuitry shall prevent perceptible flicker to the unaided of Section 13.02 of ITE Publication: Equipment and Material Standards, Chapter 2 (Vehicle Traffic Control Signal Heads). LED ped modules shall be operationally compatible with currently used controller assemblies (solid state load switches, flashers, and conflict monitors). When a current of 20 ma AC (or less) is applied to the unit, the voltage read across the two leads shall be 15 VAC or less. LED ped modules and associated on-board circuitry must meet Federal Communications Commission (FCC) Title 47, Subpart B. Section 15 regulations concerning the emission of electronic noise. The voltage) induced into an AC powr line by an LED ped module shall not emed 20 percent. LED ped module shall provide a power factor of 0.90 or greater. Total harmonic distortion (current and 209-4.071) QualityAssurance. LED ped modules shall be manufactured in accordance with a vendor quality assurance (QA) program. The QA program shall include two types of quality assurance: shall include statistically controlled routine tests to ensure minimum performance levels of LED ped (1) design quality assurance and (2) production quality assurance. The production quality assurance for a minimum period of seven years. LED ped module designs not satisfying design qualification modules built to meet this specification. QA process and test results documentation shall be kept on fle testing and the production quality assurance testing performance requirements described below shall not be labeled, advertised. or sold as conforming to this specification. 209-4.07D(I ) Manufacturer's Serial Numbers. Identification of the component and sub-assembly level may be required if the reliability and performance of the module must be traceable to the original item manufacturers of the module components and subassemblies. 209-4.07D(2) Pmductlon Quality Assurance Testing. The following Production Quality Assurance tests shall be performed on each new LED ped module prior to shipment. Failure to meet requirements of any of these tests shall be cause for rejection. The manufacturer for warranty purposes shall retain test results for seven years. Each LED ped module shall be tested for rated initial intensityafter bum-in. Burn-in period shall consist of each signal module being energized at a rated voltage for a 30 minute stabilization period before the measurement is made. Each LED ped module not meeting 3750 d/m2 for UPRAISED HAND & 5300 dm2 for WALKING PERSON luminous intensity requirements shall be cause for rejection. Each ped module shall be tested for required power factor after bum-in. Each LED ped module shall be measured for current flow in amperes after burn-in. The measured current values shall be compared against current values resulting from design qualification measurements under "Design Qualification Testing". The current flow shall not exceed the rated wlue. The measured ampere values with rated voltage shall be recorded as volt-ampere (VA) on the product labels. Each LED ped module shall be visually inspected for any exterior physical damage or assembly anomalies. Careful attention shall be paid to the surface of the lens to ensure there are no scratches (abrasions), cracks, chips, discoloration, or other debcts. Any such defects shall be cause for rejection. Revised 9/11/00 Contract No. 38121 Page 1 18 of 156 Pages 2094.07D(3) Design Qualification Testing, Design qualification testing shall be performed on new LED ped module designs. and when a major design change has been implemented on an existing design. The minimum sample quanti of LED ped modules shall be as stated for each test. Failure to meet requirements for any of these tests shall be cause for rejection. A random sample of six LED ped modules shall be energized for a minimum of 24 hours, at 100 percent On-time duty cycle. in a temperature of 74OC (+165OF) before performing any design qualification testing. Any failure within an LED ped module after bum-in shall be cause kr rejection. 2094.07D(4) Rated initial Luminous Intensity After bum-in, a sample of six LED ped modules shall be tested for rated initial intensity per the requirements of "Photometric Requirements". Before cycle, for a time period of 30 minutes. The ambient temperature for this measurement shall be 25OC measurement, each LED ped module shall be energized at rated voltage, with 100 percent on-time duty (77OF). The test results for this test shall have recorded the current voltage, total harmonic distortion (THD), and power factor (PF) associated vith each measurement. 2094.07D(5) Chromaticity (Color). A sample of two LED ped modules shall be measured for chromaticity (color) per the requirements of "Chromaticity requirements under "Photometric Requirements." A spectraradiometer shall be used for this measurement. The ambient temperature for this measurement shall be 259: (77OF). 2094.07D(6) Electical. A sample of six LED ped modules shall be measured for current flow in amperes. The measured current values shall be used for quality comparison of Production Quality Assurance current measurement on production modules. A sample of six LED ped modules shall be measured for power factor. A commercially available power factor meter may be used to perform this measurement. A sample of six LED ped modules be measured for total harmonic distortion. A commercially available total harmonic distortion meter maybe used to perform this measurement. A sample of six LED ped modules shall be tested per the requirements of "Electrical", with reference to Class A emission limits referenced in Federal Communications Commission (FCC) Title 47. Subpart B, Section 15. A sample of six LED ped modules shall be tested for compatibility with the controller unit, conflict monitor, and load switch. Each signal module shall be connected to any AC voltage supply between the values of 80 and 135 VAC. The AC voltage developed across each LED ped module so connected shall not exceed 10 volts rms as the input AC wltage is varied from 80 V rms to 135 V rms. A sample of six LED ped modules shall be tested for transient immunity per "Electrical" using the procedure desctibed in NEMA Standard TS-1992. Mechanical vibration testing shall be performed on a sample of three LED ped modules per MIL-STD- 883, Test Method 2007, using three 4 minute cycles along each x, y. and z axis, at a force of 2.5 g, with a frequency sweep from 2 Hz to 120 Hz. The loosening of the lens, of any internal components, or other physical damage shall be cause for rejection. a Revised 911 1/00 PagellQof156Pagas Temperature cycling shall be performed on a sample of three LED Ped modules per MIL-STD-883. Test cycles shall be performed with a 30 minute transfer time between temperature extremes and a 30 method 1010. The temperature range shall be per "Environmental Requirements". A minimum Of 20 minute dwell time at each temperature. Signal under test shall be nonoperating. Failure of a module to function properly or any evidence of cracking of the module lens or housing after temperature cycling shall be cause for rejection. Standard 250-1991 for Type 4 enclosures. Any evidence of internal moisture after testing shall be cause Moisture resistance testing shall be pebrmed on a sample of three LED ped modules per NEbM for rejection. 209-4.07D(7) Certificate of Compliance. The Contractor shall provide the Engineer a Certificate of Compliance from the manufacturer in accordance with the provisions of Section 6-1.07. "Certificates of Compliance," of the Standard Specifications. The certificate shall certib that the LED ped modules comply with the requirements of these specifications. The certificate shall also include a copy of all applicable test reports on the LED ped modules. 209-4.07D(8) Guarantee. The Contractor shall guarantee LED ped modules for a period of one year starting on the day after the Engineer accepts the project. Modules that fail during this period shall be replaced at no cost to the State, except that State forces will change out the modules in the field. The replacement modules shall be delivered to the Engineer, or to the Public Works Department at 405 Oak Avenue, within five working days after notification. The failed modules will be made available to the Contractor at the aboe address at the same time as the replacement is deliwed. 209-4.07D(9) Warranty. The manufacturer shall provide a written warranty against defects in materials and workmanship for the LED ped modules for a period of 36 months after installation of the modules. Replacement modules shall be provided promptly after receipt of modules that have failed at no cost to the State except cost of shipping of the failed modules. All warranty documentation shall be given to the Engineer prior to installation. 209-4.08 Signal Mounting Assemblies. Signal mounting assemblies shall consist of 40 mm (1'/2") standard weight steel galvanized pipe conforming to the specifications of ASTM Designation: A 53, necessary fittings, slip-fitters and terminal compartments. Pipe fittings shall be ductile iron, galvanized steel, aluminum alloy Type AC-846 No. 380, or bronze. Mast arm slipfitters shall be cast bronze or hot- dip galvanized ductile iron. Post top slipfitten and terminal compartments shall be cast bronze, Type galvanized pipe brackets and all areas of the brackets damaged by wrench or vise jaws shall be 356-T6 aluminum or hotdip galvanized ductile iron. After installation, any exposed threads of cleaned with a wire brush and painted with 2 applications of approved unthinned zinc-rich primer Aerosol cans shall not be used. (organic vehicle type) conforming to the requirements in Section 210, "Paint and Protective Coatings." with 2 screw type terminals. Each terminal shall be designed to accommodate at least 5 No. 14 Each terminal compartment shall be fitted with a terminal block containing a minimum of 12 poles, each Where used to bracket mount signals, the terminal compartment shall be designed to bolt securely to a conductors. A cover shall be provided on the compartment to give ready access to the terminal block. 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 l"), except where required to provide proper signal face alignment or permit pro- gramming 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. a Revised 911 1/00 Contract NO. 38121 Page 120 of 156 Pages For post-top mounting of signals, a slip-fitter shall be used. Slip-fitter shall fit over a 115 mm (41/2") outside diameter pipe or tapered standard end. Each slipfitter 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 eqbipment. 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 towrd traffic or if they are covered. 2094.09 Flashlng Beacons. Each beacon shall consist of a single section traffic signal face, conforming to the provisions in Section 2094.01, "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. Reflective sheeting for W41 "Signal Ahead" signs, mounted on flashing beacons, shall be prismatic lens reflective sheeting (Diamond Grade or equal). 2094.09A Backplates. Each beacon shall be provided with a backplate conforming to the requirements in Section 2094.03, 'Backplates." 2094.09B Visors. Each beacon shall be provided with a full circle type visor conforming to the requirements in Section 2094.01D. 'Visors." 2094.09C 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. 2094.09C(I) Enclosure. The enclosure shall be NEMA Type 3R, and shall be provided with dead front panel and a hasp to permit padlocking of the cover. The padlock will be furnished by others. The enclosure shall be hotdip galvanized or, at the option of the Contractor, shall be provided with a factory applied mst resistant prime coat and lnish coat. 2094.09C(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 throw, rated at 12 A, 120 V. Switches shall be furnished with an indicating nameplate reading "Auto - circuit shall be provided. Switches shall be of the single-hole-mounting toggle type, single-pole, single- 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. 2094.09C(3) Flasher. The flasher shall meet the requirements of Section 8, "Solid-State Flashen," 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. 2094.09C(4) Wiring. Conductors and wiring in the enclosure shall conform to the requirements in Section 209-3.04C, "Cabinet Wiring." 2094.09C(5) Terminal Blocks. Terminal blocks shall be rated at 25 A, 600 V, shall be molded from phenolic or nyion material and shall be the barrier type with plated brass smew terminals and integral type marking strips. @ Revised 911 1/00 Contract No. 38121 Page 121 of 156 Pages 209-4.09C(S) 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% (0' to 160°F). Each relay shall operate in the &pin Jones-type socket shown on the plans. Relays shall be provided with double-pole, double-throw contacts. Contact points shall be of fine silver, silver-alloy, or superior alternative material. Contact points and contact arms shall be capable of operation for 250,000 cycles with 20 A of tungsten load per contact at 120 V, 60 Hz AC. Coils shall have a power consumption of 10 V.A or less and shall be designed for continuous duty on 120 volts AC. Heavy duty relays shall be enclosed with a removable, clear plastic cover. 209-5 DETECTORS 209-5.01 Vehicle Detectors. Vehicle detectors shall be the type or types shown on the plans. All sensor units, control units, and amplifiers shall meet the requirements of California Test 675. The units shall not be affected by transient voltages when tested in accordance with California Test 667. After a power interruption the units shall return to normal operation within one minute. Each unit shall be vehicle. Each detector shall operate over the range of voltages from 100 volts to 135 volts at 60 Hz. provided with a light or meter, for each output circuit, to indicate when the detector is detecting a 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 to 160°F). Units shall use printed circuit boards designed to facilitate identification of components. This components, Each detector shall provide vehicle detection without readjustment from -18'C to 71'C (0' 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 havelthe following thickness, organic solder masking and gold plated contacts. lntercornponent wiring shall be copper minimum quality requirements: NEMA FR-Q glass cloth base epoxy resin board, 1.5 mm ( /le") minimum track with a minimum mass of 600 g/m2 (2 ozlf?). 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, 'Wring." 209-5.0lA Inductive Loop Detectors. Inductive loop detectors shall conform to the following: 209-5.01A(1) General. The term "inductive loop detector" applies to a complete installation consisting of a loop or group of loops installed in the roadway, as shown on the plans, lead-in cable and a sensor unit with power supply installed in a controller cabinet. 209-5.01A(3) Sensor Unlt Construction. 'Card" type sensor units shall conform to the requirements Transportation, and to all addendums thereto current at the time of project advertising. Shelf mounted in 'Traffic Signal Control Equipment Specifications," issued by the State of California. Department of TS 1. Capacitors or inductors necessary for loop tuning shall not be mounted external to the sensor sensor units shall conform to the requirements in Section 11 of the NEMA Standards Publication No. unit. 209-5.01A(4) Construction Materials. Conductor for each inductive loop detector shallbe continuous and unsplicad and shall conform to one of the following: t. Type 1 loop wire shall be Type RHW-USE neoprene-jacketed or Type USE cross-linked polyethylene insulated, No. 12, stranded copper hre. The minimum insulation thickness at any point shall be 1 .O mm (40 mils). THWN or Type XHHW, No. 14. stranded copper hre. The tubing shall be polyethylene or vinyl, rated for use at 105°C. and shall be resistant to oil and gasoline. She tubing shall have a maximum outside diameter of 7 mm (0.27") and a minimum wll thickness of 0.71 mm (0.028"). The conduc- tors shall not be spliced inside the tubing. 2. Type 2 loop wire shall consist of a conductor inside of plastic tubing. The conductor shall be Type Revised 911 1/00 Contract No. 38121 Page 122 of 156 Pages 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 ofASTM Designation: B 286, Table 1. The lead-in cable shall conform to one of the following: 1. Type B lead-in cable shall be insulated with 0.5 mm (20 mils) of high-density polyethylene. The conductors shall be twisted together with at least 6 tums 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 highdensity polypropylene outer jacket with a nominal thickness of 0.8 mm (35 mils). An amorphous interior moisture penetration barrier of nonhydroscopic polyethylene or polypropylene fillers shall be provided. 2. Type C lead-in cable shall conform to International Municipal Signal Association (IMSA) Specification No. 50-2. A No. 20, minimum, copper drain wire shall be provided and connected to the equipment ground vdthin the cabinet. 209-5.01A(5) Installation Details. Installation and tests shall conform to the details and notes shown on the plans. Unless shown otherwise each loop shall consist of 3 turns of conductor as specified in Section 209-5.01A(4), "Construction Materials." Slots cut in the pavement shall be washed clean, blown out and thoroughly dried before installing conductors. Residue resulting from slot cutting operations shall not be permitted to flow across shoulders or lanes occupied by public traffic and shall be removed from the pavement surface before any residue flows off of the pavement surface. .Residue from slot cutting operations shall be disposed of outside the highway right of way in accordance with Section 7-8.1. "Cleanup and Dust Control." After conductors are installed in the slots cut in the pavement, the slots shall be filled with sealant to within 3 mm ('/a') of the pavement surface. The sealant shall be at least 25 mm (1.) thick above the top conductor in the saw cut. Before setting, The sealant for filling slots shall conform to the following: surplus sealant shall be removed from the adjacent, road surfaces without the use of solvents. 1. 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). Revised SI1 1/00 Contract No. 38121 Page 123 of 156 Pages TABLE 209-5.01A6)(B) CURED HOT-MELT RUBBERIZED ASPHALT Property Conditions Results Measuring Standard (ASTM Designation) Cone 25°C 150 g, 5 s 3.5 mm, max ASTM D 3407, Sec. 5 Penetration Flow, 60% 25% 25%. min. .ASTM D 3407, Sec. 8 Resilience 5 mm, rnax ASTM D 3407, Sec. 6 Softening 25°C. 50 rnmlmin 300 mm, min. ASTM D 113 Ductility, Point, 82 "C. rnin. ASTM D 36 Flash Point, ASTM D 92 288 'C. min. COC. "C Viscosity, ASTM D 4402 No. 27 Spindle, 20 rpm, 2.5-3.5 Pa.s Brookfield 190% 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 containers clearly marked 'Detector Loop Sealant" and specifying the batch and lot number of the pavement surface temperature is greater than 4'C (40'F). Hot-melt sealant shall be packaged in 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 compacted layer of asphalt concrete immediately below the uppermost layer. Installation details shall uppermost layer of asphalt concrete. The conductors shall be installed, as shown on the plans, in the be as shown on the plans, except the sealant shall fill the slot flush to the surface. 209-5.01 B Emergency Vehicle Pm-Emption Detector System. Each emergency vehicle preemption detector system shall conform to the details shown on the plans and these special provisions and shall consist of an optical emitter assembly or assemblies located on the appropriate vehicle and an optical detector/discriminator assembly or assemblies located at the traffic signal. Each system shall permit detection of Class II emergency vehicles. Class II emergency vehicles shall be capable of being detected at any range up to 2,500 feet from the optical detector. Revised 911 1/00 Page 124 of 156 Pages 209-§.01B(1) Optical EmitterAssembly. Each optical emitter assembly shall consist of an emitter unit, an emitter control unit and connecting cables and shall confirm to the following: Each optical emitter assembly, including lamp, shall be designed to operate over an ambient temperature range of -34°C to 74°C at both modulation frequencies and to operate continuously at the higher frequency for a minimum of 3,000 hours at 25°C ambient before failure of lamp or any other component. Each emitter unit shall be controlled by a single, maintained-contact switch on the respective emitter control unit. The switch shall be capable of being positioned in a readily accessible location to the vehicle driver. The control unit shall contain a pilot light to indicate that the emitter power circuit is energized and shall be capable of generating only Class II modulating code. signal from each emitter unit shall be capable of being detected at a distance of 2.500 feet when used Functional Requirements. Each emitter unit shall transmit optical energy in one direction only. The with a standard optical detection/discriminator assembly. The modulation frequency for Class II signal emitters shall be 14.035 Hz f 0.003 Hz. The standard optical detection/discriminator assembly to be used in conducting the range tests shall be available from the manufacturer of the system. A certified performance report shall be furnished by the contractor vith each assembly. The emitter unit shall be configured with a grating to probide precise directionalitycontrol. Electrical Requirements. Each optical emitter assembly shall be capable of providing full light output with input voltages between 10 and 16 volts DC. An optical emitter assembly shall not be damaged by input voltages up to 7.5 volts DC about the supply voltage. The optical emitter assembly shall not generate voltage transient, on the input supply, which exceeds the supply voltage by more than 4 volts. Each optical emitter assembly shall not consume more than 100 watts at 17.5 volts DC and shall have a power input circuit breaker rated at 10 to 12 amperes, 12 wlts DC. The design and circuitry of each emitter unit shall permit its use on vehides with either negative or positive ground without disassembly or rewiring of the unit. housing. The housing shall be provided with facilities to permit mounting on various types of vehides Mechanical Requirements. Each emitter unit shall be housed in a weatherproof, corrosion-resistant and shall have provision for proper alignment of the emitter unit and for locking of the emitter unit into proper alignment. Each emitter control unit shall be provided with appurtenant hardware to permit its mounting in or on an emergency vehicle or mass transit vehicle. Where required for certain emergency vehicles, the emitter control unit and all exposed controls shall be weatherproof. Each emitter shall include a multi-purpose port compliant with the SAE J1708 communication standard to enable unit configuration to be set into the emitter and read tom the emitter. 209-S.OlB(2) Optical DetectiodDiscrimlnator Assembly. Optical detection/discriminator assembly shall consist of one or more optical detectors, connecting cable and a discriminator module and conbrm to the following: Each such assembly, when used with standard emitters. shall have a range of up to 2,500 $et for class 11 signals. Standard emitters for Class II signals shall be available from the manufacturer of the system. Contract No. 30121 Page 125 of 158 Pages Range measurements shall be taken with all range adjustments on the discriminator module set to "maximum". 209-5.018(3) Optical Detector. Each optical detector shall be a waterproof unit capable of the two directions shall be variable from 5 degrees to 180 degrees. The reception angle for each receiving optical energy from one or two separately aimable directions. The horizontal angle between photocell assembly shall be a maximum of 8 degrees in all directions about the aiming axis of the assembly. Measurements of reception angle will be taken at a range of2500 feet for a Class II emitter. All internal circuitry shall be solid state and electrical power shall be provided by the associated discriminator module. Each optical detector shall be contained in a housing, which shall include one or two rotatable photocell on a mast arm. Each optical detector shall weigh no more than 2.5 pounds and shall present a assemblies, an electronic assembly and a base. The base shall have an opening to permit its mounting drainage of condensed moisture. Each optical detector shall be installed, wired and aimed as specified maximum wind load area of 36 square inches. The housing shall be provided with weep holes to permit by the manufacturer. 209-5.018(4) Optical Detector Cable. Optical detector cable shall meet the requirements of IPCEA-S-61402/NEMA WC 5, Section 7.4,600 wlt control cable, 75%. Type B and the following: The cable shall contain three conductors. each of which shall be AWG #20 (7x28) stranded, tinned copper with lowdensity polyethylene insulation. Minimum average insulation thickness shall be 25 mils. The insulation of individual conductors shall be color coded as kllows: Yellow - Detector Signal #I Blue - Detector Signal #2 Orange - Power (+) Bare (Drain) - Common or Ground The shield shall be either tinned copper braid or aluminized polyester film with a nominal 20 percent overlap. Where the film is used, a AWG #20 (7x28) standard, tinned, bare drain wire shall be place between the insulated conductors and the shield and in contact mith the conductive surface of the shield The jacket shall be black polyvinyl chloride with a minimum rating of 600 volts and 80°C and a minimum average thickness of 45 mils. The jacket shall be marked as required by IPCEAINEMA. The finished outside diameter of the cable shall not exxed 0.3 inches. The capacitance of the optical detector cable. as measured between any conductor and the other conductors and the shield, shall not exceed 14.3 microfarads per 1000 feet. The characteristic impedance of the optical detector cable shall be 0.6 ohms per I000 Bet. 209-5.018(5) Discriminator Module. Each discriminator module shall be designed to be compatible and usable with Model 170 controller unit and to be mounted in the input file of a Model 332 controller Transportation, "Traffic Signal Control Equipment Specifications". dated January 1989, and to all mbinet, and shall conform to the requirements of Chapter 1 of the State of California, Department of addenda thereto current at the time ofproject advertisement. a Revised 9/11 /00 Contrad No. 38121 Page 126 of 156 Pages Each discriminator module shall be capable ofoperating one or hw channels and shall be capable of. 1. Receiving Class II signals at a range of up to 2.500 feet. 2. Decoding the signal on the basis of frequency at 14.035 Hz* 0.003 Hz for Class II signals. 3. Establishing the validity of received signals on the basis of frequency and length of time received. A signal shall be considered valid only when received for more than 0.50 seconds. No combination of received, up to a maximum of ten signals. Once a valid signal has been recognized, its effect shall Class I signals shall be recognized as a Class II signal regardless of the number of signals being be held by the module in the event of temporary loss of the signal for a period adjustable from 4.5 4. Providing an output for each channel that will result in ‘IoWr or grounded condition of the appropriate seconds to 11 seconds in at least 2 steps at 5 i0.5 seconds and 10 f 0.5 seconds. input of a Model 170 controller unit. For Class II signals the output shall be steady Each discriminator module shall be powered from 115 volt (95 volts AC to 135 volts AC), 60 Hz mains and will contain an internal. regulated power supply that supports up to helve optical detectors. Electric power, one detector input for each channel and one output for each channel, shall terminate at the printed circuit board edge connector pins listed below. Board edge connector pin assignments shall be as follows: - Pins A D E F H K J L M N Function Ground Channel A primarydetector input Detector 24 VDC power output Channel A output, collector (+) Channel A output, emitter (-) Channel B primarydetector input Detecior ground Earth ground AC - (in) AC + (in) - Pins P R S T U V w X Y Z Function Not used Detector 24 VDC power output Not used Not used Not used Detector ground Channel B output collector (+) Channel B output emitter (-) Not used Not used Two auxiliary inputs for each channel shall enter each module through the front panel connector. Pin assignment for the connector shall be as bllows: - Pins Function 13 Auxiliary detector 2 input, Channel A 14 Auxiliary detector 1 input, Channel B 15 28 Auxiliary detector 2 input, Channel B Auxiliary detector 1 input, Channel A Each channel output shall be an optically isolated NPN open collector transistor capable of sinking 50 milliamperes at 30 wlts and shall be compatible vith Model 170 controller unit inputs. Each discriminator module shall be provided with means of preventing transients received by the detector from affecting the Model 170 controller assembly. Each discriminator module shall have a single connector board, shall be capable of being inserted into the input file of a Model 332 cabinet and shall occupy one slot width of the input file. The front panel of each module shall have a handle to facilitate withdrawal and the following controls and indicators for each channel: Revised 9/11/00 Contract No. 38121 Page 127 of 156 Pages 1. A Command (High) and Advantage (Low) solid-state LED indicator for each channel to display 2. A test switch for each channel to test proper operation ofcommand or Advantage priority. 3. A single confirmation light control output for each channel. These outputs shall be user configurable The front panel shall be provided with a single circular, bayonet-captured, multi-pin connector for two auxiliary detector inputs for each channel. Connector shall be a mechanical configuration equivalent to a D-Shell44-Pin front panel. Wiring for a Model 332 cabinet shall conform to the following: Slots 12 and 13 of the input file 'J" shall be wired to accept a two-channel module. Field wiring for the primary detectors, except 24-volt DC power, shall terminate on either terminal board TB-9 in the controller cabinet or on the rear of input file 'J", depending on cabinet configuration. Where TB-9 is used, position assignments shall be as kllows: active calls. through software for a variety of confirmation light sequences. Position Asslanment 4 Channel A detector inDut. 1" module (Slot J-12) 5 7 Channel B detector input; 1" module (Slot J-12) 8 Channel A detector input, 22 module (Slot J-13) Channel B detector input, 2 module (Slot J-13) The 24 volt cabinet DC power shall be available at Position 1 of terminal board TB-I in the controller cabinet. All field wiring for the auxiliary detectors shall terminate on terminal board TB-0 in the controller cabinet. Position assignments are as bllows: Position Assianment 7 +24VDC from (J-13E) 9 8 Channel A auxiliary detector input 1 Detector ground from.(J-l3K) 11 12 Channel B auxiliary detector input 1 Channel B auxiliary detector input 2 10 Channel A auxiliary detector input 2 The contractor shall demonstrate that all of the components of the system will perform satisfactorily as a system. Satisfactory performance shall be determined using the bollowing test procedure: 1. Each system to be used for testing shall consist of an optical emitter assembly, an optical detector, at least 200 feet of optical detector cable and a discriminator module. 2. The discriminator modules shall be installed in the proper input file slot of Model 332 controller cabinet. The controller cabinet, together with a Model 170 controller unit with the appropriate operating program, a Model 210 monitor unit and 120 volt AC power, will be available as shown on 3. One test shall be conducted using a Class ll signal emitter and a distance of 2,500 feet between the the plans and as indicated elsehere in these special proisions. emitter and the detector. All range adjustments on the module shall be set to "Maximum" for each test. 4. Each test shall be conducted for a period of one hour, during which the emitter shall be operated for 30 cycles, each consisting of a one minute 'on" interval and a one minute "off interval. During the total test period: (A) the emitter signal shall cause the proper response fom the Model 170 controller unit during each "on" interval and (B) there shall be no improper operation of either the Model 170 controller unit or the monitor during each 'of" interval. Revised 911 1/00 Contract No. 38121 Page 128 of 156 Pages 20g.5.01C Video Detection System. The video detection system shall consist of one (1) video camera and one (1) video detection processor (VDP) for each vehicle approach, and a pointing device. The system shall include software that detects vehicles in multiple lanes using only the video image. Detection zones shall be defined using only a video menu and a pointing device to pbX? Zones On a video image. A minimum of 24 detection mnes per camera shall be available. 209-5.0lC(l) Functional Requirements. The VDP shall process video from a single source. The source can be a video camera or a video tape player. The video shall be input to the VDP in RS170 format and shall be digitized and analyzed in real time. The VDP shall detect the presence of vehicles in UP to 24 detection zones per camera. A detection zone shall be approximately the width and length of one car. Detection zones shall be programmed via a menu displayed on a video monitor and a setting of zone parameters. A separate computer shall not be required for programming detection pointing device connected to the VDP. The menu shall facilitate placement of the detection zones and zones or to view system operations. The VDP shall store up to three different detection zone patterns. The VDp shall be able to switch to any one of the three different detection zone patterns within one second of user request via menu selection with the pointing device. The VDP shall detect vehicles in real time as theytravel across each detection me. The VDP shall have an RS-232 port for communications with an external computer. The VDP shall accept new detector patterns from an external computer through the RS-232 port when that computer uses the appropriate communications protocol for downloading detector patterns. The VDP shall send its detector patterns to an external computer through the RS-232 port when requested when that computer uses the appropriate communications protocol for uploading detector patterns. A Windows- based software program designed for local or remote connection and providin video capture, real-time detection indication and detection mne modification capability shall be provide %' wlth the system. The camera system shall be able to transmit an NTSC video signal. with minimal signal degradation, up to 300m (1000 ft). The VDP shall default to a safe condition, such as a constant call to each active detection channel, in the event of unacceptable interference in the video signal. The system shall be capable of automatically detecting a low visibility condition such as fog and respond by placing all defined detection zones in a constant call mode. A user-selected output shall be active during the low visibility condition that can be used to modify the controller operation if connected to the appropriate controller input modifier(s). The system shall automatically revert to normal detection mode when the low visibility condition no longer erjsts. 209-5.01C(2) Operational Requirements. A minimum of 24 detection zones per camera shall be supported and each detection zone can be sized to suit the conditions and the desired vehicle detection be ANDed or ORed together to indicate vehicle presence on a single phase of traffic movement. region. A single detection zone shall be capable of replacing multiple loops and the detection zone may Placement of detection zones shall be done by using a pointing device and a graphical interface built into the VDP and displayed on a video monitor. No separate wmputer shall be required to program the detection zones. Up to three detection zone patterns shall be saved within the VDP memory and this memory shall be preserved during power outages. The selection of the detection zone pattern for current use shall be done through a menu system. It shall be possible to activate a detection zone pattern for a camera from VDP memory and have the detection zone pattern displayed within one second of activation. When a vehicle is detected crossing a detection zone, the detection zone will flash a symbol on the screen to confirm the detection of the vehicle. Detection shall be at least 98% accurate in good weather conditions and at least 96% accurate under adverse weather conditions (rain, snow or fog). Detector placement shall not be more distant from the camera than a distance of fifteen times the mounting height of the camera. e Revised 911 1/00 Contract No. 38121 Page 129 of 156 Pages The VDP shall provide up to eight channels of vehicle presence detection through a NEMA TSl port. The VDP shall provide dynamic zone reconfiguration (DZR) to enable normal detector operation of existing zones except the one being added or modified during the setup process. The VDP shall output a constant call on any detection channel when the corresponding mne is being modified. Detection zone outputs shall be configurable to allow the selection of presence, pulse. extend and delay outputs. Timing parameters of pulse, extend, and delay outputs shall be user definable between 0.1 and 25.0 seconds. Up to six detection zones shall be capable of counting the number of vehicles detected. The count value shall be internally stored for later retrieval through the RS-232 port. The data collection interval shall be user definable in periods of five, fifteen, thirty or sixty minutes. suitable for shelf mounting in the side rails of the controller cabinet. The VDP enclosure shall not 209-5.01C(3) Hardware Requirements. The VDP shall be housed in a durable metal enclosure temperature range of -34°C to +74'C (-29'F to +165'F) and a humidity range Of O%RH to 95% RH, exceed 180mm (7.1 in) in length and 157mm (6.2 in) in depth. The VDP shall operate satisfactorily in a non-condensing. The VDP shall be powered by 24 volts DC. VDP power consumption shall not exxed This port shall be a 9-pin 'D" subminiature connector on the front of the VDP. The front of the VDP 10 watts. The VDP shall include an RS-232 port for serial communications with a remote computer. shall include one BNC video input connection suitable for RS170 video inputs. The video input shall include a switch-selectable 75-ohm or high impedance termination to allow camera video to be routed to other devices, as well as input to the VDP for vehicle detection. The front of the VDP shall include one BNC video output providing real time video output that can be routed to other dedces. . 209-5.01C(4) Vldeo Detection Camera. The video camera shall be furnished by the VDP supplier and shall be qualified by the supplier to ensure proper system operation. The camera shall produce useable video image of the bodies of vehicles under all roadway lighting conditions, regardless of time of day. The minimum range of scene luminance over which the camera shall produce a useable video image shall be the minimum range of night time to day time but not less than the range of 0.1 lux to resolution of not less than 380 lines vertical and 380 lines horizontal. The camera shall include an 10.000 lux. The camera shall use a CCD sensing element and shall output monochrome video with electronic shutter control based upon average scene luminance and shall be equipped with a factory adjusted manual iris. The camera shall include a variable focal length lens with variable focus that can be adjusted, without opening the camera housin , to suit the site geometry by means of a portable interface device designed for that purpose and man J actured by the detection system supplier. The horizontal field of view shall order to minimize setup time and spares required by the user. The camera electronics shall include be adjustable from 8.1" to 45.9". A single camera configuration shall be used for all approaches in AGC to produce a satisfactory image at night. The camera shall be housed in a weather-tight sealed enclosure. The camera enclosure shall be able to rotate to allow proper alignment between the camera and the traveled road surface. The camera enclosure shall be equipped with a sun shield. The sun shield shall include a provision for water diversion to prevent water from flowing in the camera's field of view. The camera enclosure with sun shield shall be less than 170mm (6 in) in diameter, less than 380mm (15 in) long, and shall weigh less than 13.3kg (6 pounds) when the camera and lens are mounted inside the enclosure. The camera enclosure shall include a thermostatically controlled heater to assure proper operation of the lens at low temperatures and to premnt moisture condensation on the optical frceplate of the enclosure. When mounted outdoors in the enclosure, the camera shall operate satisfactorily in a temperature shall be powered by 120/240 VAC, 50160 Hz. Power consumption shall be 15 watts or less under all range Of -34°C to +60°C (-29°F to +140"F) and a humidity range of 0% RH to 100% RH. The Camera conditions. @ Revised 9/11/00 Contract No. 38121 Page 130 of 156 Pages Recommended camera Placement height shall be lorn (33 fl) above the roadway, and over the traveled way on which vehicles are to be detected. For optimum detection, the camera should be centered above the traveled roadway. The camera shall view approaching vehicles at a distance not to exceed 100m (350 fl) for reliable detection (heightdistance ration of 1O:lOO). Camera placement and field of view shall be unobstructed and as noted in the installation documentation proded by the supplier. The camera enclosure shall be equipped with separate, weather-tight connections for power and video the video signal at the camera while the camera is installed, using a lens adjustment module supplied cables at the rear of the enclosure. These connections may also allow diagnostic testing and viewing of by the VDP supplier. Video and power shall not be connected within the same connector. The video signal output by the camera shall be black and white in RS170 or CClR format. The video signal shall be fully isolated from the camera enclosure and pow cabling. VDP in the controller cabinet shall be Belden 8281 or a 75 ohm, precision video cable with 20 gauge 209-5.01C(5) Installation Requirements. The coaxial cable to be used between the camera and the solid bare copper conductor (9.9 ohmslM), solid polyethylene insulating dielectric, 98% (min) tinned copper double-braided shield and black polyethylene outer covering. The signal attenuation shall not exceed 0.78 dB per 30m (100 fl) at 10 MHz. Nominal outside diameter shall be 8mm (0.304 in). The coaxial cable shall be a continuous, unbroken run from the camera to the VDP. This cable shall be suitable for installation in conduit or overhead with appropriate span wire. 75 ohm BNC plug connectors shall be used at both the camera and controller. The coaxial cable, BNC connector and crimping tool shall be approved by the supplier of the video detection system, and the manufacturer's instructions must be followed to ensure proper connection. The power cabling shall be 16 AWG three conductor cable. The cabling shall comply with the National Electric Code, as well as local electrical codes. Cameras may acquire power from the luminaire if necessary. The video detection system shall be installed by supplier factory certified installers and as recommended by the supplier and documented in the installation materials provided by the supplier. Proof of factory certification shall be prodded. 209-5.01C(6) Warranty. The supplier shall provide a limited two year warrant on the video detection system. See supplier's standard warranty included in the Terms and Conditions of Sale documentation. During the warranty period, technical support shall be available from the supplier via telephone within four hours of the time a call is made by the user. This support shall be made available from factory software shall be made available from the supplier vithout charge. certified personnel or factory certified installers. During the warranty period, updates to the VDP 209-5.01C(7) Maintenance and Support. The supplier shall maintain an adequate inventory of parts to support maintenance and repair of the video detection system. These parts shall be made available terms of sale for said parts. The supplier shall maintain an ongoing program of technical support for the for delivery within 30 days of placement of an acceptable order at the supplier's current pricing and video detection system. This technical support shall be available via telephone, or via personnel sent to the installation site upon placement of an acceptable order at the supplier's current pricing and terms of sale for on site technical support services. Installation or training support shall be provided by a factory authorized representative. All product documentation shall be witten in the English language. 209-5.02 Pedestdan 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 stabilized, self-extinguishing structural plastic. Plastic housings shall be black matching Color No. housing shall be either die-cast or permanent mold cast aluminum, or when specified shall be ultraviolet 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 wlts AC, and shall have the following characteristics: Contract No. 38121 1. Switching unit shall have a stainless steel plunger actuator and shall be prouded with U-frame to 2. Switch shall have an operating force of 2.5 N (9 02) to 3.6 N (13 02) and a minimum release brce 3. Pretravel shall be 0.4 mm ('Iw") madmum. 4. Over travel shall be 6 mm (7/32y) 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'). Where a pedestrian push button is attached to a pole, the housing shall be shaped to It 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'/2") diameter post, the housing shall be provided with a slipfitter 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 that, when the push button has been activated, the red lamp shall be energized and continue so until button assembly shall be equipped with red and green indicator lamps. Lamps shall be so connected the next pedestrian walk interval, at which time the green lamp shall be energized in lieu of the red lamp. At the termination of the pedestrian walk interval, the lamps shall be de-energized until the next actuation of the push button. Lenses for the lamps shall have a visible diameter of approximately 32 mm (1'1,') and a length of approximately 22 rnm (7/d). 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 percent and a nickel content ofat least 8 percent. Bolts shall NOTbe thefl-proof. Designation: A 167, Type 302. Bolts shall be stainless steel with a chromium content of at least 17 permit recessed mounting in push button housing. of one newton (4 01). 2096 LIGHTING 209-6.01 High Pressure Sodium Luminalms. 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 1000-hour salt spray test as specified in ASTM Designation: B 117. All other metal parts ofthe 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 rnm (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 men adjusted within the 6 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 (5;) diameter cap screws used for mounting are tightened to 13 N.m (10 Wlbs.). All luminaires to be mounted on horizontal mast arms, when tested in accordance with California Test 61 1, shall be capable of withstanding cyclic loading in (G = Acceleration of Gravity): 1. a vertical plane at a minimum peak acceleration led of 3.0 G peak-to-peak sinusoidal loading (same as 1.5 G peak) vith the internal ballast remoed, for a minimum of 2 million cycles without failure of any luminaire parts. 2. a horizontal plane perpendicular to the direction ofthe mast arm at a minimum peak acceleration level of 1.5 G peak-to-peak sinusoidal loading (same as 0.75-G peak) vith the internal ballast installed, for a minimum of 2 million cycles without failure of any luminaire parts. @ Revised 911 1/00 Contrad No. 38121 Page 132 of I56 Pages 3. a vertical plane at a minimum peak acceleration led of 1.0 G peak-tcbpeak sinusoidal loading (same as 0.5-G peak) Hith the internal ballast installed, lor a minimum of 2 million cycles without failure of any luminaire parts. 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 oi 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 gasket between the reflector and lamp socket. The chamber shall have provision for filtered flow of air chamber. Sealing shall be provided by a gasket between the reflector and refractor or lens and a a filtering gasket. Each lamp socket shall be a porcelain enclosed mogul-multiple type. The shell shall in and out of the chamber due to lamp heat. Filtering shall be accomplished byeither a separate filter or 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 mriety 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 and replaceable. The door shall be secured to the housing in a manner to prevent its accidental luminaire housing separately from the refractor or flat lens frame. The door shall be easily removable opening when the refractor or fiat 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 Table 209-6.01(A): on the plans. The maximum brightness of each cutoff luminaire, with the lamp indicated, shall be as TABLE 209-6.01 (A) Brightness readings will be taken using a brightness meter with an acceptance angle of 1.5 degrees. When measured on the 90degree and 270-degree lateral angle line, the maximum brightness shall not exceed the above specified brightness when the meter is located at a horizontal distance of 37 m (120') and a vertical distance of 2.3 m (7.5') between the luminaire and the meter, or at an angle of 3 degrees 35 minutes from the horizontal to the line between the luminaire and the meter. Measurements shall be made from both the 90-degree line and the 270degree line and averaged. The lamp used for each test shall be operated at the vattage necessary to produce a light output as show in Table 2096.01(8): Contract No. 38121 Page 133 of I56 Pages LAMP WAlTAGE VERSUS LIGHT OUTPUT TABLE 209-6.01(8) Lumens 16 000 Lamp Wattage 250 27 000 200 22 000 150 400 50 000 310 37 000 209-6.01A High Pressure Sodium Lamp Ballasts. Each ballast shall be designed for the type, characteristics and wattage of the lamp it is to operate and it shall provide the proper starting and operating waveforms, voltage and current. Ballasts shall provide reliable lamp starting and operation at ambient temperature down to -30% for the rated life of the lamp. Ballasts shall be designed for continuous operation at ambient air temperatures from -2O'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 between ballasts of the same wattage and manufacturer without adjustment. Discharge Lamp Ballasts." Starting aids for ballasts of a given lamp wattage shall be interchangeable 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 lampballast 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 thermallyshielded to limit the case temperature to 75C. 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 Section 209-6.09C, "Submersible Type Transformers." All components, including starting aid, shall be remote from the luminaire shall be the submersible type and shall conform to the requirements in enclosed in a single housing. Ballast leads shall extend a minimum of 300 mm (12") from the case. Steel housings shall be galvanized or painted. Ballast housings shall be clearly labeled to indicate lamp type. tamp wattage and input voltage. Ballasts for high-pressure sodium lamps shall have a ballast characteristic curve which will intersect both of the lampvoltage limit lines between the wattage limit This requirement shall be met not onlyat the rated input wltage of the ballast, but also at the lowst and lines and remain between the wattage limit lines throughout the full range of lamp voltage. highest input voltage for which the ballast is rated. Throughout the lifetime of the lamp, the ballast cum shall fall within the specified limits of lamp voltage and wattage. Ballasts for luminaires to be mounted on mast arms, brackets or lowring assemblies shall be located Whin the luminaire housing. @ Revised 911 1/00 Contract No. 38121 Page I34 of 1 56 Pages 209-6.01A(I) RegulatorType Ballasts. Regulator tpe 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 2. The ballast shall be designed so that a capacitance mriance of percent will not cause more than percent from rated lamp vatts. a f8 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 f10 percent at any lamp voltage from initial through life. Regulator type ballasts shall be lag-type or lead-type conforming to the following: 1. Lag-Type Regulator Ballasts.- Each lag-type regulator ballast shall have the primary and secondary windings electrically isolated and, when operated with the appropriate lamp, shall have the following characteristics and shall maintain the bllowing lamp operation: a) The power factor shall be not less than 90 percent throughout the life of the lamp at nominal b) Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary 2. Lead-Type Regulator Ballasts.- Each lead-type regulator ballast (CWA-constant wattage auto- regulator) shall, when operated with the appropriate lamp, have the following characteristics and shall maintain the following lamp operation: a) The power factor shall be not less than 90 percent when the ballast is operated at nominal line voltage with a nominally rated reference lamp. b) Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 30 percent for f10 percent input voltage variation. line voltage with a nominally rated reference lamp. by more than 18 percent br fl0 percent input voltage variation. 209-6.01A(2) Autotransformer or Reactor Type Ballasts. Each nonregulating reactor, autotransformer, or high reactance ballast shall, when operated with the appropriate lamp, have the following characteristics and shall maintain the bllowing lamp operations: 1. The power factor shall be not less than 90 percent when the ballast is operated at nominal line 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by 3. For nominal input voltage and lamp voltage, the ballast design center shall not vary more than 7.5 4. The lamp current crest factor shall not exceed 1.8 for input voltage variation of f5 percent at any voltage with a nominally rated reference lamp. more than 25 percent for t5 percent input voltage variation. percent from rated lamp vatts. lamp voltage from initial through life. 2096.018 High Pressure Sodium Lamps. High pressure sodium lamps shall conform to the ANSI Standard: C 78, 'Lamp Specifications, Physical and Electrical Characteristics of High-lntensity- Discharge Lamps," when tested in accordance with ANSI Standard: C 78.388. 'Methods of a minimum amrage rated life of 24 000 hours. Measurement of High Pressure Sodium Lamp Characteristics." High-pressure sodium lamps shall have 209-6.04 PedesMan Crossing Fixtures. Pedestrian crossing fixtures shall consist of fluorescent lighting fixtures for pedestrian undercrossings and br pedestrian omrcrossings as shown on the plans. contract No. 38121 Page 135 of 156 Pages 2096.05 Sign Llghting Fixtures- Mercury. Each mercury sign lighting fixture shall be designed for mounting near the bottom of the sign panel on an overhead sign structure. The fixture shall be of an with door, a reflector, refractor or a flat lens, a lamp, a socket assembly, a ballast and a fuse block, and enclosed design and shall be raintight and corrosion resistant. Each fixture shall consist of a housing shall conform to the bllowinq: 1 2. 3. 4. 5. 6. 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 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 kdh (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 ('/,e") diameter shall be provided. The distance between the front and back holes shall be 165 mm (61/2"). Reflector.- The reflector shall be one piece and shall be made from specularly finished aluminum The reflector shall be designed so that water deposited on it due to condensation will drain away. protected with an electrochemically applied anodized finish or a chemically applied silicate film. The reflector shall be secured to the housing with a minimum of two screws and shall be remomble without removing any fixture parts. No relectors shall be attached to the outside ofthe 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-1751DX 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 contact shall be spring-loaded. Shell and center contact shall be nickel plated brass. The socket integral lamp grips to assure electrical contact under conditions of normal vibration. The center shall be rated for 1500 Wand 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 temperatures down to -25% for the rated life of the lamp. Ballasts shall be designed br continuous operation at ambient air temperatures from -2O'C to 25'C without reduction in ballast life. Ballasts shall have a design life of not less than 100 000 hours. Ballasts shall be tested in accordance with the requirement of ANSI Standard C82.6-1980, "Methods of Measurement of High-lntensity- Discharge Lamp Ballasts." A Certificate of Compliance conforming to the provisions in Section 4- 1.5, 'Cerliication," 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. Revised 911 1/00 Contract No. 38121 Page 136 of 156 Pages Ballasts consisting of separate components shall conbrm to the following: 1. Each component shall be capable of being easily replaced. Each component shall be provided with screw terminals, NEMA tab connect or a single multi-circuit connector. All conductor terminals shall be identified as to the component terminal to Hhich 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 br as practicable from 3. Transformers and inductors shall be resin-impregnated for protection against moisture. Capacitors heat-generating components or shall be thenallyshielded to limit the case temperature to 75C. 4. Ballasts for mercury sign lighting fixtures shall be normal power factor reactor lype or shall be metal cased and hermeticallysealed. 5. Reactor Type Ballasts.- Each reactor type ballast shall, when operated with the mercury lamp, autotransformer regulator lye (CWA-constant wattage autotransformer). have the following characteristics and shall maintain the bllowing lamp operation: a) The power factor shall be not less than 50 percent. b) The lamp wattage shall not vary by more than a 210 percent for a f5 percent input voltage variation. c) The lamp current crest Bctor shall not exceed 1.5 at rated input wltage. 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 bllowing lamp operation: a) The power factor shall be not less than 90 percent. b) The lamp wattage shall not vary by more than a f7 percent for a f10 percent input voltage variation. d) Ballast losses shall not exceed 40 W. c) The lamp current crest Bctor shall not exceed 1.7 at rated input wltage. 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. Fuse$ shall be 10 mm (13/=") diameter, 38 mm (11/2") long ferrule type and shall be UL or ETL listed. For 120-volt input fixtures, only the ungrounded conductor shall be fused and a solid link shall be provided between the neutral and the ballasts. 8. Wire Guard.- When shown on the plans, each sign lighting fixture shall be provided with a wire guard to prevent damage to the refractor or lens. The guard shall be constructed of 6.5 mm electroplated zinc coating conforming to ASTM Designation: B 633. Service Condition SC4 with a (0.2625') (minimum) diameter steel wire and shall be either hot-dip galvanized or provided with an clear chromate dip treatment. Guard elements shall be spaced so as to prevent rocks in excess of 40 mm (1 in diameter tom passing through. When the fixture is located so that the light center of the lamp is 1.4 m (56") in front of, 300 mm (12") below, and centered on a 3 m (10) high by 6 m (20') wide sign panel, the ratio of the madmum to minimum illuminance level on the panel shall not exceed 12 to 1 in 95 percent of the points measured. of the minimum illuminance on any 300 mm (1Y) square of panel to that on any adjacent 300 mm (fr) In addition, the illuminance gradient shall not exceed 2 to 1. Illuminance gradient is defined as the ratio square of panel. The minimum horizontal lux requirements shall conform to the 'Isol~~ 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. a Revised 9/11/00 Contract No. 38121 Page 137 of 156 Pages 209-6.06 Sign Lighting Fixtures-Incandescent. Each sign lighting fixture for an incandescent fixtures shall be UL or ETL listed for outdoor installation. The fixture shall consist of a hood with side lamp shall be of the type shown on the plans or as specified in these special provisions. Sign lighting 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. 2094.06 Internally lllumlnated 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 both the material and workmanship shall be of the best quality consistent with the intended purpose. All requirements as described above. All material used in fabrication shall be new. If not covered herein, 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 The opening or removal of one panel shall permit access to the interior of the sign and allow for torsional twist and warp. Provisions shall be made for ease of maintenance of all components. On Type A signs, both sides shall be hinged at the top to permit installation or removal of the sign replacement of lamps, ballasts and fuses. TvDe IV DhOtOelectriC unit sockets shall be Drovided. panels, and to permit access to the interior of the sign. On Type B signs, the sign panels shall be 2. Reflectors.-At the option of the Contractor, reflectors may be used to provide the required sign slide-mounted into the housing. 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 sian Dane1 shall fabricated with Drismatic, cube corner reiective sheetina (Diamond Grade or eaual) and shall be evenlv illuminated. The average of brightness readings for the letters shall be 500 cdlrn2 (150 foot-lamberts), minimum. The light transmission factor of the sign panel shall provide a letter to background brightness ratio of between 10 to 1 and 20 to 1. The luminance of the background shall not vary by more than 40 percent from the average of background brightness reading. The luminance of the letters, symbols and arrows shall not vary by more than 20 percent from the average brightness reading of letters. symbols and arrows. The sign panels shall be translucent panels of high impact resistant plastic ofone of the following types: a) Glass fiber reinforced acrylated resin. c) Cellulose acetate butyrate plastic. b) Polycarbonate resin. front surface of the panel and filter out ultraviolet radiation. Paint shall be acr)(ic plastic type. d) Paint on the outside of the plastic shall be protected by a plastic film which shall seal the 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 ofthe sign. Revised Q/ll/OO Contract No. 38121 Page 138 of 156 Pages 9 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 595B. g) The sign panels shall not crack or shatter when a 25.4 mm (I") diameter, steel ball with a mass of 67 grams (4 02.) 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 horiaontal position and supported Hithin their frame for this test. 4. Gaskets.- On Type A signs, gaskets shall be installed betwsen 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 -2OoC(-4"F) and +70'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 bebeen -20% and +70"C. 5. Ballasts.- Ballasts shall be of the high power factor type and shall be capable of starting the lamps at -20°C (-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 11 0 to 125 V. 60 Hz circuits, and shall conform to the requirements of ANSI Standard: C 82.1 and ANSI Standard: 6. Lamp holders.- Lamp holders shall be listed by UL or ETL for outdoor use. shall be provided with C 82.2. A separate ballast shall be prowded for each lamp. 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 against the lamp ends and protect electrical contacts from moisture and dirt or other injurious el- shall be provided with a heat-resistant, circular cross section, partially recessed neoprene ring to seal ements. 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 sectionalired 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 wltage ratings. Fuseholder shall be a panel-mounting type with threaded or bayonet type knob which grips the fuse tightlyfor extraction. A separate he shall be provided for each ballast. 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 prewnt 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. a Revised 911 1/00 Contract No. 38121 Page 139 of 158 Pages 12. Mounting Assemblies.-The top of the fixture housing shall have 2 free-swinging mounting or curved mast arm. The bracket assembly shall permit the fixture to swing perpendicular to the sign brackets. Each of the brackets shall be adjustable vertically for leveling the sign to either a straight panel. Hinge pins for the free-swinging brackets shall have a minimum diameter of 6 mm (0.25"). At 13. Message.- The message, as shown on the plans, shall be displayed on both sign panels. If not least 4.6 m (15') clearance shall be prouded between the bottom of the fixture and the roadmy. shown on the plans, the message, and the size of symbols or arrows will be furnished by the Engineer at the request of the Contractor. Unless shown otherwise, letters shall be 200 mm (8") 14. Mass.- The total mass of the complete sign assembly, including lamps, ballasts. mounting brackets upper case and 150 mm (6") lowr case, Series E. and appurtenances shall not exceed 30 kg. i. Conductors.-All fixture conductors shall be UL or ETL listed appliance wiring material (AWM) stranded copper wire with 0.7 mm (28 mils), minimum, thermoplastic insulation, rated at 1000 volts and rated for use at 90°C. Conductors shall be No. 16, minimum, and shall match the color coding of shown on the plans. All conductors within the fixture shall be secured with easily removable spring the ballast leads. The size of conductors from the sign disconnect to the fuse block shall be as cross straps (not clamped) in the chassis or fixture. Straps shall be installed not more than 300 mm amroved crimo twe rina connectors. SDlices will not be permitted within the fixture unless approved (12") apart. Stranded copper conductors connected to screw type terminals shall terminate in - - ii writing by the Engineer. .. 16. EauiDment List and Drawings.- Within 15 days following approval of contract, the Contractor shall submit 3 sets of shop draiings 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 specilied requirements. 2096.07 Photoelectric Controls. Photoelectric controls, as specified in these special provisions or as shown on the plans, shall be capable of switching multiple lighting systems directly. Type IV photoelectric control shall be used unless otherwise shown on the plans or required by these special provisions and shall be installed in a receptacle integral Wth 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 contactor located in a service equipment enclosure, and a test switch located in the service equipment enclosure 3. Type 111 photoelectric control shall consist of a remote photoelectric unit, and a separate contactor unless shown otherwise. 4. Type IV photoelectric control shall consist of a photoelectric unit which plugs into an EEI-NEMA twist and a test switch housed in an enclosure. lock. 2096.07A Types. The types of photoelectric controls shall be as bllows: 2. Type V photoelectric control shall consist of a photoelectric unit, contactor and test switch located in 1. receptacle integral with the luminaire. 3. A switch to permit manual operation of the lighting circuit shall be provided for each Type I, Type II, a service equipment enclosure. Type 111, and Type V photoelectric control. Switches shall be of the single-hole mounting toggle type, furnished with an indicating nameplate reading "Auto-Test" and shall be connected in parallel with single-pole, single-throw, rated at 12 A and a voltage rating to match the circuit. Switches shall be the load contacts of the photoelectric unit. Test switch shall not haw an 'OFF" position. otherwise specified. 4. Photoelectric units for Types I, II and 111 photoelectric controls, shall be pole-top mounted unless a Revised 911 1/00 Contract No. 38121 Page 140 of 156 Pages 2096.078 Equlpment Details. Equipment details shall con6rm to the following: 209-6.07B(l) Photoelecttic 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 blodc and with cable supports or clamps to support pole wires. The photoelectric unit receptacle shall be the EEI-NEMA type. Mounting at the locations shown on the plans and oriented as directed by the Engineer. For switching 480 V. 60 brackets shall be used where pole-top mounting is not possible. Photoelectric controls shall be installed to provide 120 volts for the photoelectric control unit. Where more than one photoelectric unit is to be Hz circuits, a 100 VA, minimum, 480/120-volt transformer shall be installed in the contactor enclosure 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 The photoelectric unit shall also conform to the following: causing cycling. 1. The supply voltage rating shall be 60 Hz 105-130 V, 210-240 V, or 105-240 V. as specifed. 2. The load rating shall be 800 W minimum, incandescent, mercuryor fluorescent. 3. The operating temperature range shall be tom -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 probided with a Sprong, EEI-NEW standard, Mist-lock plug mounting. 7. Units shall be provided with a "fail-on" feature. 2096.078(2) Contactor. The contactor shall have contacts rated to switch the specified lighting load and shall be normally open, unless otherwise specified. The contactor shall be either the mechanical armature type or the mercury displacement type. The contacts of the mechanical armature type contactor shall be either fine silver, silver alloy, or superior alternative material. The contactor shall have a minimum rating of 30 A, per contact, inductie load. 209-6.078(3) Contactor and Test Swltch Housing. The enclosure for Type I and Type 111 photoelectric controls shall be NEMA Type 3R. The endosure shall be provided with a factory applied rust resistant prime coat and finish coat. Two applications of paint to match the color of the standard shall be applied as specified in Section 209-2.16, "Painting." The enclosure may be hot-dip galvanized in lieu of painting. A minimum of 65 mm (2'/2") shall be provided between contactor terminals and end of enclosure for wiring connections. The enclosure shall be mounted on the same standard as the photoelectric unit at a height ofapproximately 1.8 m (6') abom the base. 209-6.078(4) Wiring. Conductors between the photoelectric unit and an external contactor shall be No. 14 and shall be run inside the lighting standard, or in conduit. unless othervise shown on the plans. 209-6.07B(S) 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 Transfonners. Multiple to multiple and series to multiple transfwmen shall be of the single phase, dry type designed for operation on a 60 Hz supply. e Revised 9/11/00 Contract No. 38121 Page 141 of 156 Pages 209.6.09A Electrical Requirements. Transformer ratings shall be 120/480 volts, 2401480 volts or 480/120 volts for multiple to multiple units and 6.6 N120 volts or 6.6 N480 volts for series to multiple units or other ratings as shown on the plans. Secondary 48Qvolt 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 f3 percent from half load to full load for multiple to multiple units and +10 percent (maximum) at no load to *3 percent at full load for series to multiple units. Transformers shall have a decal showing a connection diagram. The diagram shall show either color coding or tagging of wires with primary (Hl, H2) or secondary (X1, X2) markers, and shall also show the primary and secondary voltage and volt-ampere rating. 209.6.098 Physical Requirements. External leads for multiple to multiple and series to multiple secondary connections shall be Type USE, No. 10, rated 600 mlts AC. Primaryconductors for series to multiple transformers shall be rated for use on 5000-volt AC circuits. Transformer leads shall extend a minimum of 300 rnm (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 multiple to multiple transformers shall withstand the application of 2200 volts AC from core to coils and, coil and from coil to coil for a one minute period. Series to multiple transformer secondaries and for multiple units only, from coil to coil for a one minute period. The above tests shall be made immediately after operation of the transformer at full load for 24 hours. Non-submersible transformers shall be provided with metal half-shell coil protection, shall have moisture resistant. synthetic varnish impregnated windings and shall be suitable for outdoor operation in a raintight enclosure. Each transformer to be installed in a pull box shall be the submersible type and shall be provided with a handle and a hanger. 209.6.09C Submersible Type Transformers. Submersible type transformers shall be securely encased in a rugged corrosion resistant, watertight case and shall withstand a 5-day test submerged in 600 mm (2') of salt water (2 percent salt by mass) with 12-hour on and off periods. The operating periods shall be at full load. Leads of submersible transformers shall be brought out through one or more sealed hubs and shall be secured in a manner which will withstand a 450-N (100 Ib) static pull without loosening or leaking. 209-7 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT 209-7.01 Removing Electrical Equipment. Attention is directed to Section 7-9, "Protection and Restoration of Existing Improvements." Existing electrical equipment shown on the plans or specified in these special provisions to be removed and not reused or salvaged, and pull boxes, conduit and detector frames not reused, shall become the property of the Contractor and shall be removed from the street right of way in accordance with the provisions in 300-1, 'Clearing and Grubbing," except, if not interfering with other construction, underground conduit may be abandoned in place after all conductors have been removed. Care shall be exercised in salvaging equipment so that it will not be damaged or destroyed and will remain in its existing condition whenever possible. Mast arms shall be removed from standards. Luminaires, signal heads, and signal mounting assemblies shall be rernoed from standards and mast arms. @ Revised 911 1/00 Contract No. 38121 Page 142 of 156 Pages 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 detemined 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; fw temporary systems; or the lump sum or unit prices paid for types and installation methods listed in the Engineer's Estimate shall include full compensation for various units of those systems; or the lump sum or per meter price paid for conduit of the various sizes, 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 induded 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." 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. Revised 9/11/00 Contract No. 38121 Page 143 of 156 Pages SECTION 210 - PAINT AND PROTECTIVE COATING 210-1 PAINT 210-1.6 Paint for Trafflc Striping, Pavement Marking, and Curb Marking. Modify as follows: Paint for traffic lane lines, turn pockets, edge lines, channelizing lines, bike lanes lines, chevrons; and curbs shall be rapid dry water borne conforming to CALTRANS Specifications No. 8010-91D-30. Paint for pavement legends pavement symbols, pavement arrows, cross walks, parking stall markings and stop bars shall be alkyd thermoplastic conforming to CALTRANS Specifications No. 8010-21C-19. Glass beads shall be applied to the surface of the rapid dry water borne paint and the molten thermoplastic material shall conform to the requirements of CALTRANS Specifications No. 8010-21C-22 Type 11). 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. SECTION 214 PAVEMENT MARKERS 214-5 REFLECTIVE PAVEMENT MARKERS Add the following section: 214-5.1 Temporary Reflective Pavement Markers. Temporary pavement markers shown on the plans and required in the specifications shall be one of the types shown in Table 214-5.1(A). or equal thereto. TABLE 214-5.1(@ TEMPORARY REFLECTIVE PAVEMENT MARKERS Type Manufacturer of Distlibutor SeallTernporary Overlay Stimsonite Chip John C. Henberger Co., Traffic Safety and Control, San Diego, California, Marker (Models 300 and 301) Telephone (619) 292-5772 TFPM DAPCO Davidson Plastics Company, 18726 East Valley Highway, Telephone (206) 251-8140. Kent, Washington 98032, Add the following section: 214-5.2 Permanent Reflective Channelizer. Reflective Channelizer shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Reflective channelizer posts shall be orange in color. Reflective channelizen shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 rnrn in size. The reflective sheeting shall be visible at 300 m at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. Reflective channelizer shall be one of the types shown in Table 214-5.2(A). or equal thereto. @ Revised 911 1/00 Contract No. 38121 Page 144 of 1 56 Pages TABLE 214-5.21A) REFLECTIVE CHANNELIZER Type I Manufacturer of Distributor Safe-Hit SH236MA I Safe-Hit Corporation Hayward, CA 94545 1930 West Winton Avenue, Building #11 Telephone (415) 783-6550 2900 Lockheed Way Carson City, NV 89701 Telephone (702) 883-5104 Rep0 "The Replaceable Post" Western Highway Products Stanton. CA 90680 P.O. Box 7 Telephone (800) 4224420 The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of Section 2-5.3.3 'Submittals". Said certificate shall certify that the permanent reflective channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the engineer and were manufactured in accordance with the approved quality control program. Carsonite "Super Duck" SDF-436 Carsonite International Corporation Revised 911 1/00 Contract No. 38121 Page 145 of 156 Pa- SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION MATERIALS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING Add the following: 300-1.1 General. Clearing and grubbing shall consist of clearing natural ground surfaces of all trees, shrubs, vegetation and objectionable materials within the limits of construction in accordance with the provisions of Section 300-1. “Clearing and Grubbing,” of the Standard Specifications and in accordance with the plans with these Special Provisions and as directed bythe Engineer. Add the following to the third paragraph: 300-1.1 General. During surface clearing operations, the Contractor shall not cow or bury any plant from the surface soil and advertently or inadvertently mixes organic or other objectionable materials with growth or other objectionable materials. If the Contractor cannot successfully separate the plant growth the soil, the soil so contaminated shall be removed from the site by the Contractor. All costs. if any, to replace said contaminated soil shall be borne by the Contractor and no additional payment therefor associated with removing the soil mixed with organic or other objectionable materials and importing soil shall be made to the Contractor. Minor grading for swales and drainage control. disposal of asphalt concrete, base and concrete. Sawcutting of concrete and asphalt concrete at joints and construction limits and the removal and improvements. Protection of existing and relocated utility structures prior to and during construction of proposed Furnishing and applying water. Dust control. Maintenance of project appearance. Control of water during construction. Clean up of project upon completion of work. 300-1.3 REMOVAL AND DISPOSAL OF MATERIALS Delete this section and substitute the bllowing: 300-1.3.1 General. All materials removed shall be disposed of outside of the right-of-way. Burning shall not be permitted under any circumstance. No accumulation of flammable materials shall remain on or adjacent to the right-of-way. The roadway and adjacent areas shall be left dth a neat and finished appearance. Revised 911 1/00 Contract No. 38121 Page 146 of 156 Pages Contractor shall remove all signage (street, traffic, etc.) including posts and footings and deliver to the City of Carlsbad. storage facility at the direction of the Construction Manager. Contractor is responsible to verify locations and quantity of signage. Contractor is responsible to install temporary signage street and traffic as required by the Resident Engineer and approed Traffic Control Plan. Add the following: 300-1.3.2 Requirements Edge of existing A.C. pavement shall be sawcut and removed to straight lines as shown on the plans. Sawcut existing A.C. pavement shall be considered as included in the contract lump sum price bid for Clearing and Grubbing and no additional cornpensation Hill be allowed therefore. price bid for traffic control. Payment for the removal of portions of A.C. pavement sawcut will be made Payment for traffic control necessary for sawwtting and removals shall be included in the contract unit at the contract price bid br Clearing and Grubbing. Contractor shall not perform any removals of bituminous pavement without giving at least 48 hours notice to the Engineer. Add the following: 300-1.4 Payment. Unless othelwise specified, compensation for clearing and grubbing shall be paid for at the lump sum contract price and no additional compensation will be allowed. Payment shall include full compensation for furnishing all labor, materials, tools. equipment and doing all work involved in clearing and grubbing as specified. 300-2 UNCLASSIFIED EXCAVATION Add the following: 300-2.1 General. Unclassified excavation shall indude removal and stockpile of suitable material, recompaction, mixing, grading for mitigation work, trenching and backftlling of storm drains, sewer, other utilities, disposal of unsuitable materials not included in the bid item for clearing and grubbing, all cut and fill including removal and recompaction of unsuitable soil, salvaging dean excavated material and filling areas to the required grades and cross section. Unclassified excavation shall be utiliid onsite to make all fills shown on the plans. Unclassified excavation shall also include scarification and moisture adjustment and compaction of the top 300mm (1') of the subgrade in the roadway prism in cut areas to 95 percent relative compaction, wetland mitigation grading and attendant work, export of disposal of storm and ground water. remaining excess material to a disposal site or spoil area acquired by the Contractor, and pumping and Add the following: 300-2.6 Surplus Material. The Contractor shall haul and dispose of all surplus material from the project. The Contractor shall utilize highway legal haul trucks for this export of material from the project site and to a site secured by the Contractor. No earth moving equipment or special construction on public streets. equipment, as defined in Section 565 of the California Vehicle code, will be allowed for hauling material Delete entire subsection and substitute the 6llowing: 300-2.9 Payment. Full compensation for unclassified excavation shall be considered as included in the contract lump sum price bid and no additional cornpensation MI be allowed therefore. Revised 9/11/00 Contract No. 30121 Page 147 of 156 Pages Add the following section: 300.2.10 Grading Tolerance. Excavated areas other than slopes and subgrade below structures, within the roadway and sidewalk areas shall be finished within 30mm (0.1') of the grades shown on the plans. Subgrade tolerances shall conbrm to the requirements ofsection 301-1.4 SSPWC. 3004 UNCLASSIFIED FILL Add the following: 300-4.2 Preparation of Fill Areas. Except as provided in Section 3004.7. 'Compaction", areas proposed for improvements all fill (including backfill and scarified ground surfaces) shall be compacted to no less than 90 percent of maximum dry density as determined in accordance with ASTM Test Procedure D1557-91. Add the following: 3004.5 Placing of Fill Material. Areas to receive fill should be scarified, moisture conditioned as necessary and compacted. Fill soils may then be placed and compacted to the design finish grade elevations. All fill should be compacted to at least 90 percent of laboratory maximum dry density in accordance with ASTM Test Procedure D1557-91, at or slightly above optimum moisture content. The upper 12 inches of subgrade materials within the proposed paved areas should be compacted to at least 95 percent relatiw compaction. 3004.6 Application of Water. Add the following: The Contractor shall place all fill soil at a moisture content no less than one (1) percent below optimum moisture as determined by ASTM test Dl 557-91. Add the following: 3004.7 Compaction. Add the following: The Contractor shall compact all fill soils placed within the top 1 rn (3') of roadway subgrade to a minimum of 95 percent relative cornpaction. On all areas to receive planting, the top 150 mm (6) shall be compacted to 85%. +2% -5%. to allow for plant growth. Delete and substitute the bllowing: 3004.9 Measurement and Payment. Unclassified fill, grading, shaping, compacting or consolidating, slope rounding, construction of transitions and all work included in an incidental to Section 3-4, 'Unclassified Fill", will be paid for as a part of unclassified excavation, and no additional payment will be made therefor. SECTION 301 - TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION Modify the second and third paragraphs as follows: 301-1.2 Preparation of Subgrade. Change each instance reading '150mrn (6 inches)" to '300mm (12")". Delete the first paragraph and substitute the bllowing: 301-1.3 Relative Compaction. The upper 300 mm (12") of subgrade beneath areas to be paved, have base or subbase material placed on them, or curb and gutter, alley pavement, driveway or sidewalk constructed over them shall be compacted to no less than 95 percent maximurn dry density as determined byASTM test D-1557-91. @ Revised 911 1/00 Contract No. 38121 Page 140 of 156 Pages Modify the first paragraph as follows: 301-1.7 Payment. Payment for subgrade preparation shall be included in the contract bid price for which the subgrade is prepared and shall include all labor, materials; including water, operations and equipment to scarify, adjust moisture, compact or recompact the subgrade, both in cut areas and in fill areas, and no further compensation ill be allowed. 301-2 UNTREATED BASE Add the following: 301-2.1 General. Untreated base shall be crushed miscellaneous base per Section 200-2.2 of the Standard Specifications. Add the following: 301-2.4 Measurement and Payment. Payment for Crushed Aggregate Base will be at the per ton and for doing all work involved in placing the base as called for in these Special Provisions, as shown bid which shall include full compensation for furnishing all labor, materials, tools, equipment, incidentals, on the plans, or as directed byEngineer. Add new subsection: 301-6 SOIL STERILANT 301-6.1 General. All areas indicated on the Plans to receive Asphalt Concrete Pawment over native materials shall be prepared in accordance with applicable sections of the Standard Specifications concerning subgrade preparation. In addition, after the compaction is completed, the Contractor shall apply a soil sterilant to the subgrade. Application shall be by spray equipment which provides good mechanical agitation and even coverage of the area to be treated. Spray equipment shall be calibrated before material is applied, and the Engineer's decision as to the effectiveness of the spray equipment shall be final. Great care shall be taken to apply soil sterilant to the designated areas only. Concrete or asphalt may be placed immediately after placement of soil sterilant. 301-6.2 Operator's License. The Contractor's operator applying the soil sterilant shall be licensed by the State of California. Department of Food and Agricultural Affairs. 301-6.3 Application. Any soil sterilant, which is approved in writing by a licensed pest control advisor (for the purpose to which it will apply) may be used upon acceptance by the Engineer. The dye shall not stain concrete or masonry. Certification shall be furnished to the Engineer showing the purchase receipt and manutdcturer's recommended rate of application of the material. 301-6.4 Payment. The Contractor shall supply all labor, materials and equipment to apply the soil sterilant and shall include the cost br application in the unit price quoted br Asphalt concrete. SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT Add the following: 302-5.1 General. Asphalt concrete shall conform to the requirements of Section 203-6 of the Standard Specification and as modified herein. Bitumunous pavement removals shall conform to the provisions of Subsection 300-1.3 as modified by these Special Provisions. @ Revised 911 1/00 Contract No. 38121 Page 149 of 156 Pages Add the following: 302-5.4 Tack coat. Tack coat will be required between the successive interfaces of existing pavement and new pavement, when in the opinion of the Engineer, the Contractor has failed to maintain or prepare each existing or previously laid course of asphalt receiving the subsequent course of asphalt in a sufficiently clean state and the asphalt receiving the new pavement course is dirty enough to impair bonding between the next lift of asphalt. Modify as follows. After second sentence of sixth paragraph add: 302-5.5 Distribution and Spreading. The spreading and finishing machine used to construct the asphalt conrete surface course shall be equipped with an automatic screed control for surface course paving. The automatic screed control shall be 9m (30') minimum length. The paving machine shall be oeprated by an operator and two full-time screed men during all paving. A backup paving machine will be onsit during all paving operations. A backup asphalt windrow pickup machine (ASPWP) will be required at all times when a ASPWP is used. Additionally, a front end loader will be required during all ASPWP paving. The surface course shall be 50mm (2") thick. Leveling courses will be required in a variable thickness pavement section. Modify as follows. Second paragraph, Part (2), add: 302-5.6.1 General. Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown. unless otherwise directed by the Engineer. (Modify as follows. After last paragraph add): Unless directed othennn'se by the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in the Section. Add the following: 302-5.9 Measurement and Payment. Payment for ashphalt concrete shall be at the unit price bid per ton. No additional payment shall be made for any tack coat or soil sterilant. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-1 CONCRETE STRUCTURES 303-1.1 General (Add the following paragraphs): Concrete structures shall conform to the provisions of the Standard Specifications as modified by San Diego Regional Standard Drawings and herein. Use Type II Cement. The Contractor shall furnish all labor, tool, and materials to construct reinforced Portland Cement Concrete structures and appurtenant work to grades and dimensions shown on the Plans or staked in the field. The Contractor shall submit method for placement of P.C.C. for the Engineer's approval, at least 10 working days prior to commencement of work. ACCESS RAMPS AND DRlVEWAYS 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, Add the following paragraph: 303-5.1.1 General. Concrete curbs. gutters, and sidewalks shall conform to the Standard Specifications as modified by San Diego Regional Standard Drawings and herein. Use Type 11 Cement. @ Revised 9/11/00 Contract No. 38121 ~~ Page 150 of 1 56 Pages Add the following: 303-5.5.4 Gutter. Prior to acceptance of the curb and gutter constructed by the Contractor. a flow test shall be conducted by the Contractor in the presence of the Engineer. Any new work found to be defective shall be repaired or replaced by the Contractor in accordance with Subsection 303-5.7 of the Standard Specifications. 303-5.6 Curing. Immediately after finishing operations are completed. Type 2 concrete curing compound shall be applied at a rate ofone gallon per 150 square feet. Add the following paragraphs: 303-5.9 Measurement and Payment. Payment for concrete median curb and concrete median curb and gutter shall be at the contract unit price per linear foot, including transition sections where the curb face varies. Add the following: 3036 STAMPED CONCRETE 3036.1 General. Add the following: Concrete shall be a minimum of 5604-3250 with 6" x 6" 10 gauge wire mesh throughout. Prior to installation, a 10' x 10' square sample shall be poured at the job site. This sample shall be approved by the City prior to installation of median concrete. The median layout shall conform with the details shown on the Plans, and shall be spaced as shown on the Plans. 3036.3 Pattern. Add the following: The pattern of the median stamped concrete on El Camino Real will match the existing median condition adjacent to the proposed construction aloong El Camino Real, between El Camino Real and Camino blda Roble as approved by the Engineer. 3036.6 Payment. Payment for stamped concrete shall be made on the basis of the Contract unit price bid per square foot and shall include full compensation for furnishing all labor, materials. including sand bed, color. tools, equipment, and installing complete and in place. and no Clrther compensation will be allowed. 303-7.2 Method A (Dry Shake). Add the following: Color of the median stamped concrete on El Camino Real will match the existing median condition adjacent to the proposed construction along El Camino Real between El Carnino Real and Camino blda Roble, as approwd by the Engineer. SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS 307-3 STREET LIGHTING CONSTRUCTION. Modify as follows: Section 209, "Signals. Lighting and Electrical Systems" herein, shall replace Section 307-3. 'Electrical Components", of the SSPWC in all matters pertaining to the specifications for measurement, payment, warranty, and methods of construction for all elements of street lighting and trafic signals. 3074 TRAFFIC SIGNAL CONSTRUCTION. Modify as follows: Section 209, "Signals, Lighting and Electrical Systems" herein. shall replace Section 307-4. "Electrical Components", of the SSpWC in all for all elements of street lightiq and traffic signals. matters pertaining to the specifications for measurement, payment, warranty, and methods of construdon e Revised 911 1/00 Contract No. 30121 Page 151 of 156 Pages SECTION 310 - PAINTING 310-5 PAINTING VARIOUS SURFACES. _" .. . . 310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fAh paragraph as follows: The Contractor shall furnish all equipment, materials, labor, and supervision other designated markings in accordance with the Plans, or for approved temporary detours essential for necessary for painting traffic lanes, directional arrows, guidelines, curbs. parking lines, crosswalks. and 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. 3105.6.3 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 wnflict 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 ('/-") in 3 m (IO') when measured parallel to the centerline of the street or more than 6 mm (-/4") 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. 3105.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: The Contractor shall remove all existing markings and striping, either permanent or temporary, which are to be velocity water jet may be permitted when there is neither potential of the water and debitus from the high abandoned, obliterated or that conflict with the plans by wet grinding methods. Removal of striping by high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain or water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods emulsion oil or any other masking method other than a minimum 30mm (0.10') thick asphalt concrete of paint removal require prior approval of the Engineer. Obliteration of traffic striping with black paint, light overlay is not permitted. 310-5.6.7 Layout, Alignment. and Spotting. Modify the first paragraph as follows: The surveying methods. No layout of traffic striping shall be performed by the Contractor before .establishment Contractor shall establish the necessary control points for all required pavement striping and markings by of the necessary control points. The Contractor shall establish all traffic striping between these points by string line or other method to provide striping that will vary less than 80mm per loom (In inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight stripes deviating more than 80mm per 1OOmm (I/ 2 inch in 50 feet) by wet grinding, and then correcting the markings. The Contractor shall lay out (Cat track) immediately behind installation of surface course asphalt and as the wok progresses. 310-5.6.8 Application of Paint. MDdlfy the second paragraph as follows: The Contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer. The Contractor shall paint the ends of each median nose yellow. Revised 911 1/00 Contract No. 38121 Page 152 of 1 56 Pages Add the following to the eighth paragraph: The Contractor shall apply temporary traffic Stripes in One mat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are clearly visible both day and night. 3105.6.10 Measurement and Payment. Modify the first paragraph as follows: Final and temporary traffic striping, curt, markings and pavement markings as shown on the plans and required by the additional compensation will be allowed therefor. Reapplication of temporary stripes and markings shall be specifications shall be included in the lump-sum price bid for temporary and final traffic striping, and no repainted at the Contractots expense, and no additional compensation will be allowed therefor. The lump sum prices bid and shall include all labor, tools, equipment. materials, and incidentals for doing all work in installing the final and temporary traffic striping. Add the following section: 3105.6.11 Preformed Thermoplastic Pavement Markings. For asphalt concrete pavement the Contractor shall be apply prefmned thermoplastic pavement markings using the propane torch method at ambient and road temperatures below 08 C (328 F). The Contractor shall dean, dry and remove all recommended by the manufacturer. The preformed thermoplastic pavement markings shall not be applied debris from the pavement before applying preformed themplastic 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: 310-7 PERMANENT SIGNING Add the following Section: permanent traffic control signs at locations shown on plans and as specifmd herein. Add the following section: the plans or required in the specifications are a part of the lump-sum item for permanent signing and Measurement And Payment. Permanent signing and appurtenances thereto shown on 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. 310-7.1 General. Add the following section: ' The Contractor shall provide and install all 310-7.2 SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT. Add the following to the third paragraph: 4) When being installed on asphalt concrete pavement sooner than 14 days after placement of the asphalt concrete pavement course on which the pavement markers are to be placed. Add the following section: remove reflective channelizers the same as for pavement marker placement and removal. The Contractor to the same tolerances of position as for application of paint in section 310-5.6.8. The Contractor shall shall place the channelin uniformly, straight on tangent alignment and on a true arc on curved alignment perform all layout wrk necessary to place the channeliiers to the proper alignment. If the channelken are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. When reflective channeliirs are moved the pavement surface shall be restored to the same color and surface finish as the adjacent pavement 312-1.1 Reflective Channelber Placement and Removal. The Contractor shall place and Revised 911 1/00 Contract No. 38121 Page 153 of 156 Pages SECTION 313 -TEMPORARY TRAFFIC CONTROL DEVICES Add the following section: 313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. Add the following section: channelizers, signing, railing (type K), crash cushions and appurtenances at the locations shown on the plans and as required in the specifications, complete in place prior to opening the traveled way sewed by said final and temporary traffic pavement markers, signing, railing (type K) and appurtenances to public traffic. 31 3-1.2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be 313-1.1 General. The Contractor shall supply and install temporary traffic pavement markers, shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy placed in accordance with the manufactureh instnrctions. Temporary reflective raised pavement markers adhesive shall not be used to place temporary reflective raised pavement markers in areas where removal of the markers will be required. Pavement striping, legends and markers which conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflective raised pavement markers for temporary pavement marking, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the section 312 "Pavement Marker Placement and Removal", except the 14day waiting period "Placement", shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas before placing the pavement markers on new asphalt concrete surfacing as specified in section 312-1 where removal of the markers will be required. Add the following section: placed, and maintained at the locations shown on the plans. Channelizer posts shall be orange in color. Channelizes shall have affmed white reflective sheeting as specifkd in the special provisions. The reflective sheeting shall be 75 mm x 300 mm (3" x 12") in size. The reflective sheeting shall be visible at 300 m (1000') at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. The Channelizer bases shall be cemented to the pavement in the same manner as provided for cementing pavement markers to pavement in section 312-1. "Placement." Channelirs shall be applied only on a clean, dry surface. Channelizes shall be placed on the alignment and location shown on the plans and as directed by the Engineer. The channelirs shall be placed uniformly, straight on tangent alignment and on a true arc on wwed alignment All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelirs are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of section 4-1.5. "Ceflfication". Said certificate shall certify that the channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality control program approved by the Engineer. Add the following section: 313-1.3 Channelkers. Channelizers shall-be new surface-mounted type and shall be furnished, 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. Revised 911 1/00 Contract No. 38121 Page I54 of I56 Pages Add the following section: the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs overturned, from any cause, during the progress of the work, the Contractor shall immediately replace 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. 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or Add the following section: 313-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS. Add the following section: 3133.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist of interconnected new or undamaged used precast concrete barrier units as shown on the plans. Temporary sand-filled crash cushions shall consist of new or undamaged used temporary sand-filled crash cushions units as shown on the plans. 313-3.1.1 Appearance. Exposed surfaces of new and used units of Temporary railing (Type K) conform to the provisions in sections 210-1.5 "Paint Systems" and 310 "Painting". Contractor shall be shall be freshly coated with a white color paint prior to their first use on the project. The paint shall responsible for the removal and cleanup or painting over the graffiti from the K-Rails within 48 hours. The Contractor Shall replace or repaint units of Temporary railing (Type K) or shall remove graffiti, tire of said units when ordered by the Engineer after the units are in place. or vehicle marks, dirt or any and all materials such that said marks or discoloration mar the appearance Add the following sedion. 313-3.1.2 Manufacture of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be manufactured per CALTRANS Standard Drawing T3. Concrete used to manufacture Temporary railing (Type K) shall conform to the provisions in sections 201-1. "Portland Cement Concrete" and 303-1 "Concrete Structures"." Load tickets and a Certificate of Compliance will not be required. Reinforcing steel shall conform to'the provisions sections 201-1, "Portland Cement Concrete" ASTM Designation: A 36/A 36M. The bolts shall conform to ASTM Designation A 307. A round bar of the and 303-1 "Concrete Structures". Steel bars to receive bolts at ends of concrete panels shall conform to same diameter may be substituted for the endconnecting bolt shown on the plans. The bar shall conform to ASTM Designation: A 36/A 36M, shall have a minimum length of 660 mm and shall have a 75 mm (3") diameter by 9 mm (3/-") thick plate welded on the upper end with a 5-mm (3/-6") fillet weld. The final surface finish of temporary railings (Type K) shall conform to the provisions in section 303-1.9.2 "Ordinary Surface Finish." Exposed surfaces of concrete elements shall be cured by the water method, the forms-in- place method, or the pigmented curing compound method. The pigmented curing compound shall be type The name or logo shall not be more than 100 mm in height and shall be located not more than 300 mm 2 curing compound. Temporary railing (Type K) may have the Contractoh name or logo on each panel. above the bottom of the rail panel. Add the following section. 313-3.1.3 Installation of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be installed per CALTRANS Standard Drawing T3. Temporary railing (Type K) shall the entire length of the railing. Abutting ends of precast concrete units shall be placed and maintained in be set on firm, stable foundation. The foundation shall be graded to provide a uniform bearing throughout alignment without substantial offset to each other. The precast concrete units shall be positioned straight e Revised 9/11/00 Contract No. 38121 Page 1 55 of 156 Pages on tangent alignment and on a true arc on curved alignment Each rail unit placed within 3 m (lo') of a traffic lane shall have a reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be furnished by the Contractor. A Type P marker panel conforming to the requirements of the CALTRANS Traffc Manual shaEo be installed at each end of railing installed adjacent to a two-lane, two-way highway and at the end facing traffic of railing installed adjacent to a one-way roadbed. If the railing is placed on a skew, the marker shall be installed at the end of the skew nearest the traveled way. Type P marker panels shall conform to the provisions of section 206-7.2, "Temporary Traffic Signs". Where shown on the plans, threaded rods cw dowels shall be bonded in holes drilled in existing concrete. When temporary railings (Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary railing shall be restored to its previous condition, or constructed to its planned condition. Add the following section: 3135.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be "Energite 111" manufactured by Energy Absorption Systems, "Fitch Inertial Barrier System Modules" manufactured by Roadway Safety Service, or equal. Features required to determine equivalence of any other temporary sand-filled crash cushion units shall be approval of the system by CALTRANS and that the temporary sand-filled crash cushion units meet NCHRP 350 standards. Other features will be suitability to application, operational characteristics, durability and other such characteristics that the Engineer shall determine. Temporary sand-filled crash cushions (T'SFCC) shall be of the type and array configurations shown on plans, and installed at every end of, or gap in, the temporary railing (Type K) whenever the closest point of approach of bfic, regardless of direction, is 4.6 m (15') or less to the end of the temporary railing (Type K) being considered. The TSFCC shall be installed per CALTRANS Standard Drawings T1 and T2 for approach speeds no less than the posted speed of the street prior to construction or 55 kilometers per hour (35 mph), whichever is the greater. The TSFCC array shall be appropriate to the application as shown on said standard drawings. A Type J and/or P marker panel conforming to the requirements of the CALTRANS Traffic Manual shall also be installed at each TSFCC array as shown in CALTRANS Standard Drawings TI and T2. Particular care shall be taken to assure that crash cushions are installed with the soil supporting them and the adjacent soil leveled to match the elevation of the bottom of the temporary railing immediately adjacent to the crash cushion. All routes of approach to the TSCFF array shall be graded such that any vehicle diverging from the traveled way to strike the TSCFF will travel on a vertical alignment parallel to the segment of the travel lane that it departed from. Add the following section: 3134 MEASUREMENT AND PAYMENT. Temporary traffic pavement marken, temporary channelizen, 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 marken, channelizers, signing, railing (type K), crash cushions and appurtenances. complete in place, as shown on the plans, as specified in the Standard Specification and concrete barrien and the signs and reflectors marking them shall indude the installation, grading for these special provisions, and as directed by the Engineer. Payment for temporary crash cushions, inStallatiOn, grading for the approach path, maintenance, painting and repainting, replacement of damaged units and removal and shall also be included in the lump-sum price bid for traffic control. payment for be made per section 3-3. Extra Work, SSPWC. relocation Of K-rails and crash cushions when not shown on the plans and requested by the Engineer shall @ Revised 911 1 IO0 Contract No. 38121 Page 156 of 156 Pages