HomeMy WebLinkAboutHT Development & Construction; 1999-07-21; 35901
CITY OF CARLSBAD !@
E
R
i
I
I
I ARENAL ROAD
I RECONSTRUCTION
I
I
I
I San Diego County
California
I CONTRACT DOCUMENTS AND SPEC
PROVISIONS
k FOR
CONTRACT NO. 3590 &
d3c
CI V
OF CP I DECEMBER 21,1998
g$y li
'4 7/17/98 Contract No. 3590 1 of1
e
P
I
I
TABLE OF CONTENTS ltem - F
NOTICE INVITING BIDS ............................................................................................................
CONTRACTORS PROPOSAL ..................................................................................................
BID SECURITY FORM
BIDDER'S BOND TO ACCOMPANY PROPOSAL
GUIDELINES FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTOR AMOUNT OF SUBCONTRACTOR'S BID" AND "DESIGNATION OF OWNER OPERATOWLESSOR & AMOUNT OF OWNER OPERATOWLESSOR WORK FORMS
DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTORS BID ..........
DESIGNATION OF OWNER OPERATOWLESSOR &AMOUNT OF OWNER OPERATOWLESSOR WORK ..................................................................................................
BIDDERS STATEMENT OF FINANCIAL RESPONSIBILITY
BIDDERS STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE ................................
BIDDERS CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION ..........................
;
............................................................................................................... I:
3
I
1
1
1
1
a
1
I
1
1 ts 7/17/98 Contract No. 3590 2 of1
....................................................................
....................................... I
..................................................
BIDDER' S STATEMENT OF RE-DEBARMENT ...................................................................... 1. BIDDERS DISCLOSURE OF DISCIPLINE RECORD ..................................................
NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMllTED WITH BID ................................................................................
CONTRACT PUBLIC WORKS
LABOR AND MATERIALS BOND .............................................................................................
FAITHFUL PERFORMANCENVARRANTY BOND
REPRESENTATION AND CERTIFICATION ............................................................................
ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION (OPTIONAL) ................................................................
..................................................................................................
...................................................................
SPECIAL PROVISIONS
SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORK: CONSTRUCTION PART 1, GENERAL PROVISIONS .............................................................
SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS ............
SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WOF CONSTRUCTION PART 3, CONSTRUCTION METHODS .....................................................
I
4w
P
1
I
3
I
I
1
1
I.
I
1
I
I
I
1
1
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Carlsbi
Drive, Carlsbad, California 92008-1989, until 4:OO P.M. on the 4‘h day of March, 1999, at \n
they will be opened and read, for performing the work as follows: Reconstruction of p
Arena1 Road between El Camino Real and Columbine Drive. The work involves narrowin{
to curb distance from 64 feet to 42 feet, constructing at knuckle at Columbine Drive, rei
. traffic signal loops and adding landscaping and irrigation to sections of the parkway of Aren
F
ARENAL ROAD RECONSTRUCTION
CONTRACT NO. 3590
The work shall be performed in strict conformity with the specifications as approved b!
Council of the City of Carlsbad on file with the Engineering Department. The specificatio
work include the Standard SDecifications for Public Works Construction (1 997 Edition, and
supplement thereto), all hereinafter designated “SSPWC” as issued by the Southern
Chapter of the American Public Works Association and as amended by the special I
sections of this contract. Reference is hereby made to the specifications for full partic 8 description of the work.
The City of Carlsbad encourages the participation of minority and women-owned business
The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and con
utilize recycled and recyclable materials when available, appropriate and approved by the I
The City of Carlsbad may disqualify a contractor or subcontractor from participating in bid(
a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdic
State of California as an irresponsible bidder.
No bid will be received unless it is made on a proposal form furnished by the P
Department. Each bid must be accompanied by security in a form and amount required by
bidder’s security of the second and third next lowest responsive bidders may be withheli
Contract has been fully executed. The security submitted by all other unsuccessful biddei
returned to them, or deemed void, within ten (1 0) days after the Contract is awarded. Pursi
provisions of law (Public Contract Code section 10263), appropriate securities may be sub$
any obligation required by this notice or for any monies withheld by the City to ensure pe
under this Contract. section 10263 of the Public Contract Code requires monies or secur
deposited with the City or a state or federally chartered bank in California as the escrow i
escrow agent shall maintain insurance to cover negligent acts and omissions of the
connection with the handling of retentions under this section in an amount not less than
per contract.
The documents which comprise the Bidder’s proposal and that must be completed
executed and notarized are:
1
** r.
ts 7/17/98 Contract No. 3590 3 of
I s
1
I
I
1
1
E
1
E
i
i
1
I
1
R
1. Contractor's Proposal
2. Bidder's Bond
3. Non-Collusion Affidavit
4. Designation of Subcontractors
and Amount of Subcontractor Bid
5. Designation of Owner Operator/Lessors &
Amount of Owner Operator/Lessor Work
6. Bidder's Statement of Financial
Responsibility Security)
7. Bidder's Statement of Technical Ability
and Experience
All bids will be compared on the basis of the Engineer's Estimate. The estimated quan
approximate and serve solely as a basis for the comparison of bids. The Engineer's Est
$97,350.00.
No bid shall be accepted from a contractor who is not licensed in accordance with the pro)
California state law. The contractor shall state their license number, expiration d
classification in the proposal, under penalty of perjury. The following classifications are a(
for this contract: Class A in accordance with the provisions of state law.
If the Contractor intends to utilize the escrow agreement included in the contract documents
the usual 10% retention from each payment, these documents must be completed and :
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 Pi
Department, City Hall, 1200 Carlsbad Village Drive, Carlsbad, California, for a non-refundal
$30.00 per set. If plans and specifications are to be mailed, the cost for postage should be
Any prospective bidder who is in doubt as to the intended meaning of any part of the (
specifications or other contract documents, or finds discrepancies in or omissions from the
and specifications may submit to the Engineer a written request for clarification or correct
response will be made only by a written addendum duly issued by the Engineer a coy of \ be mailed or delivered to each person receiving a set of the contract documents. No addil
modification of or interpretation of any provision in the contract documents will be given i may any bidder rely on oral directions.
The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irrec
informality in such bids.
The general prevailing rate of wages for each craft or type of worker needed to execute the
shall be those as determined by the Director of Industrial Relations pursuant to the sectic
1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a CUI
of applicable wage rates is on file in the Office of the City Engineer. The Contractor to \
Contract is awarded shall not pay less than the said specified prevailing rates of wages to a
employed by him or her in the execution of the Contract.
8. Certificate of Insurance
9. Bidder's Statement Re Debarment
1O.Bidder's Disclosure Of Discipline Recorc
1 1 .Purchasing Department Representation
Certification
12.Escrow Agreement for Security Deposit!
(optional, must be completed if the Biddc
wishes to use the Escrow Agreement foi
I.
10
em
f
\# 7/17/98 Contract No. 3590 4 of1
I
1
f
I
1
1
II
The Prime Contractor shall be responsible for insuring compliance with provisions of sectioi
of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subleti
Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer
purposes of section 41 07 and 41 07.5.
The provisions of Part 7, Chapter 1 , of the Labor Code commencing with section 1720 shall
the Contract for work.
A pre-bid meeting and tour of the project site will be held at 1:30 p.m. on Tuesday, February at the intersection of Arena1 Rd. and Columbine Drive.
All bids are to be computed on the basis of the given estimated quantities of work, as indicatc
proposal, times the unit price as submitted by the bidder. In case of a discrepancy betwee
and figures, the words shall prevail. In case of an error in the extension of a unit price, the c
extension shall be calculated and the bids will be computed as indicated above and compare
basis of the corrected totals.
All prices must be in ink or typewritten. Changes or corrections may be crossed out and
written in with ink and must be initialed in ink by a person authorized to sign for the Contractc
Bidders are advised to verify the issuance of all addenda and receipt thereof one day
bidding. Submission of bids without acknowledgment of addenda may be cause of rejection
Bonds to secure faithful performance and warranty of the work and payment of labo
materials suppliers, in an amount equal to one hundred percent (100%) and fifty percer
respectively, of the Contract price will be required for work on this project. These bonds
kept in full force and effect during the course of this project, and shall extend in full force a
and be retained by the City until they are released as stated in the Special Provisions sectic
contract. All bonds are to be placed with a surety insurance carrier admitted and auth
transact the business of insurance in California and whose assets exceed their liabiliti
amount equal to or in excess of the amount of the bond. The bonds are to contain the
I) An original, or a certified copy, of the unrevoked appointment, power of attorney, by other instrument entitling or authorizing the person who executed the bond to do so.
2) A certified copy of the certificate of authority of the insurer issued by the ii
commissioner.
If the bid is accepted, the City may require copies of the insurer's most recent annual state
quarterly statement filed with the Department of Insurance pursuant to Article 10 (commer
section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calend;
the insurer's receipt of a request to submit the statements.
Insurance is to be placed with insurers that have (1) a rating in the most recent Best's KI
Guide of at least A-:VI and (2) are admitted and authorized to transact the business of ins
the State of California by the Insurance Commissioner. Auto policies offered to specification of this contract must: (1) meet the conditions stated above for all insurance cl
and (2) cover any vehicle used in the performance of the contract, used onsite or offsite
owned, non-owned or hired, and whether scheduled or non-scheduled. The auto 1
certificate must state the coverage is for "any auto" and cannot be limited in any manner.
I.
I
1.
1 documents:
1
1
I
I
I
i
I
r. 43 7/17/98 Contract No. 3590 5 of1
I
i
1
0
1
1
1.
I
I
I
I
I
1
I
1
Workers' compensation insurance required under this contract must be offered by a (
meeting the above standards with the exception that the Best's rating condition is waived.
does accept policies issued by the State Compensation Fund meeting the requirement for
compensation insurance.
The Contractor shall be required to maintain insurance as specified in the Contract. Any a
cost of said insurance shall be included in the bid price.
The award of the contract by the City Council is contingent upon the Contractor submi
required bonds and insurance, as described in the contract, within twenty days of bid openi
Contractor fails to comply with these requirements, the City may award the contract to the s
third lowest bidder and the bid security of the lowest bidder may be forfeited.
The prime contractor and all subcontractors are required to have and maintain a valic
Carlsbad Business License for the duration of the contract.
Approved by the City Council of the City of Carlsbad, California, by Resolution No.
f
I
99-1 8
adopted on the 12th day of January ,1999 .
1 Date GAP
p {$ 7/17/98 Contract No. 3590 6 of1
1
1 CITY OF CARLSBAD
ARENAL ROAD RECONSTRUCTION
CONTRACT NO. 3590 I.
1 CONTRACTOR'S PROPOSAL
City Council
City of Carlsbad
1200 Carlsbad Village Drive i Carlsbad, California 92008
The undersigned declares he/she has carefully examined the location of the work, read tt
Inviting Bids, examined the Plans, Specifications, Special Provisions and addenda the1
hereby proposes to furnish all labor, materials, equipment, transportation, and services re
do all the work to complete Contract No. 3590 in accordance with the Plans, Specifications
Provisions and addenda thereto and that helshe will take in full payment therefor the follo
prices for each item complete, to wit:
I
I
1
k item
I
1
I
t
1
I
1
I SCHEDULE I: STREET IMPROVEMENTS
Approximate
Quantity Unit - No. Descriution and Unit Price L!
1 Mobilization and preparatory work at a LS m/ pL
2 Removalof "C b gutterat 727 LF 6 co 45
3 Remove PCC 'dewalk at 1,077 SF \ JJ- \ 53 (
4 Remove as h It yavement and base at 5,470 SF \ I75- 3
.fl/3;. I&
Dollars (Lump Sum)
Gx a - ,i. XtL
Dollars per Linear Foot
0ti.e .A3tlh SeLr&,L%
c'cs,. &,kcm
'"f' cr-c;t/i . i Dollar& per Square Foot
A7 + (" L4.r/Ch?; -
Dotlbrspesquare Foot
f ~~7Ima Contract No. 3590 7 of1
i
1
1
!
I
1
I
k
I
1
1
1
I
i
1
Approximate
I tem Quantity Unit - No. Description and Unit - Price Tot
5 510 LF 2- t.c- i 2-7
6 Sawcutas 1,172 LF 6 130 \ F2
7 6-inch (G-2) Type “G” curb and gutter 739 LF \ x- b a\ c
Dollars per Linear Foot
I.
I oz x T &a9 at J-*
Dollars per Linear Foot
1,594 SF 3J-G Sk
Dollars per Square Foot
9 28 TON cs.,e, 6 \ &. 5
Dollars per Ton
46 TON 2b-h a] \ BG
11 Preparation of subgrade at 1,160 SF Gt fi? q2
12 PCC pedestrian ramps at c 3 EA (4 c30j, c?G A-
Y I Dollars per Ton
c 6RdN\C\k, 47_E/vLk a-
Dollars per Square Foot
r) 7-
hi‘ 11 .c -%- l%Lva,, d l:-eA ‘
Dollars Each
13 Commercial concrete driveway (G26) 260 SF 5-1 2c \w
f 43 7/17/98 Contract No. 3590 8 of 1:
I
1
I
I
I
I
1
k
1
t
8
1
1
1
I
I
Approximate
Item Quantity Unit - No. Descrbtion and Unit Price - Tc - 14 Modified Type “A” concrete curb outlet 1EA /CO&CG 7(
i’ (0-25) at
*Id2dGV j%LpJ%dPreJ<
Dollars Each I* b
I.
15 Concrete terrace ditch, Type ‘ID” 3 feet 20LF $)oetcz’ e$J
wide (D75) at
6w5 A? (ifm - Lbwc:4J;_s p
$‘V Dollars per Linear Foot
cleanout to grade at
Dollars Each
16 Adjust top of Type “A” storm drain 1 EA \ccc,c- \GO
,- -0 >
4 ec 7 17 Import material and compact in place LS ,-I c 6. e i m grade at
-+!q &f,L a*&. j\T/..%JL. I Dollars (Lump Sum)
18 Extend existing Type ”A” curb outlet 1 EA ’-7”ec rLz-G Tc
(D-25) at Ari,m-A/ /;LcAJ)i-b.l/YGJA
Dollars Each
19 Traffic striping at LS ,-2JY-CO‘ LFG av 1 . - -r 6 L i A; %k, ,fi&L-->/
Dollars (Lump Sum)
20 Traffic signs at LS \ ,$-%;Q ( c= \ si-
#.>>*d, td&e%’l,l~7./ ,4*&,
bL&P*/edA-ee”//
Dollars (Lump Sum)
ti
21 Furnish and install temporary traffic LS i&--b-G ,<m \ st3
control and signing at fi-i. 2 fJiA,:/! AC-d! / 41” . -c A,h /&l&?L-
-
Dollars (Lump Sum)
22 Soil preparation at 3,130 SF 1 L$cJ -54 5!
&&.,
Dollars per Square Foot r. t3 7/17/98 Contract No. 3590 9 Of 13s
I
1
1
I
1
I
1
1
Ik -Q4$+-
1 28 Maintain landscape and irrigation LS 3m,b- '3 E
I
I +L 1 I,VLILca.i/PA
1
1
1
1
1
Approximate
Item Quantity Unit - No. Description and Unit Price - Tc
23 Furnish and 'nst I1 round cover at 800 SF 2 1.5- Zed n,w: i L4.Qgom ,+.+ki
?$,&be. ~
Dollars per Square Foot
gallon at
I.
24 Shrub: Furnish and install one (1) 105 EA \/s'OT \m *,?2 A"&,vh -
Dollars Each 516.f 36
-@s2 25 Shrub: Furnish and install five (5) 509 EA '$-i.', iT rb
(!k c
3E fif~ if!
Sm, ET 26 Tree: Furnish and install 24-inch box 11 EA
7 Tf+ -- "T-a w2- -
82
27 Furnish and install automatic irrigation LS O%Z!=
Dollars Each
!V
Dollars (Lump Sum)
29 Furnish and install project signs at 2 EA +-.L72 Sf5
Dollars Each
f G 7/47/98 Contract No. 3590 10 of13
wu L.~LLB, vwi I IYK~~TU CUYU ncuunucw.
a!:{ (7s Approximate /I
1
1
I
Quantity Unit - N&?AI i= %M$V# and Unit - Price - Toi
It-
30 Modify traffic signals and signal loops LS I >>'*I e m T-57
at
\kL -\ 1'2 \ f& &L-e* hi &\/A1 1.
Dollars (Lump Sum)
Price(s) given above are firm for 90 days after date of bid opening.
Addendum(a) No(s). hadhave been received and is/are includer B proposal.
1 The Undersigned has carefully checked all of the above figures and understands that the Cit
be responsible for any error or omission on the part of the Undersigned in preparing this bid.
The Undersigned agrees that in case of default in executing the required Contract with nc
bonds and insurance policies within twenty (20) days from the date of award of Contract by
Council of the City of Carlsbad, the City may administratively authorize award of the contra
second or third lowest bidder and the bid security of the lowest bidder may be forfeited.
The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensc
business or act in the capacity of a contractor within the State of Caprnpa, vat' ly license
license number 7,y 52 SL
, and that this statement is true and correct and has he legal
an affidavit.
A bid submitted to the City by a Contractor who is not licensed as a contractor pursuai
Business and Professions Code shall be considered nonresponsive and shall be rejected by 9 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be in\
by the failure of the bidder to be licensed in accordance with California law. However, at
the contract is awarded, the contractor shall be properly licensed. Public Contract Code 9
The Undersigned bidder hereby represents as follows:
1. That no Council member, officer agent, or employee of the City of Carlsbad is PI
interested, directly or indirectly, in this Contract, or the compensation to be paid hereundei
representation, oral or in writing, of the City Council, its officers, agents, or employees has
himlher to enter into this Contract, excepting only those contained in this form of Contrac'
papers made a part hereof by its terms; and
2. That this bid is made without connection with any person, firm, or corporation making the same work, and is in all respects fair and without collusion or fraud.
I
1
1
i
I
1
I
1
1
i.
, classification A!@ ,(/,c3/ J (4 ex
/-3 I- ZOOD y
f rl%. 7/17/98 Contract No. 3590 11 of 1:
8
Accompanying this proposal is BSW e (Cash, Certified Chec
or Cashier's Check) for ten percent (10%) of the amount bid.
The Undersigned is aware of the provisions of section 3700 of the Labor Code which requin
employer to be insured against liability for workers' compensation or to undertake self-insu
accordance with the provisions of that code, and agrees to comply with such provision!
commencing the performance of the work of this Contract and continue to comply until the cc
complete.
The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2,
to the general prevailing rate of wages for each craft or type of worker needed to exe(
Contract and agrees to comply with its provisions.
I I.
1
1
i
I
I
1.
I
I
1
I
I
I
1
i
I
r. 43 7ivi9a Contract No. 3590 12 of1
I
I
i
1
I
1
I
I
1
I (2)
I
I
1
i
1
IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE:
(1) Name under which business is conducted
(2) Signature (given and surname) of proprietor
(3) Place of Business
City and State
(Street and Number)
If
I (4) Zip Code Telephone No.
IF A PARTNERSHIP, SIGN HERE:
(1) Name under which business is conducted
(2) Signature (given and surname and character of partner) (Note: Signature must be ml
general partner)
(3) Place of Business
(Street and Number) k City and State
(4) Zip Code Telephone No.
IF A CORPORATION, SIGN HERE:
(1) Name under which business is conducted -_ P7 ao/&mA/a 0 E 8sllS4rn/6db#n, y##!&g9&k
E% <khA/t-
(Signatu re)
(Title)
Impress Corporate Seal hc ... ... ...
13 of1 ,, 43 7/17/98 Contract No. 3590
I
I
I
I
1
I
I
I
I
I
I
I
II
I
I
(3) Incorporated under the laws of the State of
(4) Place of Business /17rsc -Tbm rc-fyIJgo h
City and State s42v Dkq3 &
(5) Zip Code qd,& Telephone No. h/q .- .s"Y'+ y 76 2
[&qlSfhMu
(Street and"humber)
J
t
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES ML I AlTACHED
List below names of president, vice president, secretary and assistant secretary, if a corpor;
partnership, list names of all general partners, and managing partners:
sy& Lv - pSe-&&.&t
0 hi @Am I ~ tuJ)&+ w
G
c" ** W 7ivm Contract No. 3590 14 of 1:
I
BID SECURITY FORM 1 (Check to Accompany Bid) ? (NOTE: The following form shall be used if check accompanies bid.)
Accompanying this proposal is a *Certified *Cashiers check payable to the order of (
CARLSBAD, in the sum of
B
I)
I
I
I
40
I
I
I
1
1
1
1
dollars ($
this amount being ten percent (10%) of the total amount of the bid. The proceeds of this chl
become the property of the City provided this proposal shall be accepted by the City throq
of its legally constituted contracting authorities and the undersigned shall fail to execute a
and furnish the required Performance, Warranty and Payment Bonds and proof of ir
coverage within the stipulated time; otherwise, the check shall be returned to the undersig
proceeds of this check shall also become the property of the City if the undersigned shall
his or her bid within the period of fifteen (15) days after the date set for the opening therec
otherwise required by law, and notwithstanding the award of the contract to another bidder. I
BIDDER
I *Delete the inapplicable word.
(Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on the followi
shall be executed--the sum of this bond shall be not less than ten percent (10%) of the tot;
of the bid.) ' <? 7/17/98 Contract No. 3590 15 of1
I
CERTIFICATE OF ACKNOWLEDGMENT
proved to me on the basis of satisfac
ame(s) is/are subscribed to the wit1
authorized capacity(ies), and that by his/her/lheir signature(s:
merit the person(s), or the entity upon behalf of which the p
executed the instrument.
.I: Notary’s Signature
I-
1
I'
1-
I
I
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS: AMERICAN CONTRACTORS I1
That we, HT DEVELOPMENT AND CONSTRUCTION: a&Nndpal, and COMPANY
as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as fol (must be at least ten percent 10%) of the bid amount) $12,000.00 for
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the i bonded Princlpaf for:
payment, well and truly ma 6 8, we bind ourselves. our heirs, executors and administi
I ARENAL ROAD RECONSTRUCTION, PROJECT NO. 3590
in the City of Carlsbad Is accepted b the Clty Council, and if the Princi a1 shall dul enter in!
date of award of Contract E y the City Councll of the City of Carlsbad, being duly notiied c award, then this obligation shall become null and void; otherwise, it shall be and remain in full and effect, and the amount specified herein shall be forfeited to the said Ci ,
nut exonerate the Surety from its obligations under this bond.
Executed b&PcyN ClPAL this
PRINCIPAL: SURETY:
execute a Contract indudin require cy bonds and Insurance poltcles with P n twenty (2 dy ) da s frc
In the event Principal executed this bond as an individual, it is agreed that x e death of Principa
j 4TH day Exwtfd by SURETY this 4TH I of P.
APilERICAN CONTRACTORS IMDENNITY Corn I
' 0 (print nai-"
T&&--b&* ("*\). CYNTHIA J. BARNETT, ATTORMEY IN E (print name here)
FtIe and organization of siwatory) (Attach corporate resolution showlng c
(Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.:
(President or vice-president and secretary or assistant secretary must sign for corporations. one officer signs, the corporation must attach a resolution certified by the secretary or as! secretary under corporate seal empowering that officer to bind the corporation.)
(printed name of Attorney-in-Fact)
I
power of attorney.)
I
i APPROVED AS TO FORM: RONALD R. BALL
Contract No. 3590 16 of139
I
‘ CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of CALIFORNIA
County of SAN DIEGO
before me, CPLRLA N. MORRIS, NOTARY PUBLIC
Date Name and Title of Officer (e.9.. “Jane Doe, Notary Pubic”)
personally appeared CYEJTHIA J- BARNETT
@ personally known to me - OR - 5 proved to me on the basis of satisfactory evidence to be the per:
whose name(s) is- subscribed to the within instrc
and acknowledged to me that &f/she/tBq execute
same inX%/her/tmE authorized capacity(ies), and tl
B%/her/@Xir signature(s) on the instrument the pers
or the entity upon behalf of which the person(s) i
executed the instrument.
Name@) of Signer@)
Though the information below is not required by law, it may prove valuable to persons ielyirg on the document and could 1
fraudulent removal and reattachment or‘ this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
SlJRE’rY BOND .
Number of Pages:
3 Individual 0 Individual
G Corporate Officer
Tit le( s) :
2 Partner - D Limited 3 General c1 Partner - 0 Limited U General g Attorney-in-Fact 3 Attorney-in-Fact
2 Guardian or Conservator 0 Guardian or Conservator
Signer Is Representing: Signer Is Representing:
AMERICAN CONTRACTORS
IrnEPIIMITY comm
0 1995 National Notary Association * 8236 Rernmet Ave., P.O. Box 7184 * Canoga Park, CA 91309-7184 Prod. No. 5907 Reorder: Call
American Contractors Indemnity Company 0 Los Angeles, California
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That AMERICAN CONTRACTORS INDEMNITY COhQANY, a California (the “Company”), and having its principal office in Los Angeles, California does hereby constitute and appoint:
Cynthia J. Barnett
as its true and lawful Attorney(s)-in-fact, in amount of $ 1 ~500,000. OQ to execute, seal and deliver for and on its behalf
and all bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, whi
be allowed, required or permitted by law, statiite, de, regulation, contract or otherwise, and the execution of such instrument(s:
of these presents, shall be as binding upon the said AMERICAN CONTRACTORS INDEMNITY COMPANY, as fully and
intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal
This Power of Attorney is executed, and may be certified to and may be revoked, pursuant to and by authority of resolutions adopte
of Directors of WRICAN CONTRACTORS INDEhOKN COMPANY9 at a meeting called and held on the 6th day of Decen
RESOLVED that the Chief Executive Officer, President or any Vice President, Executive Vice President, Secretary or Assist
shall have power and authority.
1. To appoint Attorney(s)-in-fact and to authorize them to execute on behalf of the Company, and attach the Seal of
thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and,
2. To remove, at any time, any such Attorney-in-fact and revoke the authority given.
RESOLVED FURTHER, that the signature of such officers and the seal of the Company may be affured to any such power
rtificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or 3@ be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsj
be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached.
IN WITNESS WHEREOF, AMERICAN CONTRACTORS LNDEMNITY COMPANY has caused this instrument to be corporate seal to be affixed by its authorized officer this 12th day of January
&ZgM AMERICANCONTRACTO S E (Q) s 5 INCORPORATED SEfT26,1990 I z By: Andy Faust, President
STATE OF CALIFORNIA *@mid COUNTY OF LOS ANGELES
On Jmuq ”9 I.999 before me, B. Caindec , personally appeared Andv F
personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that 1
same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which tk
executed the instrument.
WITNESS my hand and official seal. rn CERTIFICATION
I, the undersigned officer of AMERICAN CONTRACTORS INDEMNITY COMPANY do hereby certify that I hav
foregoing copy of the Power of Attorney and affidavit, and the copy of the resolution adopted by the Board of Directors c
t forth in said Power of Attorney, with the ORIGINU ON FILE IN THE HOME OFFICE OF SAID COWANY, a a ect transcripts thereof and of the whole of the said originals, and that the said Power of Attorney has not been revoked a
force and effect.
MARCH IN TESTIMONY WHEREOF, I have hereunto set my hand this 4TH dayof
Albert Baumparten. Secretarv
1
I
I
R
I
P
1c
I
b
E
I
I;
I
1
I
GUIDE FOR COMPLETING
THE "DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTORS BID"
AND
"DESIGNATION OF OWNER OPERATOWLESSOR AND
AMOUNT OF OWNER OPERATOWLESSOR WORK" FORMS
f
REFERENCES Prior to preparation of the following Subcontractor and Owner Operatc
disclosure forms Bidders are urged to review the definitions in section 1-2 of the SSPWC ai
Special Provisions to this Contract especially, "Bid", "Bidder", "Contract", "Contractor", 'I
Price", "Contract Unit Price", "Engineer", "Subcontractor" and "Work" and the definitions in s
2 of the Special Provisions especially "Own Organization" and "Owner Operator/Lessor." Bid
further urged to review sections 2-3 SUBCONTRACTS of the SSPWC and section 2-3.1
Special Provisions.
CAUTIONS Bidders are cautioned that failure to provide complete and correct informal
result in rejection of the bid as non-responsive. Any bid that proposes performance of more
percent of the work by other than the Contractor's own organization will be rejected
responsive.
INSTRUCTIONS Bidders shall use separate disclosure forms for each Subcontractor o
Operator/Lessor (O+O) of manpower and equipment that is proposed to be used to coml
Work.
All items of information must be completely filled out.
Where the bid item will be installed by more than one Subcontractor or Owner Operator/Le
percentage of the bid item installed by the Subcontractor or Owner Operator/Lessor being
the line of the form must be entered under the column "O/O of Item by Sub" or "O/O of Item I
as applicable. If a Subcontractor or Owner OperatodLessor installs or constructs any portior
item the entire amount of the Contract Unit Price shall be multiplied by the Quantity of the
that the Subcontractor or Owner Operator/Lessor installed.
Suppliers of materials from sources outside the limits of work are not subcontractors. The
materials and transport for materials from sources outside the limits of work, as shown on tt
shall be assigned to the Contractor, the Subcontractor, or the Owner Operator/Lessor as 1
may be, installing them. The value of material incorporated in any Subcontracted 01
Operator/Lessor installed bid item that is supplied by the Contractor shall not be included as
of the portion of the work that the Contractor is required to perform with its own organization.
The item number from the "CONTRACTORS PROPOSAL" (Bid Sheets) shall be entered in
Item No." column.
When a Subcontractor or Owner Operator/Lessor has a Carlsbad business license the numl
be entered on the form. If the Subcontractor does not have a valid business license enter "h
Bidders shall make any additional copies of the disclosure forms as may be necessary to prc required information. The number of additional form pages shall be entered on the first form
each type so duplicated.
1
I the appropriate space.
em p,s 7/17/98
f
Contract No. 3590 17 of13
R
I Bidder may, at its option, combine bid items on a single row in the chart on the disclosure
using this option the Bidder must indicate the bid item numbers to which the information in
pertains. This option may not be used where the subcontractor or Owner Operator,
constructing or installing less than 100 percent of a bid item. The percentages and dollar i
may be the sums of the bid items listed in that row.
When the Bidder proposes using a subcontractor or owner operator/Lessor to construct (
less than 100 percent of a bid item the Bidder must attach an explanation sheet to the desigi
subcontractor or designation of Owner Operator/Lessor forms as applicable. The explanatic
must clearly apprise the Agency of the specific tasks, materials and/or equipment that are p
to be so supplied.
Determination of the subcontract and Owner Operator/Lessor amounts for purposes of awa
contract shall be determined by the City Council in conformance with the provisions of the
documents and these Special Provisions. The decision of the City Council shall be final.
P
I
P
I s
T
b
I
f
I
li
I
1
I
I
em
r
18 of1 1 \@ 7/17/98 Contract No. 3590
i
E DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTORS BID ITEMS
The Bidder MUST complete each information field on this form for each subcontractc proposes to use. Additional copies of this form may be attached if required to accommo Contractor's decision to use more than one subcontractor. This form must be submitted as the Bidder's sealed bid. Failure to provide complete and correct information may result in rej
The Bidder certifies that it has used the sub-bid of the following listed subcontractors in F this bid for the Work and that the listed subcontractors will be used to perform the portior Work as designated in the list in accordance with applicable provisions of the specificati section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair F Act." The Bidder further certifies that no additional subcontractor will be allowed to perf portion of the Work and that no changes in the subcontractors listed work will be made excc the prior approval of the Agency.
f
I the bid as non-responsive.
I
I
II
I
1.
1
1
I
I
1
I
Full Company Name of Subcontractor: /!t I\& . t 'I
Complete Address:
City State Zip
Telephone Number plus Area Code:
California State Contractors License No. & Classification:
Carlsbad Business License No.:
Street
1
I SUBCONTRACTORS BID ITEMS
1 Explanation:
Column 1 - Bid Item No. from the bid proposal, pages 7-1 I.
Column 2 - The dollar amount of the item to be performed by the subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor's own forces. Column 4 - The dollar amount of the overhead and profit for the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid pi
item on bid proposal pages 7-1 1.
4- %# 7/17/98 Contract No. 3590
f
19 of1
1
i
I
I
1
1
I
I.
I
i
I
I
I
I
I ts 7/17/98 Contract No. 3590 20 of1
DESIGNATION OF OWNER OPERATOWLESSOR AND
AMOUNT OF OWNER OPERATOWLESSOR WORK
The Bidder MUST complete each information field on this form for each owner operatorlo
(O+O) that it proposes to use to perform any portion of the Work. Additional copies of this fc
be attached if required to accommodate the Contractor's decision to use more tt
subcontractor. This form must be submitted as a part of the Bidder's sealed bid. Failure to
complete and correct information may result in rejection of the bid as non-responsive. Excel
individuals listed below the Bidder certifies that no Owner Operator/Lessor will be allowed to
any portion of the Work. The Bidder further certifies that no changes in the Owner Operatc
listed work will be made except upon the prior approval of the Engineer. Provide a separate : each Owner Operator/Lessor. See section 1-2 of the Special Provisions for definition o
Operator/Lessor.
P
Full Owner OperatodLessor Name: )Q 0 !%e/
Complete Address:
Street
b City State Zip
Telephone Number plus Area Code: ( ) -
City of Carlsbad Business License No.:
OWNER OPERATOWLESSOR WORK ITEMS
Overhead & Profit
Explanation:
Column I - Bid Item No. from the bid proposal, pages 7-1 1.
Column 2 - The dollar amount of the item to be performed by the subcontractor.
Column 3 - The dollar amount of the item to be performed by Contractor's own forces.
Column 4 - The dollar amount of the overhead and profit for the item.
Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid pi
item on bid proposal pages 7-1 1. I
4-
f
0
Balance Sheet
(As of December 3 1, 1998)
ASSETS
Liquid Assets
Cash in Bank Checking-Wells Fargo 62,05 0.00
Checking-Home Savings 22,890.00
Account receivable 99,075.00
Real property - owned free & clear 80,000.00
(4 16 1 Wilson Av.)
Total Liquid Assets 264,O 15 .OO
Fixed Assets 5,500.00 Ofice Furniture and Fixture Machineries and Equipments 43 .OOO.OO
Total Fixed Assets 48,500.00
Total Assets: 312,515.00
0
LLABILITIES
Total Liabilities 2 1,020.00
NETWORTH 291,495.00
e
i
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILIT I (To Accompany Proposal)
Copies of the latest Annual Report, audited financial statements or Balance Sheets
submitted under separate cover marked CONFIDENTIAL.
f
1
I
1.
I
f
t
I.
B
1
1
8
I
I
I
I %# 7/17/98 Contract No. 3590 21 of1
e=
f
8
I BIDDERS STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
(To Accompany Proposal)
The Bidder is required to state what work of a similar character to that included in the p
Contract heishe has successfully performed and give references, with telephone numbers, v
enable the City to judge hidher responsibility, experience and skill. An attachment can be uf
P
R
Name and Address
I
i
1
1
I
1.
li
li
8
I
I
II
It
I p,# 7/17/98 Contract No. 3590 22 of
4-
f
1
8
I
1
I
I
BIDDERS CERTIFICATE OF INSURANCE FOR
LIABILITY AND WORKERS’ COMPENSATION
(To Accompany Proposal)
GENERAL LIABILITY, EMPLOYERS’ LIABILITY, AUTOMOl
As a required part of the Bidder’s proposal the Bidder must attach either of the following to thi
I. Certificates of insurance showing conformance with the requirements herein for:
I?
comprehensive General Liability
Employer’s Liability
Automobile Liability 1 Workers Compensation
2. Statement with an insurance carrier’s notarized signature stating that the carrier can, and
payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurar
Comprehensive General Liability, Employer’s Liability, Automobile Liability and Workers
Compensation in conformance with the requirements herein and Certificates of insurance
Agency showing conformance with the requirements herein.
All certificates of insurance and statements of willingness to issue insurance for auto policie!
to meet the specification of this contract must: (1) meet the conditions stated in The Notice
Bids, the Standard Specifications for Public Works Construction and the Special Provision1
project for each insurance company that the Contractor proposes, and (2) cover anv vehiclt
the performance of the contract, used onsite or offsite, whether owned, non-owned or hi
whether scheduled or non-scheduled. The auto insurance certificate must state the cover2
“any auto” and cannot be limited in any manner.
I
1.
1
1
i
I
1
I
1
I *B+ r.$ 7/17/98 Contract No. 3590 23 of 1
f
PRODUCER E. G. S. INSURANCE SVC. INC.
6615 FLANDERS DR SUITE A
SAN DIEGO CA 92121
FAX:619-558-9085 1
lNSURED HT DEVELOPMENT & CONSTRUCTION
8190 E MIRA MESA BLVD #200
SAN DIEGO, CA 92126
I
THIS CERTIFICATE IS ISSUED AS A MATTER OF
ONLY AND CONFERS NO RIGHTS UPON THE HOLDER. THIS CERTIFICATE DOES NOT AMEN[ ALTER THE COVERAGE AFFORDED BY THE POI
INSURERS AFFORDING COVERAGE
INSURER A CLAREXDON NATIONAL INSURAMCE CO .
INSURERB LEADER NATIONAL INSURANCE CO A-
INSURER C
INSURER D
INSURER E
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUELJECT
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
POLICY EFFECTIVE TYPE OF INSURANCE POLICY NUMBER DATE (MM/DD/YYI INSR LTR A GENERAL LIABILITY GL10004450 0 6/2 6 /9 8 - x COMMERCIAL GENERAL LlABlLlN 1 CLAIMS MADE /x( OCCUR
GEN'LAGGREGATE LIMIT APPLIES PER x/ poLlcy n :E n LOC
- BAP9 0 6 93 o 6 1 o '/ 9 9 B AUTOMOBILE LIABILITY x/ ANY AUTO
- ALL OWNED AUTOS
SCHEDULED AUTOS ___
- x HIREDAUTOS
GARAGE LIABILITY
ANY AUTO
-
-
MCESS LIABILITY 1 OCCUR CLAIMS MADE
DEDUCTIBLE
RETENTION $
WORKERS COMPENSATION AND EMPLOYERS' LIABILITY
- B OTHER
PHISICAL DAMAGE BAP90693 12/14/98
TO ALL THE TERMS, EXCLUSIONS AND COND
POLICY EXPIRATION DATE (MM/DD/YYI LIMITS
0 6 /2 6 /9 9 EACH OCCURRENCE
FIRE DAMAGE (Any one fire)
MED MP (Any one person) !
PERSONAL&ADV INJURY !
GENERAL AGGREGATE I!
PRODUCTS - COMPIOP AGG i (
l2 /14 1 9 9 COMBINED SINGLE LlMF (Ea accident)
BODILY INJURY (Per person)
BODILY INJURY (Per accident)
PROPERTY DAMAGE (Per accident)
AUTO ONLY - EA ACCIDENT
OTHERTHAN EAACC . AUTO ONLY
EACH OCCURRENCE
AGGREGATE
AGG
WC STATU- OTH- TORY LIMITS ER .
E L EACH ACCIDENT
E L DISEASE - EA EMPLOYEE
EL DISEASE. POLICY LIMIT
12/14/99
POLICY NUMBER GL10004450-2
POLICY PERIOD: 06/26/99 TO 06/26/00
NAMED INSURED: HT DEVELOPMENT & CONSTRUCTION a
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED-OWhERS, LESSEES OR
CONTRACTORS - (FORM B)
Tlis endorsement modifies insurance provided under the following:
COMPREHENSIVE GENERAL UAEILITY COVERAGE PART.
SCHEDULE
Name of Person or Organization:
CITY OF CARLSBAD
1200 CARLSBAD VILLAGE DR.
CARLSBAD, CA 92008
0
Re: ARENAL ROAD RECONSTRUCTION, CONTRACT# 3590
(If no entry appears above, information required to complete thls endorsement will be shown in
the Declarations as applicable to this endorsement.)
Wf-IO IS AN INSURED (Section JJ) is amended to include as insured the person or organization
shown in the Schedule, but only with respect to liability arising out of ‘‘ your work” for that
insured by or for you.
PRIMARY CLAUSE
“Such insurance as is afforded by this endorsement is primary Insurance”
IhWRANCE CARRIER CLARENDON NATIONAL INSURANCE CO.
CG 20 10 10 93 @
P.O. BOX 420807, SAN FRANCISCO, CA 94142-0807
Insurance Commissioner to the employer named below for the poQ period indicated.
,J d
his policy is not subject to cancellation by the Fund except upon &% days' advance written notice to the employer.
her document
E.:Mf:'LTJY[;:F:' 2 !-y:]B
I
BIDDERS STATEMENT RE DEBARMENT It (To Accompany Proposal)
1. Have you or any of your subcontractors ever been debarred as an irresponsible bi
another jurisdiction in the State of California?
f
i Yes -+
2. If yes, what wadwere the name(s) of the agency(ies) and what wadwere the peric debarment(s)? Attach additional copies of this page to accommodate more than two debarmi
I
1
D party debarred party debarred
I agency agency
period of debarment period of debarment 1
I)o
I
i
I
I
I
1
I
I
BY CONTRACTOR:
*? 197 &fdaym&? 4 f&?J&A&/&fl
(name of Contractor)
By:
#uoAMi LY / ~/~J;kh f
(print name/titIe)
e=
f
24 of 1 ts 7/17/98 Contract No. 3590
1
BIDDER’S DISCLOSURE OF DISCIPLINE RECORD
(To Accompany Proposal)
Contractors are required by law to be licensed and regulated by the Contractors’ State
Board which has jurisdiction to investigate complaints against contractors if a complaint reg
patent act or omission is filed within four years of the date of the alleged violation. A c
regarding a latent act or omission pertaining to structural defects must be filed within 10 yea
date of the alleged violation. Any questions concerning a contractor may be referrec
Registrar, Contractors’ State License board, P. 0. Box 26000, Sacramento, California 95826
1. Have you ever had your contractor’s license suspended or revoked by the California Cor
State license Board two or more times within an eight year period?
i
1
1
I
1
I c.
I
I
I
I
I
I
1
x 1 Yes no
2. Has the suspension or revocation of your contractors license ever been stayed?
Yes 4-
3. Have any subcontractors that you propose to perform any portion of the Work ever I
contractor’s license suspended or revoked by the California Contractors’ State license Boai
more times within an eight year period? L Yes no
4. Has the suspension or revocation of the license of any subcontractor’s that you pn
perform any portion of the Work ever been stayed?
Yes 35
5. If the answer to either of 1. or 3. above is yes fully identify, in each and every case, 1
disciplined, the date of and violation that the disciplinary action pertain to, describe the natL
violation and the disciplinary action taken therefor.
P 1 /a-
(Attach additional sheets if necessary)
e=
f
I r,s 7/17/98 Contract No. 3590 25 of1
i
BIDDERS DISCLOSURE OF DISCIPLINE RECORD
(CONTINUED)
(To Accompany Proposal)
6. If the answer to either of 2. or 4. above is yes fully identify, in each and every case, t
who’s discipline was stayed, the date of the violation that the disciplinary action pertains to,
the nature of the violation and the condition (if any) upon which the disciplinary action was s
i
.”) /i4-
I
I
I
I
I
I
I
I
1
1
I
1
(Attach additional sheets if necessary)
1. BY CONTRACTOR:
#7- Dgvc/mf16w+ ,k- Lh ,mM(,d8roJ
(name of Contractor)
’(sign here) J+xL4z dk--
4% .L;L/’&& .k 4W& t‘/ /
By:
t I (print name/titIe)
em
P
I ts 7/17/98 Contract No. 3590 26 of 1
1
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID
PUBLIC CONTRACT CODE SECTION 7106
State of California )
Countyof shfl ~YJ )
) ss.
i
Jp V( e; @Cji q/ , being first duly sworn, depo:
I
I
I
1
I
I
3 (Name of Bidder)
and says that he or she is
of i+7- &?wd~m&p"t 4 b.nbrh(;;fUY3T\, 1 JLC
CG? Si dkt
(Title)
(Name of Firm)
the party making the foregoing bid that the bid is not made in the interest of, or on beha
undisclosed person, partnership, company, association, organization, or corporation; that t
genuine and not collusive or sham; that the bidder has not directly or indirectly induced or
any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, a
connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone sh; from bidding; that the bidder has not in any manner, directly or indirectly, sought by ag
communication, or conference with anyone to fix the bid price of the bidder or any other bid1
fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or I
any advantage against the public body awarding the contract of anyone interested in the i
contract; that all statements contained in the bid are true; and, further, that the bidder
directly or indirectly, submitted his or her bid price or any breakdown thereof, or the content
or divulged information or data relative thereto, or paid, and will not pay, any fee to any COI
partnership, company association, organization, bid depository, or to any member or agent
effectuate a collusive or sham bid.
I declare under penalty of perjury that the foregoing is true and correct and that this afXc
I.
I
II executed on the 3 dayof J&?&%&Wd& , 19q .
I
1
I
1
I
&h&WAd- Signature of Bidder
en $v& t4 Subscribed and sworn to before me on the 3 day of I
(NOTARY SEAL)
COMM. # 1186254 NOTARY PUBLICCALIFORNIA
4-
IP
I t? 7/17/98 Contract No. 3590 27 of 1
I
I
I
I
I
1
I
I
D
I
I
8
1
II
I
i
CONTRACT
PUBLIC WORKS
This agreement is made this 2ist day sf July , 1999 $
between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"),
and HT Development and Construction whose principal place of bushes
called "Contractor").
City and Contractor agree as follows:
1.
for:
f
8190 E. Mira Mesa Blvd., Suite #ZOO, San Diego, CA 92126 (hi
Description of Work. Contractor shall perform all work specified in the Contract dc
ARENAL ROAD RECONSTRUCTION
CONTRACT NO. 3590
(hereinafter called "project")
2. Provisions of Labor and Materials. Contractor shall provide all labor, materiz
equipment, and personnel to perform the work specified by the Contract Documents.
3. Contract Documents. The Contract Documents consist of this Contract, Notice lnvi
Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation (
Operator/Lessors, Bidder's Statements of Financial Responsibility, Technical Ability and Ex
Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the P
Specifications, the Special Provisions, addendum(s) to said Plans and Specifications an
Provisions, and all proper amendments and changes made thereto in accordance with this
or the Plans and Specifications, and all bonds for the project; all of which are incorporated
this reference.
Contractor, her/his subcontractors, and materials suppliers shall provide and install the
indicated, specified, and implied by the Contract Documents. Any items of work not inc
specified, but which are essential to the completion of the work, shall be provided at the Cc
expense to fulfill the intent of said documents. On all instances through the life of the Cor
City will be the interpreter of the intent of the Contract Documents, and the City's decision
said intent will be final and binding. Failure of the Contractor to apprise subcontractors and
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 Con
shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specific
Public Works Construction (SSPWC) 1997 Edition, and the 1998 supplements thereto, h
designated "SSPWC", as issued by the Southern California Chapter of the American Put
Association, and as amended by the Special Provisions section of this contract. The En!
close the estimate of work completed for progress payments on the last working day of eac
I.
em
P
p,s 7/17/98 Contract No. 3590 28 of1
I
1
i
1
1
i
I
1
I
I
I
1
I
I
5. Independent Investigation. Contractor has made an independent investigatio
jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progre
work, and is aware of those conditions. The Contract price includes payment for all work be done by Contractor, whether anticipated or not, in order to overcome underground COI
Any information that may have been furnished to Contractor by City about underground cl
or other job conditions is for Contractor's convenience only, and City does not warrant
conditions are as thus indicated. Contractor is satisfied with all job conditions, including undi conditions and has not relied on information furnished by City.
6. Hazardous Waste or Other Unusual Conditions. If the contract involves
trenches or other excavations that extend deeper than four feet below the surface Contrac
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 hazardoi
as defined in section 251 17 of the Health and Safety Code, that is required to be removed tc I, Class II, or Class Ill disposal site in accordance with provisions of existing law.
B. Differing Conditions. Subsurface or latent physical conditions at the site differing frc
indicated.
C. Unknown Physical Conditions. Unknown physical conditions at the site of any
nature, different materially from those ordinarily encountered and generally recognized as in
work of the character provided for in the contract.
City shall promptly investigate the conditions, and if it finds that the conditions do materially
or do involve hazardous waste, and cause a decrease or increase in contractor's costs (
time required for, performance of any part of the work shall issue a change order u
procedures described in this contract.
In the event that a dispute arises between City and Contractor whether the conditions I
differ, or involve hazardous waste, or cause a decrease or increase in the contractor's c(
time required for, performance of any part of the work, contractor shall not be excused
scheduled completion date provided for by the contract, but shall proceed with all wc
performed under the contract. Contractor shall retain any and all rights provided either by c(
by law which pertain to the resolution of disputes and protests between the contracting partic
7. Immigration Reform and Control Act. Contractor certifies it is aware of the reqi
of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has
and will comply with these requirements, including, but not limited to, verifying the elig
employment of all agents, employees, subcontractors, and consultants that are include
8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Depa Industrial Relations has determined the general prevailing rate of per diem wages in accord,
California Labor Code, section 1773 and a copy of a schedule of said general prevailing w is on file in the office of the City Engineer, and is incorporated by reference herein. Pu California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor : copies of all applicable prevailing wages on the job site.
F
I
Re
i Contract.
e= cs 7/17/98 Contract No. 3590 29 of1
P
I
9. Indemnification. Contractor shall assume the defense of, pay all expenses of defei
indemnify and hold harmless the City, and its officers and employees, from all claims, loss, t
injury and liability of every kind, nature and description, directly or indirectly arising frc
connection with the performance of the Contract or work; or from any failure or alleged 1
Contractor to comply with any applicable law, rules or regulations including those relating '
and health; and from any and all claims, loss, damages, injury and liability, howsoever the si
be caused, resulting directly or indirectly from the nature of the work covered by the Contrac
for loss or damage caused by the sole or active negligence or willful misconduct of the C
expenses of defense include all costs and expenses including attorneys' fees for I
arbitration, or other dispute resolution method.
Contractor shall also defend and indemnify the City against any challenges to the awar
contract to Contractor, and Contractor will pay all costs, including defense costs for the City.
costs include the cost of separate counsel for City, if City requests separate counsel.
IO. Insurance. Contractor shall procure and maintain for the duration of the contract ii
against claims for injuries to persons or damage to property which may arise from or in cc
with the performance of the work hereunder by the Contractor, his or her agents, represc
employees or subcontractors. Said insurance shall meet the City's policy for insurance as
Resolution No. 91-403.
(A) Coverages And Limits Contractor shall maintain the types of coverages and minimi
indicted herein:
a. Comprehensive General Liability Insurance: $1,000,000 combined single
occurrence for bodily injury and property damage. If the policy has an aggregate limit, a aggregate in the amounts specified shall be established for the risks for which the City or it!
officers or employees are additional insured.
b. Business Automobile Liability Insurance: $1,000,000 combined single limit per ac
bodily injury and property damage. In addition, the auto policy must cover any vehicle us
performance of the contract, used onsite or offsite, whether owned, non-owned or hired, anc scheduled or non-scheduled. The auto insurance certificate must state the coverage is
auto'' and cannot be limited in any manner.
c. Workers' Compensation and Employers' Liability insurance: Workers' compensa
as required by the Labor Code of the State of California and Employers' Liability limits of $'
per incident. Workers' compensation offered by the State Compensation Insurance
acceptable to the City.
(B) Additional Provisions. Contractor shall ensure that the policies of insurance requir
this agreement with the exception of Workers' Compensation and Business Automobilt
Insurance contain, or are endorsed to contain, the following provisions.
a. The City, its officials, employees and volunteers are to be covered as additional ir
respects: liability arising out of activities performed by or on behalf of the Contractor; pro
completed operations of the contractor; premises owned, leased, hired or borrowe
contractor. The coverage shall contain no special limitations on the scope of protection a
the City, its officials, employees or volunteers. All additional insured endorsements
evidenced using separate documents attached to the certificate of insurance; one for each
affording general liability, and employers' liability coverage.
i
I
I
I
I
1
I
1.
1
I
I
I
1
I
I
4-
Ip
I ts 7/17/98 Contract No. 3590 30 of 1
1
b. The Contractor's insurance coverage shall be primary insurance as respects the
officials, employees and volunteers. Any insurance or self-insurance maintained by the
officials, employees or volunteers shall be in excess of the contractor's insurance and I
contribute with it.
c. Any failure to comply with reporting provisions of the policies shall not affect coverage
to the City, its officials, employees or volunteers.
d. Coverage shall state that the contractor's insurance shall apply separately to each
against whom claim is made or suit is brought, except with respect to the limits of the
liability.
(C) Notice Of Cancellation. Each insurance policy required by this agreement shall be E
to state that coverage shall not be nonrenewed, suspended, voided, canceled, or re(
coverage or limits except after thirty (30) days' prior written notice has been given to the
certified mail, return receipt requested.
(D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or sel
retention levels must be declared to and approved by the City. At the option of the City, eil
insurer shall reduce or eliminate such deductibles or self-insured retention levels as resp
City, its officials and employees; or the contractor shall procure a bond guaranteeing pa!
losses and related investigation, claim administration and defense expenses.
(E) Waiver Of Subrogation. All policies of insurance required under this agreement shall (
waiver of all rights of subrogation the insurer may have or may acquire against the City or i
officials or employees.
(F) Subcontractors. Contractor shall include all subcontractors as insured under its pc
shall furnish separate certificates and endorsements for each subcontractor. Cover;
subcontractors shall be subject to all of the requirements stated herein.
(G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating
Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the bu:
insurance by the State of California Insurance Commissioner as admitted carriers as eviden
listing in the official publication of the Department of Insurance of the State of California and/
the standards specified by the City Council in Resolution No. 91 -403.
(H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurz
original endorsements affecting coverage required by this clause. The certifica
endorsements for each insurance policy are to be signed by a person authorized by that ii
bind coverage on its behalf. The certificates and endorsements are to be in forms approvc
City and are to be received and approved by the City before the Contract is executed by the
(I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be in the Contractor's bid.
i
E
I
1
I
3
E
1
I
I
1
I
I
I
I
b
em
P
%# 7/17/98 Contract No. 3590 31 of 1:
I
I
I
I
I
I
I
1
1
I
I
1
1
1
11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be res
accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter I, A
(commencing with section 20104) which are incorporated by reference. A copy of Articl
included in the Special Provisions I section. The contractor shall initially submit all clai
$375,000 to the City using the informal dispute resolution process described in Public Contr:
subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the con
claims shall comply with the Government Tort Claim Act (section 900 et seq., of the C
Government Code) for any claim or cause of action for money or damages prior to filing an:
for breach of this agreement.
(A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to
must be asserted as part of the contract process as set forth in this agreement and not in ani
of litigation or in conjunction with litigation.
(B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, ii considered fraud and the Contractor may be subject to criminal prosecution.
(C) Government Code. Contractor acknowledges that California Government Code
12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly I
false claim to a public entity. These provisions include false claims made with deliberate ignc
the false information or in reckless disregard of the truth or falsity of the information.
(D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to t
Claims Act, it is entitled to recover its litigation costs, including attorney's fees.
(E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a fa may subject the Contractor to an administrative debarment proceeding wherein the Contra
be prevented from further bidding on public contracts for a period of up to five years.
(F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections : 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by refere
(G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that deba
another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subc
from participating in future contract bidding.
F
b
I
I'
(Initial) I have read and understand all provisions of Section 11 above. j& c
12. Maintenance of Records. Contractor shall maintain and make available at no cc
City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter
2, of the Labor Code. If the Contractor does not maintain the records at Contractor's princ
of business as specified above, Contractor shall so inform the City by certified letter accoi
the return of this Contract. Contractor shall notify the City by certified mail of any change o
of such records.
13. Labor Code Provisions. The provisions of Part 7, Chapter I, commencing wit
1720 of the Labor Code are incorporated herein by reference.
14. Security. Securities in the form of cash, cashier's check, or certified check may be SI for any monies withheld by the City to secure performance of this contract for any
established by this contract. Any other security that is mutually agreed to by the Contractc City may be substituted for monies withheld to ensure performance under this Contract.
QW
I.
1 ts 7/17/98 Contract No. 3590 32 of 1
I
CERTIFICATE OF ACKNOWLEDGMENT
(name and title
hL<> -1 k.2 4 Pi) bLi c , persor - 7 g. &, r Lt&L
personally known to me (or proved to me on the basis of satisfac
to be the person(s) whose name(s)js/are subscribed to the wit1
and acknowledged to me that hekheithey executed the same i
authorized capacity(ies), and that by Wrhheir signature(s1
ment the person(s), or the entity upon behalf of which the p
WITNESS my hand and official seal.
NOTARY PUBLIC-CALIFORNIA executed the instrument. SAN DIEGQ COUNTY
1
15. Provisions Required by Law Deemed Inserted. Each and every provision of
clause required by law to be inserted in this Contract shall be deemed to be inserted he
included herein, and if, through mistake or otherwise, any such provision is not inserted,
correctly inserted, then upon application of either party, the Contract shall forthwith be F
amended to make such insertion or correction.
16. Additional Provisions. Any additional provisions of this agreement are set for
"General Provisions" or "Special Provisions" attached hereto and made a part hereof.
i
I
1
I r
1
I,
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MI
ATTACHED
(CORPORATE SEAL)
I CONTRACTOR:
~T&v/&py&wt 4. Gw t+%x-&c;zz,
By: &9~6- (name of Contractor)
I (sign here)
LORRAINE M. WOOD, Deputy City Cle
(print name and title)
President or vice-president and secretary or assistant secretary must sign for corporatior
one officer signs, the corporation must attach a resolution certified by the secretary or
secretary under the corporate seal empowering that officer to bind the corporation.
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
By:
1
1
I
I \@ 7/17/98 Contract No. 3590 33 of1
*w
f
BOND NUMBER: 80587 EKxw3 PREMIUM B
PREMIUM: $2,207.00 Fb N
FAITHFUL PERFORMANCEWARRANTY BOND
WHEREAS, the City Council of the City of Carlsbad, State of California, by I
NO. 99-135 , adopted APRIL, 20, 1999 , has a
a
HT DEVELOPMENT AND CONSTRUCTION, INC. > (hl
designated as the "Principal"), a Contract for:
ARENAL ROAD RECONSTRUCTION CONTRACT NO. 3590
In the City of Carlsbad, in strict conformity with the contract, the drawings and specifica other Contract Documents now on file in the Office of the City Clerk of the City of Carlsi
which are incorporated herein by this reference,
WHEREAS, Principal has executed or 1s about to execute said Contract and the tern
require the furnishing of a bond for the faithful performance and warranty of said Contract;
NOW, THEREFORE, WE, I-JT WELOPMENT A ND CONSTRUCTION. INC. , as F
(here1na-r designated as the "Contractor"), and AMERICAN CONTRACTORS INDEHNITY
as Surety, are held and firmly bound unto the City of ( iri the sum of NINTY ONE TH6USAND NINE HUNDRED TWENTY TWO AND
), said sum bein! one hundred percent (100%) of the estimated amount of the Contract, to be paid to City or attorney, its successors and assigns; for which payment, well and truly to be made,
ourselves, our heirs, executors and administrators, successors or assigns, jointly and firmly by these presents.
THE CONDITION OF THIS OBLlGATlON IS SUCH that if the above bounden Contractor, tl
executors, administrators, successors or assigns, shall in all things stand to and abide by
and truly keep and perform the covenants, conditions, and agreements in the Contract alteration thereof made as therein provided on their part, to be kept and performed at the til
the manner therein specified, and in all respects according to their true intent and meaning, indemnify and save harmless the City of Carlsbad, Ei officers, employees and agents, i
stipulated, then this obligation shall become null and void; otherwise it shall remain in full effect
As a part of the obligation secured hereby and in addition to the face amount specified then shall be included costs and reasonable expenses and fees, including reasonable attorn incurred by the City in successfully enforcing such obligation, all to be taxed as costs and ir any judgment rendered.
Surety stipulates and agrees that no change. extension of time, alteration or addition to thf
the Contract, or to the work to be performed thereunder or the specifications accornpa Same shall affect its obligations on this bond, and it does hereby waive notice of an)
extension of time, alterations or addition to the terms of the contract or to the work specifications.
Dollars ($ 91,922.65 --------------------I______________
a
Q mma Contract No. 3590 36 of 1
CERTIFICATE OF ACKNOWLEDGMENT
On 4-6 ’ 4‘ before me, m 4 @(
(name and title
, persor
&ow+ Ly 2 78d c6+AU
personally known to me (or proved to me on the basis of satisfac
to be the person(s) whose name(s) isfare subscribed to the wit1
and acknowledged to me that he/she/they executed the same i
authorized capacity(ies), and that by hi&m/jheir signature(s:
ment the person(s), or the entity upon behalf of which the p
executed the instrument.
WITNESS my hand and official seal.
- Notary’s Signature
In the event that Contractor is an individual, it is agreed that the death of any such Contr; not exonerate the Surety from its obligations under this bond.
Executed by CONTRACTOR this b Executed by SURETY this 6TH
4 0
dayof Mccc.l ,1944 - . MAY I192
CONTRACTOR: SURETY:
H.T. DEVELOPMENT AM) CONSTRUCTION, INC- AMERIcAN COmcTOE c,
(name of Contractor) (name of Surety)
1081 CAMINO DEL RIO S. #lo7
SAN DIEGO, CA 92108 By:
(sign here) (address of Surety)
EIUONG LY, PRESIDENT 619-297-2900
(print name here) (telephone number of Surety)
23Wid& B (Etle and Organization of Signatory}
CYNTHIA J, BARNETT -- (printed name of Attorney-in-Fact) e
T* CttCt-J (Attach corporate resolution showing (print name here)
fltle and Organiziition of SiQnatOry)
power of attorney.)
SW-f?.ikk.y
b (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be att
one officer signs, the corporation must attach a resolution certified by the secretary or
(President or vlce-president and secretary or assistant secretary must sign for corporation:
secretary under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM: RONALD R. BALL
City Attorney
i
By: /I&&
LDI, Assistant City Attorney
a
s7*g 7/17/98 Contract No. 3590 37 of 1:
A
American Contractors Indemnity Company
Los Angeles, California
POWER OF ATTORNEY a
KNOW ALL MEN BY THESE PRESENTS: That AMERICAN CONTRACTORS INDEMNITY COMPANY, a Ca!
(the “Company”), and having its principal office in Los Angeles, California does hereby constitute and appoint:
Cynthia J, Barnett:
as its true and lawful Attorney(s)-in-fact, in amount of $ 1~500.000 -04 to execute, seal and deliver for and on its
and all bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature there be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrui
of these presents, shall be as binding upon the said AMERICAN CONTRACTORS INDEMNITY COMPANY, as fu
intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its pi
’Ihis Power of Attorney is executed, and may be certified to and may be revoked, pursuant to and by authority of resolutions of Directors of AMERICAN CONTRACTORS INDEM“Y COMPANY, at a meeting called and held on the 6th day of
RESOLVED that the Chief Executive Officer, President or any Vice President, Executive Vice President, Secretary 01
shall have power and authority.
1. To appoint Attorney(s)-in-fact and to authorize them to execute on behalf of the Company, and attach the 1
thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof
2. To remove, at any time, any such Attorney-in-fact and revoke the authority given.
RESOLVED FURTHER, that the signature of such officers and the seal of the Company may be affixed to any such
any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signat
hall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures an vaiid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached.
IN WITNESS WHEREOF, AMERICAN CONTRACTORS INDEMNITY COMPANY has caused this instrumen1
corporate seal to be affiied by its authorized officer this 12th day of January
c.
AMERICAN c 0 3 5 INCORPORATED SEf7.26,1990 5 T By: And; Fau& President
STATE OF CALIFORNIA ‘%FC??&
On Jau- 12S ‘gg9 before me, B. Caindec , personally appeared A
COUNTY OF LOS ANGELES
personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to m
same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of w
executed the instrument.
WITNESS my hand and official seal. 1 CERTIFICATION
I, the undersigned officer of AMERICAN CONTRACTORS KNDEMNITY COIWANY do hereby certify that
foregoing copy of the Power of Attorney and Hidavit, and the copy of the resolution adopted by the Board of Dim
as set forth in said Power of Attorney, with the OFUGINALS ON FEE 1N THE HOME OFFICE OF SAID COMPA
t transcripts thereof and of the whole of the said originals, and that the said Power of Attorney has not been revc c“ ce and effect.
IN TESTIMONY WHEREOF, I have hereunto set my hand this 6TH day of MAY
Albert Baumgarten, Sect
CALIFORNIA ALL-PURPOSIE ACKNOWLEDGMENT
State of CALIFORNIA a SAN DIEGO
On MAY 6, 1999 before me, M. ANDERSON
personally appeared CYNTHIA J. BARINETT
DATE NAME, TITLE OF OFFICER. E GI "JANE DOE, NOTARY PUI
NAME(S) OF SIGNER@)
[fJ personally known to me - OR - proved to me on the basis of satisfactory c
to be the person(s) whose name(s
subscribed to the within instrument
knowledged to me that he/she/they e
the same in his/her/their aut
capacity(ies), and that by his/h
signature(s) on the instrument the pc
or the entity upon behalf of wh
person(s) acted, executed the inst
and official seal.
0
Though the data below is not required by law, it may prove valuable to persons relying on the document and c
fraudulent reattachment of this form.
DESCRIPTION OF ATTACHED DO[ CAPACITY C LA1 M ED BY SIGNER
0 CORPORATE OFFICER
TITLE OR TYPE OF DOCUMEh TITLE(S)
GENERAL hd ATTORNEY-IN-FACT NUMBER OF PAGES
0 GUARDIANKONSERVATOR
DATE OF DOCUMENT
SIGNER IS REPRESENTING: NAME OF PERSON(S) OR E"Y(IES)
SIGNER(S) OTHER THAN NAMED 1 0
Q1993 NATIONAL NOTARY ASSOCIATION 8236 Remmet Ave.. P.O. Box 7184 Canog,
BOND NUMB=: 80587 ~MD wasmum 1
Y PREMIUM: INCLUDED FIW rnMmM
LABOR AND MATERIALS BOND
WHEREAS, the City Council of the City of Carlsbad, State of California, by Reso 99-135 adopted , has aH
(hereinafter designated as the “Principal”), a Contract for:
a
HT DEVELOPMENT AND dONSTRUCTION~$C?o* 1999
ARENAL ROAD RECONSTRUCTION
CONTRACT NO. 3590
in the City of Carlsbad, in strict conformity with the drawings and specifications, and othe Documents now on file in the Office of the City Clerk of the City of Cqrfsbad and all of
incorporated herein by this reference.
WEREAS, Principal has executed or is about to execute said Contract andthe ten
require the furnishing of a bQnd, providing that if Principal or any of thelr subcontractors I
pay for any materials, provisions, provender or other supplies or teams used in, upon o
performance of the work agreed to be done, or for any work or labor done thereon of ar Surety on this bond will pay the same to the extent hereinafter set forth.
NOW, THEREFORE, WE, Hi DEVELOPMENT AND CONSTRUCTION, INC.
as Principal, (hereinafter designated as the “Contractor“), and -
as Surety, are held firmly bound unto the City of Carlsbad in the sum of FORTY FIVE a THOUSAND NINE HUNDRED SIXTY ONE AND 33/100--------------------
($45,961 -33 ), said sum being fifty percent (50%) of the estimated amount the City of Carlsbad under the terms of the Contract, for which payment well and truly to 0
bind ourselves, our heirs, executors and administrators, succ~ssors, or assigns, jointly an
firmly by these presents,
THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or hWer subconk
pay for any materials, provisions, provender, supplies, or teams used in, upon, for, o performance of the work contracted to be done, or for any other work or labor thereon of :
for amounts due under the Unemployment lnsurance Code with respect to such work or ’
any amounts required to be deducted, withheld, and paid over to the Employment D
Department from the wages of employees of the contractor and subcontractors pursuar
13020 of the Unemployment insurance Code with respect to such work and labor that thc
pay for the same, not to exceed the sum specified in the bond, and, also, in case suit is b
the bond, costs and reasonable expenses and fees, including reasonable attorney’s fees by the court, as required by the provisions of section 3248 of the California Civil Code.
This bond shall inure to the benefit of any and all persons, companies and corporations e
claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencing with section 31
Surety stipulates and agrees that no change, extension of time, alteration or addition to the Contract, or to the work to be performed thereunder or the specifications acmm same shall affect its obligations on this bond, and it does hereby waive notice of i
extension of time, alterations or addition to the terms of the contract or to the WOI
specifications. 0
g 7/17/90 Contract No. 3590 34 c
CERTIFICATE OF ACKNOWLEDGMENT
(name and tit'
, perst
HvoP6iLy I? Ti; c/t-ad
personally known to me (or proved to me on the basis of satisb
to be the person(s) whose name(s)idare subscribed to the wi
and acknowledged to me that hdshekhey executed the same
authorized capacity(ies), and that by his/her/lheir signature('
ment the person(s), or the entity upon behaif of which the
executed the instrument.
WITNESS my hand and official seal.
/p-----7A
Notary's Signature
In the event that Contractor is an individual, it is agreed that the death of any such Conk
not exonerate the Surety from its obligations under this bond.
Executed by CONTRACTOR this (i ’. Executed by SUREW this ~IJ a
day of haq ,I9 94. of MAY
1
CONTRACTOR: SURETY:
(name of Contractor)
By:
H T DEVELOPMENT AND CONSTRUCTION, INC. AMEXKCCAN COWTRACTORS INDEMNITY (
1081 CAMIN0 DEL RIO SOUTH # I
SAN DIEGO, CA 92108
(name of Surety)
(address of Surety)
(telephone number of Suret
* (sign here)
(619) 297-2900 W3014G LY, PRESIDENT
(print name here)
Ja-/df
(title and organization of sign
By: ?i,d??ifl) (sign here) CPNTBIAJ. BARNETT
(printed name of Attorney-in-F
(attach corporate resolution shwing
power of attorney)
7Q-h LNAU (print name here)
(title and organization of slgnatory) JQCN.Lh7 a
(Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be a
(President or vice-president and secretary or assistant secretary must sign for corporatioi one officer signs, the corporation must attach a resolution cettified by the secretary or secretary under corporate seal empowering that officer to bind the corporation.)
c. APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
By:
I
0
G nw9a Contract No. 3690 35 of
A
American Contractors Indemnity Company
Los Angeles, California a POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That AMERICAN CONTRACTORS INDEMNITY COIvPANY, a ( (the "Company"), and having its principal office in Los Angeles, California does hereby constitute and appoint:
Cynthia J. Barnett
as its true and lawful Attorney(s)-in-fact, in amount of $ 1.500.000 OQ to execute, seal and deliver for and on il
and all bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature the be allowed, rquired or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such insb
of these presents, shdl be as binding upon the said AMERICAN CONTRACTORS INDEMNITY COMPANY, as intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its
This Power of Attorney is executed, and may be c~rtified to and may be revoked, pursuant to and by authority of resolutio~
of Directors of AMERICAN CONTRACTORS INDEMNITY COWANY, at a meeting called and held on the 6th day (
RESOLVED that the Chief Executive Officer, President or any Vice President, Executive Vice President, Secretary
shall have power and authority.
1. To appoint Attorney(s)-in-fact and to authorize them to execute on behalf of the Company, and attach thc
thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature them
2. To remove, at any time, any such Attorney-in-fact and revoke the authority given.
RESOLVED FURTHER, that the signature of such officers and the seal of the Company may be affixed to any suc
any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile sign
shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures i
@be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached
IN WITNESS WHEREOF, AMERICAN CONTRACTORS INDEMNITY COMPANY has caused this instrume
corporate sed to be affixed by its authorized officer this 12th day of January
AMERICAN co 0 9 3 IHCORWRAIED SrPr26,1990 z q By: Andy/ Fag4 Preside
STATE OF CALIFORNIA *qulud COUNTY OF LOS ANGELES
On Jawq 12* '999 before me, B. Caindec , personally appeared 1
personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to I
same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of I
executed the instrument.
WTNESS my hand and official seal. 1 CEXrnCA3ON
I, the undersigned officer of AMERICAN CONTEUC?ORS I"ITf COMPANY do hereby certify tha
foregoing copy of the Power of Attorney and affidavit, and the copy of the resolution adopted by the Board of DEI
as set forth in said Power of Attorney, with the OFUGINALS ON FiEE IN THE HOME OFFICE OF SAID COW
rrect transcripts thereof and of the whoIe of the said originals, and that the said Power of Attorney has not been re .g,c, and effect.
IN TESTBIONY WHEREOF, I have hereunto set my hand this 6TH day of MAY
Alb,-tl.?-..- -c m
- -- - --- - ____ - -_ --~~I~u~~L~uuI~ILI~ I
CALIFORNIA
SAN DIEGO
On MAY 6, 1999 before me, M. ANDERSON
personally appeared CYNTHIA J. BARNETT
0
DATE NAME, TITLE OF OFFICER - €.GI "JANE DOE, NOTARY f
NAME(S) OF SIGNER(S)
B personally known to me - OR - 0 proved to me on the basis of satisfactory
to be the person(s) whose name(
subscribed to the within instrumen
knowledged to me that he/she/they
the same in his/her/their aL
capacity(ies), and that by his/
signature(s) on the instrument the I
or the entity upon behalf of w
person(s) acted, executed the in5
SIGNATURE OF NOTARY a
Though the data below is not required by law, it may prove valuable to persons relying on the document and fraudulent reattachment of this form.
DESCRIPTION OF ATTACHED D CAPACITY CLAIMED BY SIGNER
CORPORATE OFFICER
TITLE OR TYPE OF DOCUM m(s)
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITy(IES)
SIGNER(S) OTHER THAN NAME1 e
Q1993 NATIONAL NOTARY ASSOCIATION 8236 Remmet Ave.. P.O. Box 7184 Can
I
CITY OF CARLSBAD Purchasing Department 1200 Carlsbad Village Drive Carlsbad CA 92008 REPRESENTATION AND CERTIFICATION
The following representation and certification shall be completed, signed and returned 1 Carlsbad as a part of the bid package.
REPRESENTATIONS: Mark all applicable blanks. This offeror represents as part of this offer that the ownership, operation and control of the business, in accordance with the specific definitions listed below is:
+
Are you currently certified by CALTRANS? YES
Certification #:
CERTIFICATION OF BUSINESS REP RES E NTATlO N(Sk
Mark all applicable blanks. This offeror repre part of this offer that:
This firm is2 , is not- a minority busine! This firm is , is not- a woman-owned I
WOMAN-OWNED BUSINESS: A woman-o\ ness is a business of which at least 51 owned, controlled and operated by a woman Controlled is defined as exercising the powt policy decisions. Operation is defined a involved in the day-to-day management.
FIRM'S PRIMARY PRODUCTS OR SERVICE
1
i
1
1
II
I
II.
I
1
I
1
1
1
NO x_
DE FIN IT10 NS:
MINORITY BUSINESS ENTERPRISE: "Minority Business" is defined as a business, at least 51 percent of which is owned, operated and controlled by minority group members, or in the case of publicly owned businesses, at least 51 percent of which is owned, operated and controlled by minority group members. The Small Business Administration CoNSTRUCT1oN CoNTRACToR: defines the socially and economically disadvantaged (minorities) as Black American, Hispanic American, Native Americans (Le. American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian-Pacific LlCENSE NUMBER: Americans (i.e., U.S. Citizens whose origins are from Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the U.S. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia and Taiwan).
CE RTlFl CAT10 N : The information furnished is certified to be factual and correct as of the date submitted.
COMPANY NKME
ADDRESS TITLE
CITY, STATE AND ZIP I TELEPHONE NUMBER DATE
&@&zJ &@fr&G$i'dM
b-! B ,> c 10 ,, c
-7qs-2 56
CLASSIFICATION(S):
TAXPAYERS 1.D. NO- 33- oJB 2 do :
t@mt $- l&l.LY+&.t d5-L /-bciLi &- iY
PRINTE NAME, #T be
/Pns 'ThQh4S 44AW5 Lw gfr5;M
G&w ,ht?+@o L4 4 7 2/2 G &&x&-
10 /4 - -qq-yBk - S1GNATURE 3- LJL. yq
em
f
38 of 1 1 %# 7/17/98 Contract No. 3590
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 Carlsba
address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "C
whose ad1
hereinafi 1 "Contractor" and whose ad
he1
i
I
1
I
I
1
1
1
1
1
1
I
called "Escrow Agent."
For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as f
1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of (
the contractor has the option to deposit securities with the Escrow Agent as a substitute for
earnings required to be withheld by the City pursuant to the Construction Contract en1
between the City and Contractor for ARENAL ROAD RECONSTRUCTION, CONTRACT I in the amount of dated (he rein after r(
as the "Contract"). Alternatively, on written request of the contractor, the City shall make I
of the retention earnings directly to the escrow agent. When the Contractor deposits the
as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 dz
deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissia
escrow agent in connection with the handling of retentions under these sections in an ar
less than $100,000 per contract. The market value of the securities at the time of the si
shall be a least equal to the cash amount then required to be withheld as retention under
of the contract between the City and Contractor. Securities shall be held in the nan , and shall designate the Contractor as the
owner.
2. The City shall make progress payments to the Contractor for such funds which othew
be withheld from progress payments pursuant to the Contract provisions, provided that th
Agent holds securities in the form and amount specified above.
3. When the City makes payment of retentions earned directly to the escrow agent, tt
agent shall hold them for the benefit of the contractor until such time as the escrow crea
this contract is terminated. The contractor may direct the investment of the payments into
All terms and conditions of this agreement and the rights and responsibilities of the partie
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 tt
Agent in administering the Escrow Account and all expenses of the City. These expe
payment terms shall be determined by the City, Contractor and Escrow Agent.
5. The interest earned on the securities or the money market accounts held in escrc interest earned on that interest shall be for the sole account of Contractor and shall be withdrawal by Contractor at any time and from time to time without notice to the City.
I.
1
4%
f
\# 7/17/98 Contract No. 3590 39 of 1
I
1
II
I
1
I
1
k
1
I
I
i
1
d
I
6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow only by written notice to Escrow Agent accompanied by written authorization from City to thc Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contrac
7. The City shall have a right to draw upon the securities in the event of default by the Co
Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrc shall immediately convert the securities to cash and shall distribute the cash as instructe City.
8. Upon receipt of written notification from the City certifying that the Contract is final and I
and that the Contractor has complied with all requirements and procedures applicabl Contract, the Escrow Agent shall release to Contractor all securities and interest on der escrow fees and charges of the Escrow Account. The escrow shall be closed immediat disbursement of all moneys and securities on deposit and payments of fees and charges.
9. The Escrow Agent shall rely on the written notifications from the City and the contractor
to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall holc
Agent harmless from Escrow Agent's release, conversion and disbursement of the secur interest as set forth above.
IO. The names of the persons who are authorized to give written notices or to receive writt on behalf of the City and on behalf of Contractor in connection with the foregoing, and exe their respective signatures are as follows:
For City: Title
I.
I Name
Signature
Address
For Contractor: Title
Name 1 Signature
Address
For Escrow Agent: Title
Name
Signature
Address
At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escr
a fully executed counterpart of this Agreement.
4- \# 7/17/98 Contract No. 3590 40 of 1
f
1
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper office
date first set forth above. 8
For City: Title
Name
lii
I Signature
Address 1
I
I
1
k
I
I
I
t
i
1
II
I
For Contractor: Title
Name
Signature
Address
For Escrow Agent: Title 1 Name
Signature
Address
4- ts 7/17/98 Contract No. 3590 41 of I
3.
I
I
1
I
1
1
I
i
1
8
1
1
1
SPECIAL PROVISIONS
FOR
ARENAL ROAD RECONSTRUCTION
CONTRACT NO. 3590 I.
SUPPLEMENTAL PROVISIONS TO
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUC il PART I, GENERAL PROVISIONS
SECTION I -- TERMS, DEFINITIONS ABBREVIATIONS AND SYME
1-1 TERMS
Add the following section:
1-1 .I Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "sc
or words of similar import are used, it shall be understood that reference is made to i
accompanying these provisions, unless stated otherwise.
Add the following section:
1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar ii
used, it shall be understood that the direction, designation or selection of the Engineer is
unless stated otherwise. The word "required" and words of similar import shall be unde
mean "as required to properly complete the work as required and as approved by the E
unless stated otherwise.
Add the following section:
1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent",
words of similar import are used, it shall be understood such words are followed by the e
"in the opinion of the Engineer", unless otherwise stated. Where the words "approved", I?
"acceptance", or words of similar import are used, it shall be understood that the
acceptance, or similar import of the Engineer is intended.
Add the following section:
1-1.4 Perform. The word "perform" shall be understood to mean that the Contraci
expense, shall perform all operations, labor, tools and equipment, and further, inch
furnishing and installing of materials that are indicated, specified or required to meat-
Contractor, at its expense, shall furnish and install the work, complete in place and reac
including furnishing of necessary labor, materials, tools, equipment, and transportation.
1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be e
defined by the definitions assigned to them herein.
Agency -the City of Carlsbad, California.
City Council -the City Council of the City of Carlsbad.
City Manager - the City Manager of the City of Carlsbad or hidher approved representativi
e=
1.
1 1.
w 7/17/98 Contract No. 3590 42 of' 1
Dispute Board - persons designated by the City Manager to hear and advise the City Manager (
claims submitted by the Contractor. The City Manager is the last appeal level for informal dispu
resolution.
Engineer - the Public Works Director of the City of Carlsbad or hidher approved representative
The Engineer is the third level of appeal for informal dispute resolution.
Minor Bid item - a single contract item constituting less than 10 percent (10%) of the origin
Contract Price bid.
Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hire
directed, supervised and paid by the Contractor to accomplish the completion of the Work. Furthc such employees have their employment taxes, State disability insurance payments, State ar Federal income taxes paid and administered, as applicable, by the Contractor. When used
Section 2-3. I ”own organization” means construction equipment that the Contractor owns or least
and uses to accomplish the Work. Equipment that is owner operated or leased equipment with z
operator is not part of the Contractor‘s Own Organization and will not be included ffor the purpose
compliance with section 2-3.1 of the Standard Specifications and these Special Provisions.
Owner Operator/Lessor - Any person who provides equipment or tools with an operator provide
who is employed by neither the Contractor nor a subcontractor and is neither an agent or employe of the Agency or a public utility.
Principal Inspector - The Senior Inspector’s immediate supervisor and second level of appeal fi
informal dispute resolution.
Project Inspector - the Engineer’s designated representative for inspection, contract administratic
and first level for informal dispute resolution.
Senior Inspector - the Project Inspector’s immediate supervisor and first level of appeal for inform
dispute resolution.
SECTION 2 -- SCOPE AND CONTROL OF THE WORK
2-3 SUBCONTRACTS.
2-3.1 General, add the following: Should the Contractor fail to adhere to the provisions requirir
the Contractor to complete 50 percent of the contract price with its own organization, the Agenc
may at its sole discretion elect to cancel the contract or to deduct an amount equal to 10 percent 1
the value of the work performed in excess of 50 percent of the contract price by other than tt Contractor’s own organization. The City Council shall be the sole body for determination of
violation of these provisions. In any proceedings under this section, the prime contractor shall t
entitled to a public hearing before the City Council and shall be notified ten (IO) days in advance 1
the time and location of said hearing. The determination of the City Council shall be final.
4- ts 7/17/98 Contract No. 3590 43 of 139 Page
1
1 24 CONTRACT BONDS, modify the second sentence of paragraph one as follows:
is listed in the latest version of U.S. Department of Treasury Circular 570,".
Modify paragraphs three and four to read: The Contractor shall provide i
perforrnance/warranty bond and payment bond (labor and materials bond) for this contr
faithful performanceharranty bond shall be in the amount of 100 percent of the contract the payment bond shall be in the amount of 50 percent of the contract price. Both bo
extend in full force and effect and be retained by the Agency during this project until
released according to the provisions of this section.
The faithful performancelwarranty bond will be reduced to 25 percent of the original amoun
after recordation of the Notice of Completion and will remain in full force and effect for the
warranty period and until all warranty repairs are completed to the satisfaction of the Engin
payment bond shall be released six months plus 30 days after recordation of the
Completion if all claims have been paid.
Add the following: All bonds are to be placed with a surety insurance carrier adrr
authorized to transact the business of insurance in California and whose assets exc
liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to c(
following documents:
I) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws
2) A certified copy of the certificate of authority of the insurer issued by the insurance comrr
If the bid is accepted, the Agency may require a financial statement of the assets and liabilii
insurer at the end of the quarter calendar year prior to 30 days next preceding the d:
execution of the bond. The financial statement shall be made by an officer's certificate as (
Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statel
be verified by the oath of the principal officer or manager residing within the United States.
Del
I.
i
I
I
1
1
I:
I
I
1
1
R
I
I
instrument entitling or authorizing the person who executed the bond to do so.
k
2-5 PLANS AND SPECIFICATIONS.
2-5.1 General, add the following: The specifications for the work include the
Specifications for Public Works Construction, (SSPWC), 1997 Edition, and the 1998 SL
thereto, hereinafter designated ''SSPWC", as written and promulgated by Joint Cc
Committee of the Southern California Chapter American Public Works Association and
California Districts Associated General Contractors of California, and as amended by th
Provisions section of this contract.
The construction plans consist of one (1) set designated as City of Carlsbad Drawing No. :
consists of 8 sheets. The standard drawings used for this project are the latest edition o
Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by the I
County Department of Public Works, together with the City of Carlsbad Supplemental
Drawings. Copies of some of the pertinent standard drawings are enclosed as an appendi Special Provisions.
2-5.3.3 Submittals, add the following: When submitted for the Engineer's review, Shop
shall bear the Contractor's certification that the Contractor has reviewed, checked, and apF
Shop Drawings and that they are in conformance with the requirements of the Contract Do
The Contractor shall subscribe to and shall place the following certification on all submittals
I
em
r.
a@ 7/17/98 Contract No. 3590 44 of'
"I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed
be incorporated into this Project, is in compliance with the Contract Documents, can be installed
the allocated spaces, and is submitted for approval."
By: Title:
Date:
Company Name:
Add the following:
2-5.4 Record Drawings, The Contractor shall provide and keep up-to-date a complete "as-buil
record set of blue-line prints, which shall be corrected in red daily and show every change from th
original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipmen
underground piping, valves, and all other work not visible at surface grade. Prints for this purpos
may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall b
used only as a record set and shall be delivered to the Engineer upon completion of the work
Payment for performing the work required by section 2-5.4 shall be included in various bid items an
no additional payment will be made therefor.
2-9 SURVEYING.
2-9.1 Permanent Survey Markers, substitute the following: The Contractor shall not distu
permanent survey monuments or benchmarks without the consent of the Engineer. Where tt
Engineer concurs, in writing, with the Contractor that protecting an existing monument in place
impractical, the Contractor shall employ a licensed land surveyor or a registered civil enginel
authorized to practice land surveying within the State of California, hereinafter surveyor, to establi:
the location of the monument before it is disturbed. The Contractor shall have the monume
replaced by the surveyor no later than thirty (30) days after construction at the site of tl
replacement is completed. The surveyor shall file corner record(s) as required by 5s 8772 ar
8773, et seq. of the California Business and Professions Code.
When a change is made in the finished elevation of the pavement of any roadway in which
permanent survey monument is located, the Contractor shall adjust the monument frame and COVI
to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monumel
frames and covers shall be protected during street sealing or painting projects or be cleaned to tt
satisfaction of the Engineer.
2-9.3 Survey Service, substitute the following: . The contractor shall hire and pay for tt
services of a surveyor to perform all work necessary for establishing control, construction stakinl
records research and all other surveying work necessary to construct the work, provide surveyir
services as required herein and provide surveying, drafting and other professional services requirt
to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site durir
all surveying operations and shall personally supervise and certify the surveying work.
Add the following section:
2-9.3.1 Submittal of Surveying Data, All surveying data submittals shall conform to tt
requirements of section 2-5.3.3, "Submittals", herein. The Contractor shall submit grade sheets
the Engineer before commencing work in the area affected by the grade sheets. The Contractor sh,
submit field notes for all surveying required herein to the Engineer within ten days of performing tt survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bour
form on 215 mm by 280 mm (8'1'~'' by 11") paper. The field notes, calculations and data shall t clear and complete with name of the surveyor, the party chief, field crew members, preparer of tt
field notes or calculations. They shall be annotated with the date of observation or calculation, t
ern %@ 7/17/98 Contract No. 3590 45 of 139 Page
I
8
I
I
I
1
I
1
1
u
8
1
u
i
I
I
numbered with consecutive page numbers and shall be readable without resort to any elec
computer program or documentation for any computer program. The field notes shall be pr
conformance with the CALTRANS “Surveys Manual”. The Contractor shall have a Record
prepared by the surveyor and file it in conformance with 5s 8700 - 8805 of the State of
Business and Professions Code when the surveyor performs any surveying that SUC
required under §§ 8762 of the State of California Business and Professions Code and whe
Surveyor shall establish, set or construct any permanent survey monument. SDRS drav
type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, r
steel and all monuments and marks that are at, or accessory to, property corners E
centerlines are permanent survey monuments. The Record of Survey shall show all monur
control monuments used, the basis of bearings and all other data needed to detei
procedure of survey and the degree of accuracy attained by the field surveying incl
unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,
record of survey shall show the location and justification of location of all permanent rnonu
and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitte
Engineer’s review and approval before submittal to the County Surveyor and before subm
County Recorder.
Add the following section:
2-9.3.2 Survey Requirements, Stakes shall be set at offsets approved by the Engir
greater intervals than 15.2 m (50’), as measured along the project stationing unless a less1
is specified herein. Rough sub-grade stakes on slopes shall be set at top of cuts, toe
slope catch points and street crown lines where no median exists. Large slopes shall have
set to aid in construction of the slope. Rough sub-grade stakes for roadway section shall
edge of pavement and top of curbs. Finish sub-grade stakes shall be set prior to placing SI
aggregate base for the roadway section. The stakes shall be set at edge of pavement i
curbs. Finish subgrade stakes for the aggregate base for the roadway section shall be at 7
intervals at edge of pavement and top of curbs and crown line where no median exists. Intl
stakes between edge of pavement and top of curb shall be set at 4.6 m (15’) intervz
surveyor. Finish aggregate subbase and aggregate base grade stakes shall be at 7.6
intervals at top of curb, edge of pavement, and all crown lines and grade breaks. Int
stakes between edge of pavement and top of curb shall be set at 4.6 m (15’) intervals. Si
staking shall be done at 7.6 m (25’) intervals. Catch basins shall be staked at centerline
end of the local depression. Curbs/curbs and gutter shall be staked at 7.6 m (25’) interv:
line of driveways, and 1/4, 1/2, 314 delta on returns. Fills to finish grade at 7.6 m (25’) in
the paving pass width shall be painted on the pavement prior to placing each lift of E
variable thickness pavement overlays requiring leveling courses. Intersections showin
finished asphalt grids shall be painted per the grid. Stakes shall be set to show the loc
grade of future curbs adjacent to traffic signal locations where the curb is not being built a!
this contract. Surveyor shall mark the removal limits and limits of work line shown on the p
markings shall consist of continuous painted lines on asphalt and concrete surfaces and rc
or painted laths spaced on centers no more than 7.6 m (25’) on unimproved areas. The
shall be completed by surveyor and inspected and approved by the Engineer before tt
construction in the area marked. Centerline monuments shall be laid out, their disk stamF
Record of Survey satisfactory to the Engineer filed with the County in accordance
Professional Land Surveyors Act. Water and sewer line stakes shall be set at 7.6 m (25’
with offsets referencing the top and centerline of pipe on main line and laterals. For all pip
the pipe and each access hole, pipe material change, lateral connection, fitting, appurte
hydrant location with elevations shall be staked and provided with grade stakes desig
offset of the reference point, station, elevation of reference point, cut (or fill) and feature o
is referenced. Habitat mitigation sites and other areas to be preserved that are shown on
shall be staked and flagged at 7.6 m (25’) intervals prior to the start of any other activities
limits of the work. Where utility vaults, poles or other facilities are being installed as par
1.
1.
e= ts 7/17/98 Contract No. 3590 46 of
P
adjuncts to the project, the Contractor shall place stakes defining the horizontal and vertical locatio1
of curb and gutter to facilitate the location of said utility vaults, pones or other facilities by thc
party(ies) constructing them. When no curb and gutter is being installed as a part of the project thc
location of adjacent facilities being constructed as a part of the Contract the Contractor shall placc
stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or othe
facilities that are being installed as parts of, or as adjunct@) to, the project.
Add the following section:
2-9.3.3 Payment for Survey, Payment for work performed to satisfy the requirements of Section!
2-9.1 through 2-9.3.2 shall be included in the actual bid items requiring the survey work and nc
additional payment will be made. Extension of unit prices for extra work shall include fu
compensation for attendant survey work and no additional payment will be made therefor. Paymen
for the replacement of disturbed monuments and the filing of corner records shall be incidental to tht
work necessitating the disturbance of said monuments and no additional payment will be madt
therefor.
2-10 AUTHORITY OF BOARD AND ENGINEER
Add the following section:
2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copie
of all records in the Contractor‘s or subcontractor‘s possession pertaining to the work that thl
Engineer may request.
Add the following section: 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to th
Engineer, within San Diego County, accurate books and accounting records relative to all it
activities and to contractually require all subcontractors to this Contract to do the same. Th
Engineer shall have the right to monitor, assess, and evaluate Contractor’s and its subcontractor
performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include
but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interview
of Contractor’s staff and the staff of all subcontractors to this contract. At any time during normi
business hours and as often as the Engineer may deem necessary, upon reasonable advancl
notice, Contractor shall make available to the Engineer for examination, all of its, and a
subcontractors to this contract, records with respect to all matters covered by this Contract and wi
permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data ani
records, and to make audits of all invoices, materials, payrolls, records of personnel, and other datl
relating to all matters covered by this Contract. However, any such activities shall be carried out in i
manner so as to not unreasonably interfere with Contractor’s ongoing business operations
Contractor and all subcontractors to this contract shall maintain such data and records for as long a
may be required by applicable laws and regulations.
SECTION 3 -- CHANGES IN WORK
3-3 EXTRA WORK.
3-2.2.1 Contract Unit prices, add the following: In the case of an increase or decrease i
quantity of a minor bid item in excess of 25 percent of the original quantity bid the adjustment (
contract unit price for such items will be limited to that portion of the change in excess of 25 percer
of the original quantity listed in the Contractor’s bid proposal for this contract. Adjustments in exces
of 25 percent may, at the option of the Engineer, be paid pursuant to section 3-3, Extra Work.
e= ts 7/17/98 Contract No. 3590 47 of 139 Pages
I
I 3-3.2.2 ( c ) Tool and Equipment Rental, Reg;
ownership, the rates and right-of-way delay factors to be used in determining rental and de
shall be the edition of the, “Labor Surcharge & Equipment Rental Rates” published by CA
current at the time of the actual use of the tool or equipment. The right-of-way delay facto
shall be used as multipliers of the rental rates for determining the value of costs for del
Contractor and subcontractors, if any, The labor surcharge rates published therein are no1
this contract.
3-3.2.3 Markup,
(a) and shall constitute the markup for all overhead and profits:
1) Labor 20
2) Materials ............................. 15
3) Equipment Rental ................... 15
4) Other Items and Expenditures .. 15
To the sum of the costs and markups provided for in this section, 1 percent shall be
compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra work is perforn
Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractc
cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted port
extra work and a markup of 5 percent on work added in excess of $5,000 of the subc
portion of the extra work may be added by the Contractor.
3-3.3 Daily Reports by Contractor, Pa extra work will not be made until such time that the Contractor submits completed daily re
all supporting documents to the Engineer.
3-4 CHANGED CONDITIONS. delete the second sentence of paragraph three, delete I
five (5), and add the following: The Contractor shall not be entitled to the payment of any
compensation for any act, or failure to act, by the Engineer, including failure or refusal I
change order, or for the happening of any event, thing, occurrence, or other cause, u
Contractor shall have first given the Engineer due written notice of potential claim as h
specified. Compliance with this section shall not be required as a prerequisite to notice prc
Section 6-7.3 Contract Time Accounting, nor to any claim that is based on diffei
measurement or errors of computation as to contract quantities. The written notice of potei
for changed conditions shall be submitted by the Contractor to the Engineer upon their disci
prior to the time that the Contractor performs the work giving rise to the potential ck
Contractor’s failure to give written notice of potential claim for changed conditions to th
upon their discovery and before they are disturbed shall constitute a waiver of all
connection therewith.
The Contractor shall provide the City with a written document containing a descriptii
particular circumstances giving rise to the potential claim, the reasons for which the (
believes additional compensation may be due and nature of any and all costs involved
working days of the date of service of the written notice of potential claim for changed c(
Verbal notifications are disallowed.
The potential claim shall include the following certification relative to the California False C
Government Code Sections 12650-1 2655.
second paragraph, modify as follows:
1.
il Delete sections 3-3.2.3 (a) and (b) and replace with the following:
Work by Contractor. The following percentages shall be added to the Contract I
I
1
I
...................................
1
k add the following after the second sentence:
1
1
1
I
1
1
I
I e= %@ 7/17/98 Contract No. 3590 48 of’
P
"The undersigned certifies that the above statements are made in full cognizance of the Califom
False Claims Act, Government Code sections 12650-1 2655. The undersigned further understanc
and agrees that this potential claim, unless resolved, must be restated as a claim in response to th
City's proposed final estimate in order for it to be further considered."
By: Title:
Date:
Company Name:
The Contractor's estimate of costs may be updated when actual costs are known. The Contract(
shall submit substantiation of its actual costs to the Engineer within 20 working days after th affected work is completed. Failure to do so shall be sufficient cause for denial of any clair
subsequently filed on the basis of said notice of potential claim.
It is the intention of this section that differences between the parties arising under and by virtue of th
contract be brought to the attention of the Engineer at the earliest possible time in order that suc
matters be settled, if possible, or other appropriate action promptly taken.
3-5 DISPUTED WORK. Add the following: The Contractor shall give the agency written notice
potential claim prior to commencing any disputed work. Failure to give said notice shall constitute
waiver of all claims in connection therewith.
Delete second sentence of paragraph one and add the following: Prior to proceeding with dispu
resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor sh:
attempt to resolve all disputes informally through the following dispute resolution chain of command
I. Project Inspector
2. Senior Inspector
3. Principal Inspector
4. City Engineer
5. City Manager
The Contractor shall submit a complete report within 20 working days after completion of tt
disputed work stating its position on the claim, the contractual basis for the claim, along with i
documentation supporting the costs and all other evidentiary materials. At each level of claim (
appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, revie
the Contractor's report and respond with a position, request additional information or request that tt
Contractor meet and present its report. When additional information or a meeting is requested tt
City will provide its position within 10 working days of receipt of said additional information 1
Contractor's presentation of its report. The Contractor may appeal each level's position up to the Ci
Manager after which the Contractor may proceed under the provisions of the Public Contract Code.
The authority within the dispute resolution chain of command is limited to recommending a resolutic
to a claim to the City Manager. Actual approval of the claim is subject to the change order provisioi
in the contract.
All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedurt
in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Sectic
20104) which is set forth below:
em w 7/17/98 Contract No. 3590 49 of 139 Page
1
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ARTICLE q .5 RESOLUTION OF CONSTRUCTION CLAIMS
20104. (a)(l) This article applies to all public works claims of three hundred seventy-five
dollars ($375,000) or less which arise between a contractor and a local agency.
(2) This article shall not apply to any claims resulting from a contract between a contrac
public agency when the public agency has elected to resolve any disputes pursuant to 1
(commencing with Section 10240) of Chapter 1 of Part 2.
(b)(l) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil COC
that "public work" does not include any work or improvement contracted for by the st:
Regents of the University of California.
(2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) p(
money or damages arising from work done by, or on behalf of, the contractor pursuz
contract for a public work and payment of which is not otherwise expressly provided
claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed b!
agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or spe
for any work which may give rise to a claim under this article.
(d) This article applies only to contracts entered into on or after January 1, 1991.
20104.2. For any claim subject to this article, the following requirements apply:
(a) The claim shall be in writing and include the documents necessary to substantiate
Claims must be filed on or before the date of final payment. Nothing in this subdivision is ir
extend the time limit or supersede notice requirements otherwise provided by contract for tl
claims .
(b)(l) For claims of less than fifty thousand dollars ($50,000), the local agency shall rl
writing to any written claim within 45 days of receipt of the claim, or may request, in writing
days of receipt of the claim, any additional documentation supporting the claim or I
defenses to the claim the local agency may have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided pursu
subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local agency's written response to the claim, as further documented, shall be su
the claimant within I5 days after receipt of the further documentation or within a period (
greater than that taken by the claimant in producing the additional information, whichever is
(c)(l) For claims of over fifty thousand dollars ($50,000) and less than or equal to threc
seventy-five thousand dollars ($375,000), the local agency shall respond in writing to
claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of
the claim, any additional documentation supporting the claim or relating to defenses to the
local agency may have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided pursu
subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local agency's written response to the claim, as further documented, shall be su
the claimant within 30 days after receipt of the further documentation, or within a period
greater than that taken by the claimant in producing the additional information or
documentation, whichever is greater.
(d) If the claimant disputes the local agency's written response, or the local agency fails t
within the time prescribed, the claimant may so notify the local agency, in writing, either
days of receipt of the local agency's response or within 15 days of the local agency's
respond within the time prescribed, respectively, and demand an informal conference to
confer for settlement of the issues in dispute. Upon a demand, the local agency shall s
meet and confer conference within 30 days for settlement of the dispute.
(e) Following the meet and confer conference, if the claim or any portion remains in di
claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and
4w \@ 7/17/98 Contract No. 3590 50 of
I.
k
r.
(commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. Fc
purposes of those provisions, the running of the period of time within which a claim must be file
shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (:
until the time that claim is denied as a result of the meet and confer process, including any period (
time utilized by the meet and confer process. (9 This article does not apply to tort claims and nothing in this article is intended nor shall b
construed to change the time periods for filing tort claims or actions specified by Chapter
(commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Divisio
3.6 of Title 1 of the Government Code.
20104.4. The following procedures are established for all civil actions filed to resolve claims subjec
to this article:
(a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the cou
shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both partie
The mediation process shall provide for the selection within 15 days by both parties of
disinterested third person as mediator, shall be commenced within 30 days of the submittal, ar
shall be concluded within 15 days from the commencement of the mediation unless a tirr
requirement is extended upon a good cause showing to the court or by stipulation of both parties.
the parties fail to select a mediator within the 15-day period, any party may petition the court 1
appoint the mediator.
(b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant i
Chapter 2.5 (commencing with Section 1141 .I 0) of Title 3 of Part 3 of the Code of Civil Procedurc
notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article
(commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) sh:
apply to any proceeding brought under the subdivision consistent with the rules pertaining to judici,
arbitration.
(2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointe
for purposes of this article shall be experienced in construction law, and, upon stipulation of th
parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not
exceed their customary rate, and such fees and expenses shall be paid equalUy by the partie
except in the case of arbitration where the arbitrator, for good cause, determines a different divisio
In no event shall these fees or expenses be paid by state or county funds.
(3) In addition to Chapter 2.5 (commencing with Section 1 141 .I 0) Title 3 of Part 3 of the Code of Cii
Procedure, any party who after receiving an arbitration award requests a trial de novo but does n
obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapte
pay the attorney's fees of the other party arising out of the trial de novo.
(c) The court may, upon request by any party, order any witnesses to participate in the mediation (
20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undispute
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 ar
arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a cou
of law.
arbitration process.
*- p,s 7/17/98 Contract No. 3590 51 of 139 Page
8
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 i
access to any and all parts of work at any time. Such free and safe access shall include n
safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertainir
safety of persons as contained in the State of California, California Code of Regulations,
Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Constructior
Orders and such other safety regulations as may apply. Contractor shall furnish Engin
such information as may be necessary to keep the Engineer fully informed regarding progr
manner of work and character of materials. Inspection or testing of the whole or any portic
work or materials incorporated in the work shall not relieve Contractor from any obligation
this Contract.
4-1.4 Test of Materials, delete the phrase, "and a reasonable amount of retesting", from
sentence of the first paragraph.
add the following: Except as specified in these Special Provisions, the Agency will bear tl
testing of locally produced materials andlor on-site workmanship where the results of s
meet or exceed the requirements indicated in the Standard Specifications and the
Provisions. The cost of all other tests shall be borne by the Contractor.
At the option of the Engineer, the source of supply of each of the materials shall be approv
Engineer before the delivery is started. All materials proposed for use may be inspected or
any time during their preparation and use. If, after incorporating such materials into the \I
found that sources of supply that have been approved do not furnish a uniform product.
product from any source proves unacceptable at any time, the Contractor shall furnish
material from other approved sources. If any product proves unacceptable after impropei
handling or for any other reason it shall be rejected, not incorporated into the work anc
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 e>
requirements of the specifications shall be borne by the Agency. Said tests may be mac
place along the work as deemed necessary by the Engineer. The costs of any rete
necessary by noncompliance with the specifications shall be borne by the Contractor.
4-1.6 Trade names or Equals, add the following: The Contractor is responsiblc
satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the su
is determined to be unsatisfactory in performance, appearance, durability, compatit
associated items, availability of repair parts and suitability of application the Contractor sha
the substituted item and replace it with the originally specified item at no cost to the Agency
i
1
I
I
E
I
1
I.
I
II
I
1
e
I
1
4-
lf
I p,s 7/17/98 Contract No. 3590 52 of'
SECTION 5 -- UTILITIES
5-1 LOCATION. Add the following: The Agency and affected utility companies have, by a searc
of known records, endeavored to locate and indicate on the Plans, all utilities which exist within tb
limits of the work. However, the accuracy and/or completeness of the nature, size and/or location (
utilities indicated on the Plans is not guaranteed.
5-4 RELOCATION. Add the following: In order to minimize delays to the Contractor caused by tl-
failure of other parties to relocate utilities that interfere with the construction, the Contractor, upc
request to the Engineer, may be permitted to temporarily omit the portion of work affected by th
utility. Such omission shall be for the Contractor’s convenience and no additional compensation w be allowed therefor. The portion thus omitted shall be constructed by the Contractor immediate
following the relocation of the utility involved unless otherwise directed by the Engineer.
SECTION 6 -- PROSECUTION, PROGRESS AND
ACCEPTANCE OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete subsection 6-’
and substitute the following: The Contractor shall begin work within 15 calendar days after receip of the “Notice to Proceed”.
Add the following section:
6-1.1 Measurement And Payment Of Construction Schedule. The Contractor’s preparatioi
revision and maintenance of the Construction Schedule are incidental to the work and no separal
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 an
materials, and performing all operations necessary to complete the Project Work as shown on th
Project Plans and as specified in the Specifications. The work includes reconstruction of portions (
Arena1 Road to narrow the curb width from 64 feet to 42 feet at the intersection with El Camino Rei
and the construction of a knuckle at the intersection with Columbine Drive.
Add the following section:
6-2.3 Project Meetings. The Engineer will establish the time and location of monthlyProjec
Meetings. Each Project Meeting shall be attended by the Contractor’s Representative. The Projec
Representative shall be the individual determined under section 7-6, “The Contractor‘
Representative”, SSPWC. No separate payment for attendance of the Contractor, the Contractor‘
Representative or any other employee or subcontractor or subcontractor’s employee at thes
meetings will be made.
6-6 DELAYS AND EXTENSIONS OF TIME.
6-6.4 Written Notice and Report. Modify as follows: The Contractor shall provide written notic
to the Engineer within two hours of the beginning of any period that the Contractor has placed an
workers or equipment on standby for any reason that the Contractor has determined to be caused k
the Agency or by any organization that the Agency may otherwise be obligated by. The Contract(
shall provide continuing daily written notice to the Engineer, each working day, throughout th
4- a# 7/17/98 Contract No. 3590 53 of 139 Page:
I
duration of such period of delay. The initial and continuing written notices shall in(
classification of each workman and supervisor and the make and model of each piece of e
placed on standby, the cumulative duration of the standby, the Contractor's opinion of the
the delay and a cogent explanation of why the Contractor could not avoid the delay by re
means. Should the Contractor fail to provide the notice(s) required by this section the C
agrees that no delay has occurred and that it will not submit any claim(s) therefor.
6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prose
work to completion within 80 working days after the starting date specified in the Notice to P
6-7.2 Working Day. Unless otherwise approved in writing by the I
the hours of work shall be between the hours of 7:OO a.m. and 4:OO p.m. on Monday:
Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the
if the Contractor desires to work outside said hours or at any time during weekends and/or
This written permission must be obtained at least 48 hours prior to such work The Engi
approve work outside the hours and/or days stated herein when, in hidher sole opinion, s
conducted by the Contractor is beneficial to the best interests of the Agency. The Contra
pay the inspection costs of such work.
6-8 COMPLETION AND ACCEPTANCE. Delete the second paragraph and add the follow
The Engineer will not accept the Work or any portion of the Work before all of the
completed and all outstanding deficiencies that may exist are corrected by the Contractoi
Engineer is satisfied that all the materials and workmanship, and all other features of tl
meet the requirements of all of the specifications for the Work. Use, temporary, ir
permanent, of all, or portions of, the Work does not constitute acceptance of the Work.
Engineer's judgment, the Work has been completed and is ready for acceptance the Eng
so certify to the Board. Upon such certification by the Engineer the Board may ac
completed Work. Upon the Board's acceptance of the Work the Engineer will cause a 'I
Completion" to be filed in the office of the San Diego County Recorder. The date of rec
shall be the date of completion of the Work.
Delete the first sentence of the third paragraph and substitute the following two sentenc
work shall be warranted for one (1) year after recordation of the "Notice of Completion"
faulty work or materials discovered during the warranty period shall be repaired or replace
Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be
as a warranty bond for the one year warranty period.
6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first
of the second paragraph and add the following: For each consecutive calendar day in
the time specified for completion of Work, as adjusted in accordance with 6-6, the Contr
pay the Agency, or have withheld monies due it, the sum of Five Hundred Dollars ($500.00
Execution of the Contract shall constitute agreement by the Agency and Contractor
Hundred Dollars ($500.00) per day is the minimum value of costs and actual damages cau
Contractor to complete the Work within the allotted time. Any progress payments madt
specified completion date shall not constitute a waiver of this paragraph or of any damages
i
1
I
1
P u
I
I
I
I
R
b
1
1 aS 7/17/98 Contract No. 3590 54 of
Add the following:
b
I
e=
F
SECTION 7 -- RESPONSIBILITIES of the CONTRACTOR
7-3 LIABILITY INSURANCE. Modify as follows: All insurance is to be placed with insurers th,
have a rating in Best's Key Rating Guide of at least A-:V and are admitted and authorized to condu
business in the state of California and are listed in the official publication of the Department (
Insurance of the State of California.
7-4 WORKERS' COMPENSATION INSURANCE. Add the following: All insurance is to be place
with insurers that are admitted and authorized to conduct business in the state of California and ai
listed in the official publication of the Department of Insurance of the State of California. Policie
issued by the State Compensation Fund meet the requirement for workers' compensation insuranc=E
7-5 PERMITS. Except E
specified herein the agency will obtain, at no cost to the Contractor, all encroachment, right-of-wa;
grading, resource agency and building permits necessary to perform work for this contract o
Agency property, in streets, highways (except State highway right-of-way), railways or other right:
of-way. Contractor shall not begin work until all permits incidental to the work are obtained. Th
Contractor shall obtain and pay for all permits for the disposal of all materials removed from th
project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item an
no additional compensation will be allowed therefor.
Delete the first sentence and add the following four sentences:
7-7 COOPERATION AND COLLATERAL WORK.
Add the following section:
7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companie
during the relocation or construction of their lines. The Contractor may be granted a time extensio
if, in the opinion of the Engineer, a delay is caused by the utility company. No addition; compensation will be made to the Contractor for any such delay.
7-8 PROJECT SITE MAINTENANCE.
7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control required herei
shall also be executed on weekends and other non-working days when needed to preserve th
health safety or welfare of the public. The Contractor shall conduct effective cleanup and du!
control throughout the duration of the Contract. The Engineer may require increased levels (
cleanup and dust control that, in hidher sole discretion, are necessary to preserve the health, safe1
and welfare of the public. Cleanup and dust control shall be considered incidental to the items (
work that they are associated with and no additional payment will be made therefor.
7-8.5 Temporary Light, Power and Water. The Contractor shall obtain
construction meter for water used for the construction, plant establishment, maintenance, cleanul
testing and all other work requiring water related to this contract. The Contractor shall contact th appropriate water agency for requirements.
The Contractor shall pay all costs of temporary light, power and water including hookup, servicc
meter and any, and all, other charges, deposits and/or fees therefor. Said costs shall be considere
incidental to the items of work that they are associated with and no additional payment will be mad
therefor.
Add the following:
em w 7/17/98 Contract No. 3590 55 of 139 Page:
1
1
I
I
I
T
I
1
R
1
I
E
E
1
I
I
Add the following section:
7-8.8 Noise Control. with mufflers in good repair when in use on the project with special attention to the City Nois
Ordinance, Carlsbad Municipal Code Chapter 8.48.
All internal combustion engines used in the construction shall be
7-10 PUBLIC CONVENIENCE AND SAFETY.
7-1 0.3 Street Closures, Detours, Barricades. Add the following: Traffic controls SI
accordance with the plans, Chapter 5 of the California Department of Transportation “h
Traffic Controls,” I996 edition and these Special Provisions. If any component in the traff
system is damaged, displaced, or ceases to operate or function as specified, from any cau:
the progress of the work, the Contractor shall immediately repair said component to it
condition or replace said component and shall restore the component to its original locatio
event that the Contractor fails to install and/or maintain barricades or such other traf
markings, delineation or devices as may be required herein, the Engineer may, at his
option, install the traffic signs, markings, delineation or devices and charge the Contract1
dollars ($20.00) per day per traffic sign or device, or the actual cost of providing such trafl
facility, whichever is the greater.
Add the following section: 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs ar
devices shall be maintained throughout the duration of work in good order and accordii
approved traffic control plan. All construction area signs shall conform to the provisions (
206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions (
214-5.1 .et seq. All temporary reflective channelizers shall conform to the provisions of sec
5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shal
to the provisions of section 21 0-1.6 et seq. except that all temporary paint shall be rapid 1
borne conforming to CALTRANS Specification No. 801 0-91 D-30. Warning and advisory sic
and devices installed or placed to provide traffic control, direction and/or warning shall be f
installed and maintained by the Contractor. Warning and advisory signs, lights and device:
promptly removed by the Contractor when no longer required. Warning and advisory I
remain in place overnight shall be stationary mounted signs. Stationary signs that war1
existant conditions shall be removed from the traveled way and from the view of motori!
traveled way or shielded from the view of the traveling public during such periods that their
does not pertain to existing conditions. Care shall be used in performing excavation for sign
to protect underground facilities. All excavation required to install stationary construction a
shall be performed by hand methods without the use of power equipment. Warning and
signs that are used only during working hours may be portable signs. Portable signs
removed from the traveled way and shielded from the view of the traveling public during noi
hours. During the hours of darkness, as defined in Division 1, Section 280, of the Californi
Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in con
with the provisions in section 206-7.2 et seq. If illuminated traffic cones rather than
delineators are used during the hours of darkness, they shall be affixed or covered with
cone sleeves as specified in CALTRANS “Standard Specifications”, except the sleeves sh: mm (7”) long. Personal vehicles of the Contractor‘s employees shall not be parked \i
traveled way, including any section closed to public traffic. Whenever the Contractor’s v(
equipment are parked on the shoulder within 1.8 m (6’) of a traffic lane, the shoulder are:
closed with fluorescent traffic cones or portable delineators placed on a taper in advan
parked vehicles or equipment and along the edge of the pavement at 7.6 m (25’) intervals
not less than 7.6 m (25’) past the last vehicle or piece of equipment. A
f
3.
*w %# 7/17/98 Contract No. 3590 56 of 1
I@
of nine (9) cones or portable delineators shall be used for the taper. A C23 (Road Work Ahead) (
C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a sign post or telescopin
flag tree with flags. The sign post or flag tree shall be placed where directed by the Engineer.
7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than 1.8 m (6'
nor operate equipment within 0.6 m (2') from any traffic lane occupied by traffic. For equipment th
0.6 m (2') shall be measured from the closest approach of any part of the equipment as it is operate and/or maneuvered in performing the work. This requirement may be waived wlhen the Engine€
has given written authorization to the reduction in clearance that is specific to the time, duration an
location of such waiver, when such reduction is shown on the traffic control pUans included in thes
contract documents, when such reduction is shown on the traffic control plans prepared by th
Contractor and approved by the Engineer or for the work of installing, maintaining and removin
traffic control devices. As a condition of such waiver the Engineer may require the Contractor t
detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane l
provide barriers.
During the entire construction, a minimum of two paved traffic lanes, not less than 3.6m (12') wid1
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 Closure. A traffic control system consists of closir
traffic lanes or pedestrian walkways in accordance with the details shown on the plans, CALTRAN
"Manual of Traffic Control", 1996 edition and provisions under "Maintaining Traffic" elsewhere
these Special Provisions. The provisions in this section will not relieve the Contractor from i
responsibility to provide such additional devices or take such measures as may be necessary 1
maintain public safety.
When lanes are closed for only the duration of work periods, all components of the traffic contrl
system, except portable delineators placed along open trenches or excavatiori adjacent to tt
traveled way, shall be removed from the traveled way and shoulder at the end work period. If tt
Contractor so elects, said components may be stored at selected central locations, approved by tt
Engineer, within the limits of the right-of-way.
Add the following section:
7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic strir
operations, traffic shall be controlled with lane closures, as provided for under "Traffic Contr
System for Lane Closure" of these Special Provisions or by use of an alternative traffic control pk
proposed by the Contractor and approved by the Engineer. The Contractor shall not start trafl
striping operations using an alternative plan until the Contractor has submitted its plan to tt
Engineer and has received the Engineer's written approval of said plan.
Add the following section:
7-1 0.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnishe
placed, maintained and removed in accordance with the minimum standards specified in Chapter
of the "Traffic Manual", 1996 edition published by CALTRANS. Whenever the work caus~
obliteration of pavement delineation, temporary or permanent pavement delineation shall be in plal
prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation sh
be provided at all times for traveled ways open to public traffic. All work necessary, including ai
required lines or marks, to establish the alignment of temporary pavement delineation shall I
performed by the Contractor. When temporary pavement delineation is removed, all lines and mar
used to establish the alignment of the temporary pavement delineation shall be removed by grindin
Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose materi,
4- tS 7/17/98 Contract No. 3590 57 of 139 Page
1
I
1
8
1
I
1
E
d
1
1
I
I
4
1
Temporary pavement delineation shall not be applied over existing pavement delineatior
temporary pavement delineation. Temporary pavement delineation shall be maintai
superseded or replaced with permanent pavement delineation.
Temporary pavement delineation shall be removed when, as determined by the Engi
temporary pavement delineation conflicts with the permanent pavement delineation or wi
traffic pattern for the area and is no longer required for the direction of public traffic
temporary pavement delineation is required to be removed, all lines and marks used to est(
alignment of the temporary pavement delineation shall be removed.
Add the following section:
7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Con
Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are includ
project plans, or if the Contractor elects to modify TCP included in the project plans, the C
shall have such new or modified TCP prepared and submitted as a part of the Work for ar
construction activities that are located within the traveled way. The Contractor shall h
prepared and submitted as a part of the Work for any construction activities that are a pi
project that are not included in the project plans. The Contractor must submit the TC
Engineer's review in conformance with the requirements of section 2-5.3, et seq. and c
Engineer's approval of the TCP prior to implementing them. The minimum 20 day revic specified in section 2-5.3.1 for shop drawings and submittals shall pertain to each submitt:
new, modified or added to, for the Engineer's review. New or revised TCP submittals shz
all TCP needed for the entire duration of the Work. Each phase of the TCP shall be
sufficient scale and detail to show the lane widths, transition lengths, curve radii, stai
features affecting the traffic control plan and the methodology proposed to transitia
subsequent TCP phase. When the vertical alignment of the traveled surface differs from thc
pavement elevation vertical curves must also be shown. Such modifications, supplemen
new design of TCP shall meet the requirements of the Engineer and of the "MANUAL OF
CONTROLS, 1996 Edition as published by the State of California Department of Transp
Such modification, addition, supplement, and/or new design of TCP shall be prepai
registered professional engineer appropriately registered in the State of California. The
shall be the sole judge of the suitability and quality of any such modifications, supplemen.
new designs to TCP. The Engineer may approve any such modifications, supplements, ar
designs to the TCP when, in the Engineer's sole opinion, such modifications, supplemeni
new designs to the TCP prepared by the registered professional engineer retained by the C
will be beneficial to the best interests of the Agency. Such modification, addition, suppleme
new design shall not be implemented and no work shall be commenced that is contingen
approval until the changed TCP are approved by the Engineer. The preparation
modification, addition, supplement, and/or new designs of TCP shall not presuppose their
or obligate the Agency in any fashion. Submittal and review requirements for such mod
supplements, and/or new designs to TCP shall conform to the requirements of section 2-
Drawings and Submittals.
Add the following section:
7-10.3.7 Payment.
The Contractor shall provide traffic control at the contract lump sum price bid. The contract I
price paid for "traffic control" shall include full compensation for furnishing all labor (includin!
costs), materials (including signs), tools, equipment and incidentals, and for doing all
involved in preparation, reproduction and changing of traffic control plans, placing, apply
stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, I
new locations, replacing, and disposing of the components of the traffic control system as 1
the plans and approved additions and modifications, as specified in these special provision
directed by the Engineer. All expenses and time to prepare and review modifications,
4-
f
I.
I.
I w 7/17/98 Contract No. 3590 58 of 1
supplements and/or new TCP designs shall be included in the lump sum bid for traffic control and n
additional payment will be made therefor. Flagging costs will be paid for as a part of the Lump SUI
Amount for "Traffic Control." The cost of labor and material for portable concrete barriers will be pai for at the unit price bid. When there is no bid item the cost of labor and material for portabl
concrete barriers they will be paid as an incidental to the work being performed and no addition;
payment will be made therefor. Progress payments for "Traffic Control" will be based on th
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 necessar
precautions for the safety of employees on the work and shall comply with all applicable provisions (
Federal, State and Municipal safety laws and building codes to prevent accidents or injury to person
on, about, or adjacent to the premises where the work is being performed. The Contractor sha
erect and properly maintain at all times, as required by the conditions and progress of the work, z
necessary safeguards for the protection of workers and public, and shall use danger signs warnir
against hazards created by such features of construction as protruding nails, hoists, well holes, ar
falling materials.
7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this WOI
include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possib
materials, such as borrow pits or gravel beds, for use in the proposed construction project whic
would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditior
established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions (
the contract.
SECTION 9 -- MEASUREMENT & PAYMENT
9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK
9-1.4 Units of Measurement, modify as follows:
the U.S. Standard Measures.
The system of measure for this contract shall t
9-3 PAYMENT.
9-3.1 General. Delete the eighth paragraph and substitute the following: Guarantee perioc
shall not be affected by any payment but shall commence on the date of recordation of the "Notice (
Completion"
9-3.2 Partial and Final Payment. Delete the second paragraph and substitute the following: Each month, the Engineer will make an approximate measurement sf the work performed to thc
closure date as basis for making monthly progress payments. The estimated value will be based or
contract unit prices, completed change order work and as provided for in Section 9-2 of thc
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 Enginee
shall complete the detailed progress pay estimate and submit it to the Contractor for thc
Contractor's information. Should the Contractor assert that additional payment is due, thl
Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemenk payment request to the Engineer with adequate justification supporting the amount of supplemenk
payment request. Upon receipt of the supplemental payment request, the Engineer shall, as so01
as practicable after receipt, determine whether the supplemental payment request is a prope
payment request. If the Engineer determines that the supplemental payment request is not propel
then the request shall be returned to the Contractor as soon as practicable, but not later than sevei
(7) days after receipt. The returned request shall be accompanied by a document setting forth il
em V 7/17/98 Contract No. 3590 59 of 139 Page
1
I
I
f
1
I
1
I
I
I
B
t
1
I
1
writing the reasons why the supplemental payment request was not proper. In conformar
Public Contract Code Section 20104.50, the City shall make payments within thirty (30) da receipt of an undisputed and properly submitted supplemental payment request frc
Contractor. If payment of the undisputed supplemental payment request is not made with
(30) days after receipt by the Engineer, then the City shall pay interest to the Contractor eq
to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure
Delete the third paragraph and substitute the following: The Agency shall retain 10 perceni
estimated value of the work done and 10 percent of the value of materials so estimated to ha
furnished and delivered and unused or furnished and stored as aforesaid as part securit)
fulfillment of the contract by the Contractor, except that at any time after 50 percent of the v
been completed, if the Engineer finds that satisfactory progress is being made, the Ager
reduce the total amount being retained from payment pursuant to the above requireme
percent of the total estimated value of said work and materials and may also reduce the
retained from any of the remaining partial payments to 5 percent of the estimated value of SL
and materials. In addition, on any partial payment made after 95 percent of the work h
completed, the Agency may reduce the amount withheld from payment pursuant to the requi
of this Section to such lesser amounts as the Engineer determines is adequate security
fulfillment of the balance of the work and other requirements of the contract, but in no event
amount be reduced to less than 125 percent of the estimated value of the work yet to be co
as determined by the Engineer. Such reduction will only be made upon the written reque5
Contractor and shall be approved in writing by the surety on the Performance Bond and
surety on the Payment Bond. The approval of the surety shall be submitted to the Engin
signature of the person executing the approval for the surety shall be properly acknowledged
power of attorney authorizing the person executing the approval to give such consent mu:
accompany the document or be on file with the Agency.
Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final F
Estimate and process a corresponding payment. This estimate will be in writing and shall be
total amount owed the Contractor as determined by the Engineer and shall be itemized
contract bid item and change order item with quantities and payment amounts and shall s
deductions made or to be made for prior payments and amounts to be deducted under provi:
the contract. All prior estimates and progress payments shall be subject to correction in tt
Payment Estimate.
The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate ti
written statement disputing any bid item or change order item quantity or payment amour
Contractor shall provide all documentation at the time of submitting the statement suppo
position. Should the Contractor fail to submit the statement and supporting documentation wii
time specified, the Contractor acknowledges that full and final payment has been made
contract bid items and change order items.
If the Contractor submits a written statement with documentation in the aforementioned tir
Engineer will review the disputed item within 30 calendar days and make any appi
adjustments on the Final Payment. Remaining disputed quantities or amounts not approved
Engineer will be subject to resolution as specified in subsection 3-5, Disputed Work.
The written statement filed by the Contractor shall be in sufficient detail to enable the Engi
ascertain the basis and amount of said disputed items. The Engineer will consider the merit2
Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonab
such further information and details as may be required by the Engineer to determine the f
contentions involved in its claims. Failure to submit such information and details will be SL
cause for denying payment for the disputed items.
ern
F
1.
f
1 r’@ 7/17/98 Contract No. 3590 60 of 139
9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed
the written statement required in subsection 9-3.2 all claims of any dollar amount shall be submittt
in a written statement by the Contractor no later than the date of receipt of the final payme
estimate. Those final payment items disputed in the written statement required in subsection 9-3
shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will I
considered that was not included in this written statement, nor will any claim be allowed for whi
written notice or protest is required under any provision of this contract including sections 3
Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Writt
Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied w
notice or protest requirements.
The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain t
basis and amount of said claims. The Engineer will consider and determine the Contractor’s claii
and it will be the responsibility of the Contractor to furnish within a reasonable time such furtt
information and details as may be required by the Engineer to determine the facts or contentic
involved in its claims. Failure to submit such information and details will be sufficient cause
denying the claims.
Payment for claims shall be processed within 30 calendar days of their resolution for those claii
approved by the Engineer. The Contractor shall proceed with informal dispute resolution unr
subsection 3-5, Disputed Work, for those claims remaining in dispute.
Add the following section:
9-3.3.1 Delivered Materials.
into the will not be included in the progress estimate.
Add the following section:
9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work ’
be made at the stipulated lump-sum price bid therefor in the bid schedule. The Contract lump-s
price paid for mobilization shall not exceed Three Thousand dollars ($3,000.00), and includes
compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipm
and incidentals, and for doing all the work involved in mobilization and preparatory work i
operations, including, but not limited to, those necessary for the movement of personnel, equipmt
supplies, and incidental to preparing to conduct work on and off the project sits and other oft
facilities necessary for work on the project; for all other facilities, sureties, work and operations wt
must be performed or costs incurred prior to beginning work on various contract items on or off
project site, excepting those specifically paid for under separate sections of these specificatioi
The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization I
Preparatory Work, as described in this section, and that the Contractor shall have no righ
additional compensation for Mobilization and Preparatory Work.
Progress payments for Mobilization and Preparatory Work will be made as follows:
For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%
the amount bid for Mobilization And Preparatory Work will be allowed. For the second progi
payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory v
will be allowed therefor.
The cost of materials and equipment delivered but not incorpora
em GS 7/17/98 Contract No. 3590 61 of 139 Pz
Type of Construction
All Concrete Used Within the Right-of-way E
1. Trench Backfill Slurry
I Street Light Foundations and Survey Monuments
Traffic Signal Foundations
Concreted-Rock Erosion Protection 1
Concrete Maxim
Class Slump mm
330-C-23 (2)
1 15-E-3 200 (I
330-C-23 100 (1
350-C-27 100 (1
(560-C-3250) (I)
(1 90-E-400)
(560-C-3250)
(590-C-3750)
(520-C-25OOP)
31 0-C-I 7 per Table 3C
000203-6.6.1 p Batch Plant Method,
“and from the Engineer’s field laboratory”. Last paragraph, add after D 2172: “method A or B.”
203-6.7 Asphalt Concrete Storage. add the following: Open graded asphalt concrete stored
excess of 2 hours, and any other asphalt concrete stored in excess of 18 hours, shall not be used
the work.
modify as follows: Third paragraph, last sentence, delei
SECTION 206 - MISCELLANEOUS METAL ITEMS
Add the following section:
206-7 TRAFFIC SIGNS.
Add the following section:
206-7.1 Permanent Traffic Signs Permanent traffic signs shall consist of all signs used for the
direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic upon the
completion of the Work.
Add the following section:
206-7.1.1 General. Materials, legend, proportion, size, and fabrication of all signs used for 1
direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall conform
the requirements of “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 199
Sheets 1 through 5 that accompany “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGh
October 1993” of dimensions and details, dated April 1987, and ”OPAQUE COLOR CHART”, dat
February 1980, all published by the State of California, Department of Transportation, Division
Procurement Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacramento,
95819 and as modified herein. Where the “SPECIFICATION FOR REFLECTIVE SHEETING SlGF
October 1993” require the Contractor or supplier to notify the Department of Transportation or
certify compliance to said SPECIFICATIONS, to provide a quality control program or to allow testi
approval, observation of manufacturing or assembly operations by the State of Califorr
Department of Transportation and/or its employees or officials, such rights shall be vested in ’
Engineer.
Add the following section:
206-7.1.2 Sign identification. Modify the ‘SPECIFICATIONS FOR REFLECTIVE SHEET1
SIGNS, October 1993” as follows: Sign identification shall be as per “SPEC;IFICATIONS F
REFLECTIVE SHEETING SIGNS, October 7 993”, except that the notation shall be “PROPERTY
THE CITY OF CARLSBAD”.
Add the following section:
206-7.1.3 Drawings. Modify the “Specifications For Reflective Sheeting Signs, October 1993’
follows: Standard signs shall be as per the most recently approved “Approved Sign Specifica
Sheets’’ of the State of California, Department of Transportation. The date of approval shall be
date most closely preceding the date of manufacture of the sign(s) or the date of the “Notict
Proceed” of this contract, whichever is most recent.
Add the following section:
206-7.1.4 Reflective Sheeting. Modify the “Specifications For Reflective Sheeting Signs, Octc
1993” as follows: All advisory signs, warning signs and all regulatory signs, excepting only tt
hereinafter listed, shall be fabricated with Type Ill encapsulated lens sheeting conforming to
requirements of this specification. Signs listed below shall be fabricated with Type I1 encapsuli
lens sheeting conforming to the requirements of this specification. Regulatory signs which shal
fabricated with Type I1 encapsulated lens sheeting are: R5; R24 through, and including, R32B;
4w
63 of 139 Pi tp 7/17/98 Contract No. 3590
i
1
I
1
I
1
I
I
li
1
I
1
1
I
through, and including, R53C; R62A through, and including, R62D; R74 through, and i
R96C; and R99 through, and including, R105A. All sign designations shall be as per thl
Manual”, 1996 revision, as published by the California Department of Transportation.
Add the following section: 206-7.1.5 Substrate. Modify the “Specifications For Reflective Sheeting Signs, October ’
follows: All permanent traffic signs used for the direction, warning, and regulation o
(including bicycle) and pedestrian traffic shall use aluminum substrate.
Add the following section:
206-7.1.6 Mounting Traffic Signs. Traffic signs shall be installed as required by Sa
Regional Standard drawing M-45 or, when the sign area exceeds the maximum area allow(
that drawing, on wood posts in the same manner shown on the State of California, Depar
Transportation “Standard Plans” 1995 edition standard plans numbers RS1, RS2, RS3 and
f
P installation of roadside signs
Add the following section:
206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of all signs used fc
direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic during tt
Contractor’s performance of the Work. Temporary traffic signs include both stationary and pc
signs.
Add the following section:
206-7.2.1 General. Materials, legend, proportion, size, and fabrication of all temporary trafl
used for the direction, warning, and regulation of vehicle (including bicycle) and pedestria
shall conform to the requirements of “Specifications For Reflective Sheeting Signs, Octobei
Sheets 1 through 5 that accompany “Specifications For Reflective Sheeting Signs, October ’
dimensions and details, dated April 1987, and “OPAQUE COLOR CHART”, dated February q
published by the State of California, Department of Transportation, Division of Proci
Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 95819
modified herein. Where The “Specification For Reflective Sheeting Signs, October 1993 req
Contractor or supplier to notify the Department of Transportation or to certify compliance
”Specifications For Reflective Sheeting Signs, October 1993”, to provide a quality control pro!
to allow testing, approval, observation of manufacturing or assembly operations by the I
California, Department of Transportation and/or its employees or officials, such rights shall be
in the Engineer.
Add the following section:
206-7.2.2 Drawings. Modify the “Specifications For Reflective Sheeting Signs, October I!
follows: Standard temporary traffic signs shall be as per the most recently approved “AF
Sign Specification Sheets” of the State of California, Department of Transportation. The
approval shall be the date most closely preceding the date of manufacture of the sign(s) or tl
of the “Notice to Proceed” of this contract, whichever is most recent.
Add the following section:
206-7.2.3 Reflective Sheeting. Modify the “Specifications For Reflective Sheeting Signs, C
1993” as follows: All advisory signs, warning signs and all regulatory signs, excepting onl!
hereinafter listed, shall be fabricated with Type Ill encapsulated lens sheeting conforming
requirements of this specification. The signs listed below shall be fabricated with 1
encapsulated lens sheeting conforming to the requirements of this specification. Regulator,
which shall be fabricated with Type II encapsulated lens sheeting are: R5; R24 throug
including, R32B; R47 through, and including, R53C; R62A through, and including, R62C
through, and including, R96C; and R99 through, and including, R105A. All sign designation
*-
1.
r.
I Gs 7/17/98 Contract No. 3590 64 of 139
be as per the “Traffic Manual”, Transportation.
Add the following section:
206-7.2.4 Substrate. Modify the “Specifications For Reflective Sheeting Signs, October 1993” r
follows: Excepting only construction warning signs used at a single location during daylight hou
for not more than five (5) consecutive days, all signs used for the direction, warning, and regulatic
of vehicle (including bicycle) and pedestrian traffic shall be stationary mounted and shall u!
aluminum substrate.
Add the following section:
206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary traf
signs shall be installed on wood posts in the same manner shown on the State of Californ
Department of Transportation “Standard Plans” 1995 edition standard plans numbers RS1 , RE
RS3 and RS4 for installation of roadside signs, except as follows:
a) Back braces and blocks for sign panels will not be required.
b) The height to the bottom of the sign panel above the edge of traveled way shall be at le;
2.1 m (7).
c) Construction area sign posts may be installed on above ground temporary platform si
supports as approved by the Engineer, or the signs may be installed on existing lighti
standards or other supports as approved by the Engineer. When construction area sig
are installed on existing lighting standards, holes shall not be made in the standards
support the sign.
d) The post embedment shall be 0.8-m (32”) if post holes are backfilled around the posts N
295-C-17 (500-C-2500) portland cement concrete.
e) When break-away sign posts (SDRS M-45) are used one post shall be provided for e:
0.48 m2 (5 ff)of sign area.
Post size and number of posts shall be as shown on the plans, except that when stationary moun’
signs are installed and the type of sign installation is not shown on the plans, post size and ‘
number of posts will be determined by the Engineer. Post shall be good sound wood posts, suita
for the purpose intended. Sign panels for stationary mounted signs shall conform to 1
requirements specified for aluminum signs in the “Specifications For Reflective Sheeting Sig
October 1993”
Add the following section:
206-7.2.6 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consis
a base, standard or framework and a sign panel. The units shall be capable of being delivered to
site of use and placed in immediate operation. Sign panels for portable signs shall conform to
requirements of sign panels for stationary mounted signs in the “Specifications For Reflec
Sheeting Signs, October 1993, or shall be cotton drill fabric, flexible industrial nylon fabric, or oi
approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and I
end requirements for portable signs shall be as described for stationary mounted sign panel!
section 206-7.2 of these Special Provisions. The height to the bottom of the sign panel above
edge of traveled way shall be at least 0.3-m (12). All parts of the sign standard or framework s
be finished with 2 applications of an orange enamel which will match the color of the sign p:
background. Testing of paint will not be required.
Add the following section:
1996 revision, as published by the California Department (
206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS.
4- ts 7/17/98 Contract No. 3590 65 of 139Pe
Nominal Outside Dimensions mm (inches)
(1 x 1) 32 x 32 (I ‘/4 x 1 1/4)
38 x 38 (1V2 x 1V2)
44x44 (13/4 X 13/4)
56 x 56 (23/1, x 23/16) 57 x 57 (21/4 X 21/4)
64 x 64
51 x76 (2 x 3)
25 x 25 1
I.
R 51 x51 (2 x 2)
(2V2 x 2V2)
Outside Tolerance for 411 Sides at Corners
mm (inches)
0.13 0.005
0.15 0.006
0.15 0.006
0.20 0.008
0.008 0.20
0.01 0 0.25
0.01 0 0.25
0.25 0.010
0.01 0 0.25
57 x 57
64 x 64
51 x76
I ~~ (2-‘/4 X 2-’14) 0.36 1.014 1.6 0.062
(24 x 24) 0.38 0.01 5 1.9 0.075
(2 x 3) 0.46 0.01 8 I .9 0.075
Add the following section:
206-8.3 Fasteners. Fasteners used to assemble cold-rolled steel perforated tubing shall be st€
“pull-through” electrogalvanized rivets with 9.5 mm (3/8”) diameter shank, 22 mm (7/8”) diamet
head, and a grip range of from 5 mm (0.200) to 0.90 mm (0.356”). The fasteners shall conform
ASTM 8-633, Type IIISCI.
SECTION 207 - PIPE
Add the following section:
Add the following section:
207-25.1 Detectable Underground Utility Marking Tape: Detectabfe Underground Uti1
Marking Tape shall have a minimum 0.13 mm (0.005”) overall thickness, with no less than a
gauge (AWG), 0.14 mm aluminum foil core. The foil must be visible from both sides. The layers sh
be laminated together with the extrusion lamination process, not adhesives. No inks or printing st
extend to the edges of the tape. All printing shall be encased to avoid ink rub-off. Detectal
Underground Utility Marking Tape shall conform to the properties listed in Tables 207-25(A) and 2(
25 (B).
207-25 UNDERGROUND UTILITY MARKING TAPE.
TABLE 207-25.1 (A)
DETECTABLE UNDERGROUND UTILITY MARKING TAPE PROPERTIES
TABLE 207-25.1 (B)
4- \$ 7/17/98 Contract No. 3590 67 of 139 Pa
1
Add the following section:
207-25.2 Materials Approvals. Detectable Underground Utility Marking Tape shall I
requirements of each of the following agency/association publications.
A. Department of Transportation, Materials Transportation Bureau, Office of Pipelinc
USAS code for pressure piping B31.8, paragraph 192.321 (e).
B. National Transportation Safety Board, Washington, DC, Special Study Prevention of
to Pipelines. Adopted June 7, 1974. Report NTSB-PSS-73-1.
C. American Petroleum Institute (API). Recommended practice for marking burit
petroleum pipelines - APR RP 1 109.
D. General Services Administration, Washington, DC, Public Buildings Service
Specification for Mechanical and Electrical Equipment - PBS 4-1 501, Amendment
501-14, Paragraph 18, Subparagraph 18.1, Clause 18.1.1.
E. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC,
Electrical Safety Code for Underground Construction for remote and immediate hazards.
k
1
i
I
E
I
I
8
1
1
1
I
I
SECTION 209 - ELECTRICAL COMPONENTS
209 ELECTRICAL COMPONENTS. Modify as follows: Section 209, “Signals, Lighting an
Electrical Systems”, herein, shall replace Section 209, “Electrical Components”, of the SSPC
matters pertaining to the specifications for measurement, payment, warranty, and mater
methods of construction for all elements of street lighting and traffic signals. For e
components provided and installed in systems not including street lighting and traffic signals
209 SSPWC is unmodified except as specified in sections other than section 209, “Signals,
and Electrical Systems”, herein. For section 209, “Signals, Lighting and Electrical Systems”,
both construction materials and construction methods have been combined into a single secti
SECTION 209 - SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS b
209-1 GENERAL
209-1.01 Description. Signals, lighting and electrical systems work shall consist of furnist
installing, modifying or removing one or more traffic signals, traffic signal master cl
assemblies and interconnection facilities, flashing beacon systems, lighting systems, SI mination systems, traffic monitoring stations, communication systems, electrical equipr
structures, falsework lighting, provisions for future systems, or combinations thereof, all as sh
the plans, and as specified in these special provisions.
The locations of signals, beacons, standards, lighting fixtures, signs, controls, servic appurtenances shown on the plans are approximate and the exact locations will be establi:
the Engineer in the field. All systems shall be complete and in operating condition at the
209-1.015 Definitions. The following definitions pertain only to Section 209, “Signals, Lighl
Electrical Systems.”
Actuation.- The operation of any type of detector.
Burn-In Procedure. - The procedure by which each LED signal module is energize!.
minimum of 24 hours at operating voltage at a 100% duty cycle, and in an ambient temper:
6OoC (1 4OOF).
Candlepower Values. - Luminous intensity expressed in candelas (cd).
Channel.- A discrete information path.
I acceptance of the contract.
em
I.
I %# 7/17/98 Contract No. 3590 68 of 139
Chromaticity (Color). - The color of the light emitted by a signal module, specified as x
chromaticity coordinates on the chromaticity diagram according to the 1931 Commissic Internationale d’Eclairage standard observer and coordinate system. The measured chromatic
coordinates shall fall within the limits specified in VTCSH Section 8.04 “Limits of Chromatic
Coordinates.”
Controller Assembly.- The complete assembly for controlling the operation of a traffic signal
other system, consisting of a controller unit, and all auxiliary equipment housed in a rainproof ca
net. Controller Unit.-That part of the controller assembly which performs the basic timing and lo!
functions. Detector.- A device for indicating the passage or presence of vehicles or pedestrians.
Duty Cycle. - The amount of illuminated on-time a signal module is energized, expressed a!
percent of signal cycle time period.
Electro1ier.- The complete assembly of lighting standard, luminaire, ballast and lamp.
Flasher.- A device used to open and close signal circuits at a repetitive rate.
Flashing Beacon Control Assembly.- A complete electrical mechanism for operating a warn
beacon or intersection control beacon.
Inductive Loop Vehicle Detector.- A detector capable of being actuated by the change
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 tc
luminous flux to be determined by a single measurement.
LED Light Source. - An individual light emitting diode.
LED Signal Module. - A sealed circular ball or arrow that includes the lens and utilizes 1
devices as the light source. An LED signal module may directly replace an existing traffic si<
lamp and lens combination.
Lighting Standard.- The pole and mast arm which support the luminaire.
Luminaire.- The assembly which houses the light source and controls the light emitted from
light source.
Magnetic Vehicle Detector.- A detector capable of being actuated by the induced voltage cau
by the passage of a vehicle through the earth’s magnetic field.
Magnetometer Vehicle Detector.- A detector capable of being actuated by the magr
disturbance caused by the passage or presence of a vehicle.
Major Street.- The roadway approach or approaches at an intersection normally carrying the m volume of vehicular traffic.
Minimum Intensity. - In accordance with the values in Table 1 of the existing “Vehicle Tr
Control Signal Heads”, hereinafter VTCSH standard, the minimum intensity values below whicl LED signal modules will be released from the supplier.
Minor Street.- The roadway approach or approaches at an intersection normally carrying the r~
volume of vehicular traffic.
Pedestrian Detector.- A detector, usually of the push button type, capable of being operatec
hand. Plans. - For this Section (Section 209) plans shall include all documents listed in Section
“Plans and Specifications”, et seq. as well as the “STANDARD PLANS”, 1995 edition as promulg
by the State of California, Department of Transportation.
Power Consumption. - The rms electrical power (watts) consumed by an LED signal mc
when operated at rated voltage.
Pre-timed Controller Assembly.- A controller assembly for operating traffic signals in accord;
with a pre-determined cycle length.
Rated Initial Intensity. - The light intensity of a new LED signal module, operated at rated vol
measured after the burn-in procedure with an integrating photometer.
Rated Voltage. - The ac rms voltage at which light output performance and power consum
are specified (1 17 VAC at 60 Hz).
4- ts 7/17/98 Contract No. 3590 69 of139P
I
Signal Face.-That part of a signal head provided for controlling traffic in a single direc
consisting of one or more signal sections.
Signal Head.- An assembly containing one or more signal faces.
Signal Indication.-The illumination of a signal section or other device, or of a combi
sections or other devices at the same time.
Signal Section.- A complete unit for providing a signal indication consisting of a housi
reflector, lamp receptacle and lamp.
Sun Phantom. - The effect of an outside light source entering the signal assembly a
returned in such a manner as to present the appearance of the signal assembly being illumir
Traffic-Actuated Controller Assembly.- A controller assembly for operating traffic si
accordance with the varying demands of traffic as registered with the controller unit by detec’
Traffic Phase.- The right of way, change and clearance intervals assigned to a traffic mow
combination of movements.
Vehicle.- Any motor vehicle normally licensed for highway use.
VTCSH Standard. - The definitions and practices described in ”Vehicle Traffic Contrc
Heads” published in the “Equipment and Materials Standards” of the Institute of Trans1
Engineers.
209-1.02 Regulations and Code. All electrical equipment shall conform to the standarc
National Electrical Manufacturers Association (NEMA), the Underwriters’ Laboratories Inc. {
Electrical Testing Laboratories (ETL), the National Electrical Testing Association, Inc. (NET1
Electronic Industries Association (EIA), wherever applicable. In addition to the requiremeni
plans, these special provisions, all materials and workmanship shall conform to the requirer
the National Electrical Code 1996 edition, hereinafter referred to as the Code; California
Regulations, Title 8, Chapter 4, Subchapter 5, Electrical Safety Orders; Rules for Overhead E
Line Construction, General Order No. 95 of the Public Utilities Commission; Standard:
American Society for Testing and Materials (ASTM); American National Standards Institute
and any local ordinances which may apply. Wherever reference is made to any of the st
mentioned above, the reference shall be construed to mean the code, order, or standard t
effect on the day the Notice to Contractors for the work is dated.
209-1.03 Equipment List and Drawings. Unless othetwise permitted in writing by the E
the Contractor shall, within 15 days following award of the contract, submit to the Engineer fa
a list of equipment and materials which the Contractor proposes to install as specified in SE.
5.3, “Shop Drawings and Submittals.” The list shall be complete as to name of manufactur
and identifying number of each item. The list shall be supplemented by such other data as
required, including schematic wiring diagrams and scale drawings of cabinets showing local
spacing of shelves, terminal blocks and equipment, including dimensioning. All of the abo
shall be submitted, install as specified in Section 2-5.3, “Shop Drawings and Submittals”, for
Where electrical equipment is constructed as detailed on the plans, the submission of 1
drawings and diagrams will not be required.
The Contractor shall furnish 5 sets of controller cabinet schematic wiring diagrams made by
blueprint, white background process using iron-sensitized paper, (2) the offset lithograph pro1
(3) the electrostatic process. The diagrams shall show the location of the installation and sh:
equipment installed in each controller cabinet. In addition, for each signal installation, the Co
shall furnish an intersection sketch showing poles, detectors, field wire connection termin
phasing as shown on the plans. All schematic wiring diagrams of the controller units and i
equipment, all cabinet diagrams, and all operation manuals shall be submitted at the ti
controller assemblies are delivered for testing. The schematic wiring diagram shall show in c
circuits and parts. All parts shown thereon shall be identified by name or number and
manner as to be readily interpreted. All diagrams, plans and drawings shall be prepare1
graphic symbols shown in ANSI publication Y32.2, entitled “IEEE Standard and American F
Standard Graphic Symbols for Electrical and Electronic Diagrams.”
k
I
i
I
1.
1
I
1
4
1
I
1
1
I
I.
*w
f
1 %# 7117198 Contract No. 3590 70 of 135
209-1.04 Warranties, Guaranties and Instruction Sheets. Manufacturers’ warranties ar
guaranties furnished for materials used in the work and instruction sheets and parts lists supplie
with materials shall be delivered to the Engineer prior to acceptance of the project.
209-1.05 Maintaining Existing and Temporary Electrical Systems. Existing electrical systen
(traffic signal, street lighting, flashing beacon, traffic monitoring, sign illumination and other facilitie:
or approved temporary replacements thereof, shall be kept in effective operation for the benefit of tt
traveling public during the progress of the work, except when shutdown is permitted, to allow f alterations or final removal of the systems. The traffic signal shutdowns shall be limited to norm
working hours. Lighting system shutdowns shall not interfere with the regular lighting schedu
unless otherwise permitted by the Engineer. The Contractor shall notify the Engineer prior
performing any work on existing systems, The Contractor shall notify the local traffic enforcemf
agency prior to any operational shutdown of a traffic signal.
Where an existing system or temporary system is being modified, work not shown on the plans
specified in these special provisions and which is considered by the Engineer as necessary to ke
all or any part of the system in effective operation will be paid for as extra work as provided
Section 3-3 “Extra Work.”.
The Agency will:
I) Continue the operation and maintenance of existing electrical facilities.
2) Continue to provide for electrical energy for the operation of existing electrical facilities.
3) Repair or replace existing facilities damaged by public traffic.
4) Pay the cost of electrical energy for the operation of existing or new facilities that are undergo
the functional tests described in Section 209-2.1 4C, “Functional Testing.”
The Contractor shall ascertain the exact location and depth of existing detectors, conduits, pull bo>
and other electrical facilities before using any tools or equipment that may damage those facilities
interfere with any electrical system. Where damage is caused by the Contractor’s operations, 1
Contractor shall, at the Contractor’s expense, repair or replace damaged facilities promptly
accordance with these specifications. If any existing loop conductor, including the portion leadins
the detector hand hole or termination pull box, is damaged by the Contractor‘s operations,
Contractor shall immediately notify the Engineer. The affected detectors shall [be replaced at
Contractor’s expense and as directed by the Engineer within 24 hours. If the Contractor fails
complete the repairs within this period, the repairs will be made by Agency forces at the Contract
expense. Should the Contractor fail to perform the required repairs or replacements, the cos
performing the repairs or replacements will be deducted from any moneys due or to become due
Con tractor.
Where roadways are to remain open to traffic and existing lighting systems are to be modified,
lighting systems shall remain in operation and the final connection to the modified circuit shall
made so that the modified circuit will be in operation by nightfall of the same day. Tempo
electrical installations shall be kept in effective operation until the temporary installations are
longer required for the traveling public. Removal of temporary installations shall conform to
provisions in Section 209-7, “Removing, Reinstalling or Salvaging Electrical Equipment.“ Th provisions will not relieve the Contractor in any manner of the Contractor’s responsibilities
provided in Sections 4-1 .I I ”General” and 4-1.2, “Protection of Work and Materials.”
During traffic signal system shutdown the Contractor shall place ”STOP AHEAD” and “STOP” s
to direct vehicle and pedestrian traffic through the intersection. AIU signal faces shall be cow
when the system is shut down overnight. Temporary “STOP AHEAD” and ”STOP” signs shal
either covered or removed when the system is turned on. “STOP AHEAD” and “STOP” signs : be furnished by the Contractor and shall conform to the provisions in Section 7-10.3, “Si
Closures, Detours, Barricades.” Minimum size of “STOP” signs shalU be 750 mm (30). One “S
AHEAD” sign and one “STOP” sign shall be placed for each direction of traffic. For two, or n
lane approaches, two “STOP” signs shall be placed for each direction of traffic. Location of the I
shall be as directed by the Engineer.
e= ES 7/17/98 Contract No. 3590 71 Of 139 Pi
1
I
i
I
I
1
I
i.
I
1
I
1
l
1
209-1.06 Scheduling of Work. No above ground work, except service equipment,
performed until the Contractor has all materials on hand to complete that particular signal la
lighting circuit. Work shall be so scheduled that each traffic signal, lighting and sign ill1
system shall be completed and ready for operation prior to opening the corresponding secti
roadway to traffic. Traffic signals shall not be placed in operation for use by public traffic wi
written approval of the Engineer. The Contractor shall obtain the written approval of the En!
less than three days prior to placing any traffic signal in operation. Traffic signals shall not t
in operation for use by public traffic without the energizing of street lighting at the intersecti
controlled if street lighting exists or is being installed in conjunction with the traffic signals
signals shall not be placed in operation until the roadways to be controlled are open to pub1
unless otherwise directed by the Engineer. Lighting and traffic signals shall not be p operation, including flashing operation, prior to commencement of the functional test period !
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 roc
installed, mortar placed around conduit, concrete bottom of pull boxes placed, and metallic
bonded.
The initial turn-on shall be made only between the hours of 9:00 am. and 2:OO p.m. and
through Thursday unless otherwise approved, in writing, by the Engineer. Prior to tun
equipment as shown on the plans shall be installed and operable including pedestrian
pedestrian push buttons, vehicle detectors, lighting, signs and pavement delineation. All
visors, and signal faces shall be directed to provide maximum visibility. Functional tests st
on any working day except Friday, or the day preceding a legal holiday.
209-1.07 Safety Precautions. Attention is directed to Section 7-1 0.4.1 , “Safety Orders.”
starting work on existing series street lighting circuits, the Contractor shall obtain daily a safe
clearance from the serving utility. By-pass switch plugs shall be pulled and “Men at Wor
posted at switch boxes before any work is done.
F
1
209-2 MATERIALS AND INSTALLATION
209-2.01 Excavating and Backfilling. The excavations required for the installation of
foundations, and other appurtenances shall be performed in such a manner as to av
unnecessary damage to streets, sidewalks, landscaping, and other improvements. The ti
shall not be excavated wider than necessary for the proper installation of the e
appurtenances and foundations. Excavation shall not be performed until immediately
installation of conduit and other appurtenances. The material from the excavation shall be p
a position that will not cause damage or obstruction to vehicular and pedestrian traffic nor i
Unless otherwise permitted in writing by the Engineer, all surplus excavated material s
removed and disposed of, within 48 hours, outside the public right of way in accordance \r
provisions in Sections 7-8.1, “Cleanup and Dust Control”, 300-1.3, “Removal and Disp
Materials” and 302-6, “Surplus Material”, depending on the origin and nature of the materia
removed and disposed.
The excavations shall be backfilled in conformance with the provisions in Sections :
“Structure Backfill” or 306-1.3, “Backfill and Densification,” depending on the nature of the s or conduit that the excavation being backfilled accommodates. Excavations after backfilling !
kept well filled and maintained in a smooth and well-drained condition until permanent repz
made. All excavations shall be filled, and sidewalks, pavement, and landscaping restored i
intersection prior to excavating at any other intersection, unless otherwise permitted by the En
Excavations in the street or highway shall be performed in such a manner that not more th
traffic lane is restricted at any time, unless otherwise approved by the Engineer.
4-
R with surface drainage.
r.
1 ts 7/17/98 Contract No. 3590 72 of 139
209-2.02 Removing and Replacing Improvements. In addition to the requirements of section
7-9, “Protection and Restoration of Existing Improvements” and 306-1.5, ”Trench Resurfacinc
Improvements such as sidewalks, curbs, gutters, portland cement concrete and asphalt concret
pavement, underlying material, lawns and plants, and any other improvements removed, broken c
damaged by the Contractor’s operations, shall be replaced or reconstructed with the same kind c material as found on the work or with materials of equal quality. The new work shall be left in
serviceable condition.
Whenever a part of a square or slab of existing concrete sidewalk, curb, gutter, or driveway is broke or damaged, the entire square, section or slab shall be removed and the concrete reconstructed E
above specified. The outline of all areas to be removed in portland cement concrete sidewalks an
driveways and in pavements shall be cut to a minimum depth of 50 rnm (2“) with an abrasive tyy
saw prior to removing the sidewalk, driveways and pavement material. Cuts shall be neat and trt
along score lines, with no shatter outside the removal area.
209-2.03 Foundations, Portland cement materials and construction methods shall conform
Section 201, “Concrete, Mortar and Related concrete Materials,” for Materials and Section 30
“Concrete and Masonry Construction,” for construction methods. Concrete foundations shall rest c
firm ground.
Except when located on structures, foundations for posts, standards, and pedestals, not shown c
the plans to have mortar pads, shall be placed “in the solid” and monolithic except for the top 50 rr
(2) which shall be placed after the post, standard or pedestal is in proper position. After each por
standard, or pedestal on structures, and each standard shown on the plans to have mortar pads,
in proper position, mortar shall be placed under the base plate as shown on the plans. The exposc
portions shall be formed to present a neat appearance. Mortar shall consist of one part by volume
portland cement and 3 parts of clean sand, shall contain only sufficient moisture to permit packi
and shall be cured by keeping it damp for 3 days.
Reinforced cast-in-drilled-hole concrete pile foundations for traffic signal and lighting standards sh
conform to the provisions in Section 205-3.3, “Cast-in-Place Concrete Piles,” except that mater
resulting from drilling holes shall be disposed of as provided in Section 209-2.01, “Excavating a
Backfilling.” The exposed portions of the foundation shall be formed to present a neat appearance
Forms shall be true to line and grade. Tops of foundations for posts and standards, except spec
foundations, shall be finished to curb or sidewalk grade or as directed by the Engineer. Forms st
be rigid and securely braced in place. Conduit ends and anchor bolts shall be placed in proj
position and to proper height, and shall be held in place by means of a template until the concrc
sets.
Anchor bars or studs and nuts, except for Type 30 and Type 31 lighting standards, shall conform
ASTM Designation: A 307. Headed anchor bolts for foundations shall conform to the specificatic
of ASTM Designation: A 307, Grade B with SI supplementary requirements. At the option of
Contractor, nonheaded anchor bolts for foundations shall conform either to the specifications
ASTM Designation: A 307, Grade C or to the provisions in AASHTO Designation: M 314, Grade or 55 with SI supplementary requirements. When nonheaded anchor bolts conforming to
specifications of ASTM Designation: A 307, Grade C are furnished, the end of each fabriw
anchor bolt shall be either coded by end stamping as required in ASTM Designation: A 307 or end that projects from the concrete shall be permanently coded with a green color by
manufacturer. High strength anchor bolts, bars, or studs for Type 30 and Type 31 lighting stands
shall conform to ASTM Designation: A 325, A 325M or A 449 and shall comply with the mechan
requirements of ASTM Designation: A 325 or A 325M after galvanizing. Nuts and washers for t strength anchor bolts shall conform to ASTM Designations: A 563 or A 563M, and F 476 or F 471 respectively. In addition to the requirements of ASTM Designation: A 449, studs shall be market
em tg 7/17/98 Contract No. 3590 73 of 139 Pa!
1
either end as required for bolt heads. All steel parts shall be galvanized in accordance
provisions in Section 21 0-3.6, “Galvanizing for Traffic Signal Facilities.”
The upper threaded portion of all anchor bolts shall be provided with 2 nuts and 2 washei Anchor bars or studs shall be provided with 3 nuts and washers each. Welding shal
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 placin
or before the foundation is finished to final grade. Shims, or other similar devices shall not
for plumbing or raking of posts, standards or pedestals.
Both forms and ground which will be in contact with the concrete shall be thoroughly m(
before placing concrete. Forms shall not be removed until the concrete has thorougt
Ordinary surface finish, as specified in Section 303-1.9.2, “Ordinary Surface Finish,” shall be
to exposed surfaces of concrete. Where obstructions prevent the construction of a
foundation, the Contractor shall construct an effective foundation as directed by the Enginel
foundations shown on the plans shall be extended if conditions require additional depth,
additional work, if ordered by the Engineer, will be paid for as extra work as provided in Seci
“Changes Initiated By The Agency.’’
Unless otherwise specified or shown on the plans, foundations not to be reused shall be rei
When a foundation is shown on the plans to be abandoned, the top of foundation, anchor bc
conduits shall be removed to a depth of not less than 1.0 m (3‘) below surface of side
unimproved ground. The resulting hole shall be backfilled with material equivalent to the surrc
material. Unless otherwise shown on the plans, all standards to be relocated shall be provid
new foundations and anchor bolts of the proper type and size. Posts, poles, standards, pec
and cabinets shall not be erected until the foundation has set at least 7 days, and shall be p
or raked, as directed by the Engineer. In unpaved areas, a 1 .O rn (3‘) square, 100 mrn (4“) thi
the size shown on the plans, whichever is the larger, raised pad of portland cement concrete :
placed in front of each controller cabinet.
209-2.04 Standards, Steel Pedestals and Posts. Standards for traffic signals and lightii
steel pedestals for cabinets and other similar equipment shall be located as shown on the
Workmanship and finish shall be equal to the best general practice of metal fabrication sho
welding shall conform to AWS D1.l, “Structural Welding Code,” and to the requirements
Section 209-2.04. All welds joining the shafts of the standards and mast arms to their base
shall be as shown on the plans, however, alternative weld joint details may be approved
Engineer. Approval of alternative weld joint details will be contingent upon the proposed WE
passing both weld procedure and nondestructive testing as deemed necessary by the Enginc
costs of the supplemental testing shall be borne by the Contractor.
All standards except Type 1, and all signal mast arms, shall have an aluminum identification pl
noted on the plans, attached with stainless steel rivets or screws. Type 1 standards anc
pedestals for controller cabinets shall be constructed of 3 rnm (.125) or thicker galvanized s‘
100 rnm (4“) standard weight galvanized, steel pipe or Size 103, Type 1 conduit, with t
designed for post-top slip-fitter.
specifications of ASTM Designation: A 53. Materials and construction methods for all ferrou:
parts of standards, with shaft length of 4.6 m (15‘) and longer, shall conform to the details shc
the plans, the requirements of Sections 206, “Miscellaneous Metal Items,” for Materials and :
304, “Metals Fabrication and Construction,” for construction methods except as otherwise notc
the following requirements:
1) Except as otherwise specified, standards shall be fabricated from sheet steel of weldable
having a minimum yield strength, after fabrication, of 276 Mpa (40,000 psi). Certified test r
1 1.
I
I
I
1
R
1
I
1
i
1
1
1
1.
Standard weight galvanized, steel pipe shall conform
a
1.
4- 1 %# 7/17/98 Contract No. 3590 74 of 139
which verify conformance to the minimum yield strength requirements shall be submitted to tt Engineer. The test reports may be the mill test reports for the as-received steel or, when the a:
received steel has a lower yield strength than required, the Contractor shall provide supportive te
data which provides assurance that the Contractor's method of cold forming will consisten' increase the tensile properties of the steel to meet the specified minimum yield strength. Tt
supportive test data shall include tensile properties of the steel both before and after cold forming f specific heats and thicknesses.
2) When a single-ply 8 mm (0.3125") thick pole is specified, a 2-ply pole with equivalent sectic
modulus may be substituted. Standards may be fabricated of full-length sheets or shorter section5 Each section shall be fabricated from not more than 2 pieces of sheet steel. Where 2 pieces a
used, the longitudinal welded seams shall be directly opposite one another. When the sections a
butt-welded together, the longitudinal welded seams on adjacent sections shall be placed to foi
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. TI
sleeve shall be 3 mm (0.120") nominal thickness, or thicker, steel having the same chemir
composition as the steel in the standard. When the sections to be joined have different specifi
minimum yield strengths, the steel in the sleeve shall have the same chemical composition as I
higher minimum yield strength steel to be joined. The metal sleeve shall have a minimum length
25 mm. The sleeve shall be centered at the joint and have the same taper as the standard with 1
outside of the sleeve in full contact with the inside of the standard throughout the sleeve length a
circumference. All welds shall be continuous. The weld metal at the transverse joint shall extenc
the sleeve, making the sleeve an integral part of the joint. Longitudinal welds in steel tub1
sections will be tested in accordance with California Test 664. The sampling frequency shall be
determined by the Engineer. The welds may be made by the electric resistance welding proces
All exposed welds, except fillet and fatigue resistant welds and welds on top of mast arms, shall
ground flush with the base metal.
4) All exposed edges of the plates which make up the base assembly shall be finished smooth i
all exposed corners of the plates shall be neatly rounded unless otherwise shown on the plar
Shafts shall be provided with slip-fitter shaft caps. Standards shall be straight, with a permiss
variation not to exceed 25 mm (1") measured at the midpoint of a 9 m (30') or 11 m (36') stand
and not to exceed 20 mm (3/41') measured at the midpoint of a 5 m (17') through 6 m (20') standa
Variation shall not exceed 25 mm (I") at a point 4.5 m (15') above the base plate for Type 35
Type 36 standards. 5) All galvanized nuts, used on assemblies with a specified preload or torque, shall be lubricate
accordance with the requirements specified for galvanized Grade DH nuts in ASTM Designatic
A 563 or A 563M.
6) Standards with an outside diameter of 300 mm (12) or less shall be round. Standards with
outside diameter greater than 300 mm (12") shall be round or multisided. Multisided standards E
have a minimum of 10 sides which shall be convex and shall have a minimum bend radiu
100 mm (4).
7) Mast arms for standards, shall be fabricated from material as specified for standards and E
conform to the dimensions shown on the plans.
8) The cast steel option for slip bases shall be fabricated from material conforming to
requirements of ASTM Designation: A 27/A 27M, Grade 70-40. Other comparable material ma
used if written permission is given by the Engineer. The casting tolerances shall be in accord;
with the Steel Founder's Society of America recommendations (green sand molding). One ca$
from each lot of 50 castings or less shall be subject to radiographic inspection, in accordance
the provisions in ASTM Designation: E 94. The castings shall comply with the acceptance cri
severity level 3 or better for all types and categories of discontinuities as specified in A
Designations: E 186 and E 446. If the one casting fails to pass the inspection, 2 additional cas
shall be radiographed. Both of these castings shall pass the inspection or the entire lot of 50 w
rejected. Material certifications consisting of physical and chemical properties, and radiogr:
films of the castings shall be filed at the manufacturer's office. These certifications and films shz
e* p,# 7/17/98 Contract No. 3590 75 OfI39P(
Standard Type
15-SB
30
31
36-20A
1
Torque (Newton-meters) Torque Foot- Pounds
200 150
200 150
275 200
225 165
Anchor bolts or bars and nuts required for relocating existing standards shall be furnished by tt-
Contractor. When a standard or mast arm is relocated, or when a used standard or mast arm
Agency-furnished, new nuts, bolts, cap screws and washers shall be provided and, if the standai has a slip base, a new keeper plate shall be provided. New hardware shall conform to tF
requirements for hardware used with new standards. New standards, mast arms, posts and otht
ferrous materials shall be galvanized as provided in Section 21 0-3.6, “Galvanizing for Traffic Sign
Facilities.”
209-2.05 Conduit. All conductors shall be run in conduit, except overhead and tempora
installations, and where conductors are run inside poles. Conduit shall be of the sizes shown on tt
plans and as specified in this Section 209-2.05. In addition, the Contractor may, as an option at tt
Contractor’s expense, use conduit of a larger size than that shown or specified, provided the larg
size is used for the entire length of the run from outlet to outlet. Reducing couplings will not t
permitted. New conduit shall not pass through foundations for standards.
209-2.05A Material. Conduit and conduit fittings shall be UL or ETL listed and shall conform to t
following: Type 1. Hot-dip galvanized rigid steel conduit conforming to the requirements in I
Publication UL 6 for Rigid Metallic Conduit. The zinc coating will be tested in accordance with AS7
Designation: A 239.
2) Type 2. Hot-dip galvanized rigid steel conduit conforming to Type I above and coated wi
polyvinyl chloride or polyethylene. The exterior thermoplastic coating shall have a minimil
thickness of 0.9 mm (35 mils).
3) Type 3. Rigid non-metallic conduit conforming to the requirements in the UL Standard for Ri!
Non-Metallic Conduit (Publication UL 651). Type 3 conduit shall be installed at all underground loc
tions.
4) Type 4. Liquid tight flexible metal conduit shall consist of conduit with a liquid tight, non-metali
sunlight-resistant jacket over an inner flexible metal core. Type 4 conduit shall be UL listed for u
as the grounding conductor.
5) Type 5. Intermediate steel conduit (IMC) conforming to the requirements in UL Publication 12 for Intermediate Metallic Conduit. Type 5 conduit shall only be used when specified.
Bonding bushings to be installed on metal conduit shall be insulated and shall be the galvanized
zinc alloy type. All conduit installed underground shall be Type 3, rigid non-metallic conduit. Typc
conduit shall be installed at underground locations only.
209-2.058 Use. Exposed conduit installed on a painted structure shall be painted the same cc
as the structure. Unless otherwise indicated, the minimum metric trade size of conduit shall be:
I) From an electrolier to the adjacent pull box shall be Size 41 (I1/*” dia).
2) From a pedestrian push button post to the adjacent pull box shall be Size 27 (1” dia).
3) From a signal standard to the adjacent pull box shall be Size 53 (2” dia). 4) From a controller cabinet to the adjacent pull box shall be Size 78 (3” dia).
5) For detector runs shall be Size 41 (1 I/2” dia).
6) Not otherwise specified shall be Size 41 (1 1/2” dia).
209-2.05C Installation. Conduit shall be installed in conformance with the codes and regulatic
listed in Section 209-1.02, “Regulations and Code.” Conduit runs shown on the plans may
changed to avoid underground obstructions with written approval by the Engineer. The ends o conduits, whether shop or field cut, shall be reamed to remove burrs and rough edges. Cuts shal
made square and true. Slip joints or running threads will not be permitted for coupling condi
When a standard coupling cannot be used for coupling metal type conduit, a UL or ETL lis
threaded union coupling shall be used. All couplings for metal type conduit shall be tightened to [
vide a good electrical connection throughout the entire length of the conduit run. Conduit shall
tightened into couplings or fittings using strap wrenches or approved groove joint pliers. COR threads and damaged surfaces on metal conduit shall be painted with 2 applications of appro
e= r,s 7/17198 Contract No. 3590 77 of 139 Pa!
1
unthinned zinc-rich primer (organic vehicle type) conforming to the requirements in Section
“Galvanizing for Traffic Signal Facilities.” Aerosol cans shall not be used.
The ends of conduit shall be threaded and shall be capped with standard pipe caps or “pe
protect the raceway against dirt and concrete until wiring is started. When caps or “pen1
removed, the ends of conduit and conduit fittings shall be provided with conduit bushings.
terminating in pull boxes or foundations shall be provided with insulated bonding bushings.
Conduit bends, except factory bends, shall have a radius of not less than 6 times the inside
of the conduit. Where factory bends are not used, conduit shall be bent, without crir
flattening, using the longest radius practicable.
A No. 12 copper pull wire or a pull rope shall be installed in all conduits which are to recei
conductors. The pull rope shall be nylon or polypropylene with a minimum tensile strength c
(500 pounds). At least 0.6 m (2‘) of pull wire or rope shall be doubled back into the condui
termination. Existing underground conduit to be incorporated into a new system shall be
with a mandrel or cylindrical wire brush and blown out with compressed air.
Conduit shall be laid to a depth of not less than 460 mm (18) below grade in portlanc
concrete sidewalk areas and curbed paved median areas, and not less than 750 mm (3(
finished grade in all other areas. Conduit may be laid on top of the existing pavement w
curbed medians being constructed on top of the existing pavement. Conduit couplings
located at least 150 mm (6“) from face of foundation.
Unless “Trenching In Pavement Method” is specifically allowed or required on the plans 01
special provisions, conduit shall be placed under existing pavement by jacking or drilling r
Pavement shall not be disturbed without permission from the Engineer. In the event obstruc
encountered, upon approval of the Engineer, small holes may be cut in the pavement to
remove obstructions. Jacking or drilling pits shall be kept 0.6 m (2‘) clear of the edge of ar
pavement wherever possible. Excessive use of water, such that pavement might be undei
subgrade softened, will not be permitted. Conduit to be placed as part of the completed v
not be used for drilling or jacking. When “Trenching in Pavement Method” is specifically a
required on the plans or in these special provisions, installation of conduit under pavemc
conform to the following:
1) Conduit shall be placed under existing pavement in a trench approximately 50 mm (2”) \n
the outside diameter of the conduit to be installed.
2) Trench shall not exceed I50 mm (6“) in width.
3) Trench depth shall not exceed 300 mm (12”) or conduit metric trade size plus 250 r
whichever is greater, except that at pull boxes the trench may be hand dug to required dept
4) The top of the installed conduit shall be a minimum of 230 mm (9”) below finished grade
where additional pavement is to be placed, trenching installation shall be completed prior
the final pavement layer.
5) The outline of all areas of pavement to be removed shall be cut to a minimum depth of 7
with a rock cutting excavator specifically designed for this purpose.
6) Cuts shall be neat and true with no shatter outside the removal area.
7) The conduit shall be placed in the bottom of the trench and the trench shall be back
trench backfill slurry concrete.
8) Concrete backfill shall be placed to the pavement surface except, when the trench is
concrete pavement and additional pavement is not being placed, the top 30 mm (0.10’) of
shall be backfilled with asphalt concrete produced from commercial quality paving as
I
1.
I
!
1
1
1
I
1
I
1.
4
1
1
I.
I aggregates.
e=
r.
R W 71i719a Contract No. 3590 78 of‘
Prior to spreading asphalt concrete, paint binder (tack coat) shall be applied as specified in Sectic 302-5.4, “Tack Coat.” Spreading and compacting of asphalt concrete shall be performed by ai
method which will produce an asphalt concrete surfacing of uniform smoothness, texture, ai
density.
All excavated areas in the pavement shall be backfilled, except for the top 30 mm (O.lO’), by the er
of each work period. The top 30 mm (0.10’) shall be placed within 3 calendar days after trenching.
Conduit to be placed beneath railroad tracks shall comply with the following:
1) The conduit shall be Size 41 (Ill2” dia.) minimum, and shall be placed to a minimum depth of 9(
mm (3’) below bottom of tie. The near side of each conduit jacking pit shall be constructed not le:
than 4 m (12‘) from the centerline of track. When the jacking pit is to be left overnight, it shall t
covered with substantial planking.
2) Conduit terminating in standards or pedestals shall extend not more than 50 mm (2) vertical
above the foundation and shall be sloped towards the handhole opening.
3) Conduit entering through the side of non-metallic pull boxes shall terminate not more than 50 m
(2) inside the box wall and not less than 50 mm (2”) above the bottom, and shall be sloped towa
top of box to facilitate pulling of conductors. Conduit entering through the bottom of a pull box Shi
terminate 50 mm (2“) above the bottom and shall be located near the end walls to leave the maj
portion of the box clear.
4) At all outlets, conduits shall enter from the direction of the run.
Conduit runs from underground, including under sidewalks, which are adjacent to gasoline servic
stations or other installations of underground gasoline or diesel storage, piping, or pumps, and whic
lead to a controller cabinet, circuit breaker panel, service, or any enclosure where an arc may occi
during normal operations, shall be sealed if the conduit is within the limits specified in the Nation
Electrical Code for Class 1, Division 1, Hazardous Locations. Type 1 or Type 2 conduit shall t
used for these runs.
Conduit for future use in structures shall be threaded and capped. Conduit leading to soffit, wall (
other lights or fixtures below the grade of the pull box shall be sealed by means of a sealing fittir
and sealing compound, except that sealing fitting and sealing compound will not be required whei
conduit terminates in a No. 9 or No. 9A pull box.
Conduits in or on walls or bridge superstructures shall be supported as shown on the plans,
conformance with the following:
1) Steel hangers, steel brackets, and other fittings shall conform to the materials and consrtructic
methods provisions in Sections 206-1, “Structural Steel, Rivets, Bolts, pins and Anchor Bolts”, fc
materials and 304-1, “Structural Steel” for construction methods.
2) Cast-in-place metal inserts for hangers or brackets shall be capable of developing 135 MF
(20,000 pounds per square inch) in tension on the net section of the bolt or threaded rod.
3) Precast concrete conduit cradles shall conform to the dimensions shown on the plans and sh:
be constructed of commercial quality concrete containing not less than 350 kg of portland ceme
per cubic meter (564 Ibs. per cubic yard) and commercial quality welded wire fabric. The cradlc
shall be moist cured for not less than 3 days.
4) Precast concrete cradles shall be bonded to the structure with epoxy adhesive conforming to tt
provisions in Section 214-6.2.2, “Standard Set Epoxy Adhesive for Pavement Markers,” or Sectic
214-6.2.1, “Rapid Set Epoxy Adhesive for Pavement Markers’’ or conforming to State of Califom
specification 8040-21M-08, Type I when cure temperatures are above 15-C (59-F) or to State 1
California specification 8040-21 M-08, Type I when cure temperatures are below I ~QC (59-F).
5) Openings for conduits through bridge superstructure concrete shall be formed or may consist 1
pipe sleeves.
6) Where conduits pass through the abutment concrete, the conduits shall be wrapped with 2 laye
of asphalt-felt building paper, securely taped or wired in place.
em ts 7/17/98 Contract No. 3590 79 of 139 Page!
i
I
I
1
I
I
D
I
i
1
I
I
1
1
7) The space around conduits through bridge abutment walls shall be filled with portland
mortar conforming to the provisions in Section 201-5, "Cement Mortar," except that the pror
cement to sand shall be one to 3.
8) When the bridge superstructure is to be prestressed, the space around conduits
abutments shall not be filled until the prestressing has been completed.
9) Conduit which is surface mounted shall be run straight and true, horizontal or vertical on
and parallel to walls on ceilings or other similar surfaces. Conduit shall be supported at in1
not more than 1.5 m (5'), and closer where necessary to prevent vibration or unsightly de
The supports shall consist of galvanized malleable iron conduit clamps and clamp backs
with expansion anchorage devices conforming to the requirements for concrete anchorage in Sections 206-1, "Structural Steel, Rivets, Bolts, pins and Anchor Bolts", for materials an
"Structural Steel" for construction methods. Threaded studs shall be galvanized and shall t
largest diameter that will pass through the mounting hole in conduit clamp.
Attention is directed to Section 209-2.10, "Bonding and Grounding." Where pull boxes are I:
conduit runs, the conduit shall be fitted with threaded bushings and bonded. The location oi
all conduits in structures, or terminating at curbs, shall be marked by a "Y" at least 75 mm
cut into the face of curb, gutter, or wall, directly above the conduit and above grade line.
209-2.06 Pull Boxes. Pull boxes shall be installed at the locations shown on the plat
specified. The Contractor may, as an option, at the Contractor's expense, use pull boxes of
standard size than that shown or specified.
209-2.06A Materials. Pull boxes, covers and extensions for installation in the grour
sidewalk areas shall be of the sizes and details shown on the plans and shall be prt
reinforced portland cement concrete (PCC) or of non-PCC material. Non-PCC material sha
resistant and shall not burn at a rate greater than 8 mm (0.3") per minute per 2.5 mm (
thickness when tested in accordance with ASTM Designation: D 635. The non-PCC mater
show no appreciable change in physical properties with exposure to the weather. Non-PCC
shall be dense and free of voids or porosity, and shall be a gray or brown color. Top dimen
non-PCC pull boxes shall not exceed the bottom dimensions by more than 25 mm (I"). Ex1
for non-PCC pull boxes shall be of the same material as the pull boxes, and shall be attache
pull boxes in a manner that will maintain the minimum combined depths shown on the plan:
PCC pull boxes shall be of sufficient rigidity that when a designated concentrated force is
perpendicularly to the midpoint of one of the long sides at the top while the opposite long side
ported by a rigid surface, it shall be possible to remove the cover without the use of tool
designated concentrated force shall be 650 N (150 Ibs.) for a No. 31/2 pull box and shall bt
(100 Ibs.) for a No. 5 or No. 6 pull box. When a vertical force of 6500 N (1,500 lbs.) is I
through a 13 mm (1//2u) x 75 mm (3") x 150 mm (6") steel plate, to a non-PCC cover in place c
box, the cover shall not fail and shall not deflect more than 6 mm ('/"'). The steel plate :
centered on the cover with its longitudinal axis coinciding with the longitudinal axis of the
Where a ballast or transformer or other device is to be placed in a non-metallic pull box, the b
be provided with recesses for a hanger. Pull boxes and covers for installation in structures
of the sizes and details shown on the plans. Each No. 7 ceiling pull box located near a flu:
fixture and to be used to house the ballast for the fixture shall be provided with mounting
brackets for the ballast and any required capacitors.
Covers, except covers for ceiling pull boxes, shall be secured with 9 mm (3/8") bolts, cap scr studs, and nuts which shall be of brass, stainless steel or other non-corroding metal m:
Stainless steel holddown bolts, cap screws or studs, and nuts and washers shall have a ch
content of not less than 18 percent and a nickel content of not less than 8 percent.
I.
i@
1
em
P
1 fS 7/17/98 Contract No. 3590 80 of 13s
All ferrous metal parts shall be galvanized in accordance with the provisions in Section 210-3,
"Galvanizing for Traffic Signal Facilities."
209-2.06B Cover Marking. Covers for pull boxes, except covers for ceiling pull boxes, shall I
marked as shown on the plans. Marking shall be clearly defined and uniform in depth and may I
placed parallel to either the long or short sides of the cover. Marking letters shall be between 25 n (I") and 75 mm (3") high. Marking shall be applied to each steel or cast iron cover prior
galvanizing by one of the following methods:
(a) Cast iron strips, at least 6 mm (l/4y) thick, with the letters raised a minimum of 1.5 mm (1/,6'
Strips shall be fastened to covers with 6 mm (1/4") flathead stainless steel machine bolts and nut
Bolts shall be peened after tightening.
(b) Sheet steel strips at least 0.7 mm (22 ga.) with the letters raised a minimum of 1.5 mm (1/1 above the surrounding surface of the strips. Strips shall be fastened to covers by spot welding, ta
welding or brazing, with 6 mm (l/;) stainless steel rivets, or with 6 mm (1/4u) roundhead stainlc
steel machine bolts and nuts. Bolts shall be peened after tightening.
(c) Bead welding the letters on the covers. The letters shall be raised at least 2 mm (3/32'').
209-2.06C Installation and Use. Pull boxes shall be installed at the locations shown on the pk
and, in conduit runs exceeding 60 m(200'), shall be spaced at not over 60 m (200') intervals. 1
Contractor may, at the Contractor's expense, install additional pull boxes to facilitate the work. 1
bottoms of pull boxes installed in the ground or in sidewalk areas, shall be bedded in crushed rc
as shown on the plans and shall be grouted prior to the installation of conductors. The grout shall
between 13 mm (1/2") and 25 mm (I") thick and shall be sloped toward the drain hole. A layer
roofing paper shall be placed between the grout and the crushed rock sump. A 25 mm (I") dr
hole shall be provided in the center of the pull box through the grout and the roofing paper. Whc
the sump of an existing pull box is disturbed by the Contractor's operations, Uhe sump shall
reconstructed and, if the sump was grouted, the old grout shall be removed and new grout placed.
209-2.08 Conductors. Conductors shall be copper of the gage shown on the plans, unli
specified otherwise. Copper wire shall conform to the specifications of ASTM Designations: B 3 i B 8.
Wire sizes, other than conductors used in loop detector lead-in cable, shall be based on Americ
Wire Gage (AWG), except that conductor diameter shall be not less than 98 percent of the specii
AWG diameter. Conductors for branch circuits shall be sized to prevent a voltage drop exceedin
percent at the furthest connected load, while drawing the combination of all connected loads capa
of simultaneous operation. The maximum voltage drop for both feeders and branch circuits shall
exceed 5 percent at the furthest connected load, while drawing the combination of all connec
loads capable of simultaneous operation. Conductors used in loop detector lead-in cable s
conform to the specifications of ASTM Designation: B 286. A Certificate of Compliance conforrr
to the provisions in Section 4-1 5, "Certification," shall be submitted by the manufacturer with e
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 shal
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 off the conductors sha
be taped with electrical insulating tape of the required color for a minimum of 500 mm (20). All si!
conductors in cables shall be marked as shown in Table 209-2.08A (A):
em r,s 7/17/98 Contract No. 3590 81 of139Ps
Circuit Signal Phase or Function
2,6 .................................... 2,8 .................................... Vehicle Signals 13 .................................... (Note 4) 3,7 ....................................
1.
1
I
I (Note 4) 1 p,5p ................................
2p,6p ................................ Pedestrian Signals 4p,8p ................................
3p,7p ................................ 2p,6p ................................ Pedestrian Push Buttons 4p,8p ................................
(Note 4) lp,5p ................................
Identification
Insulation Colors
Stripe Band Symbols Base (Note 1) (Note 6)
Red, Yellow, Brown Black 2,6 ....................
Red, Yellow, Brown None 13 .................... Red, Yellow, Brown Purple 3,7 ....................
Red, Yellow, Brown Orange 4,8 ....................
................ Red, Brown Black 2p,6p Red, Brown Orange 4p,8p ................ Red, Brown None lp,5p Red, Brown Purple 3p,7p ................ Blue Black P-2,P-6 ............ Blue Orange P-4,P-8 ............ Blue None P-l,P-5
................
............
209-2.086 Multiple Circuit Conductors. Conductors for multiple circuits shall be UL or E:
listed and rated for 600-volt operation. The insulation for No. 14 through No. 4 conductors shall t
one of the following:
I) Type TW polyvinyl chloride conforming to the requirements of ASTM Designation: D 221 9.
2) Type THW polyvinyl chloride.
3) Type USE, Type RHH or Type RHW cross-linked polyethylene.
At any point, the minimum thickness of any Type TW, THW, USE, RHH or RHW insulation shall I
1 .O mm (40 mils) for conductor sizes No. 14 to No. 10, inclusive, and 1.3 mrn (54 mils) for No. 8
No. 2, inclusive. The insulation for No. 2 and larger conductors shall be one of the types listed abo
or shall be Type THWN. Conductors for wiring wall luminaires shall be stranded copper, w
insulation rated for use at temperatures up to 125°C. Overhead lighting conductors shall be No.
or larger, medium hard drawn copper with weatherproof covering.
209-2.08C Series Circuit Conductors. Conductors for series circuits shall be No. 8, shall I
rated for 5000-volt operation and shall be insulated with 3.7 mm (150 mils) minimum thickne
polyvinyl chloride compound conforming to the specifications of ASTM Designation: D 221 9,
polyethylene conforming to the specifications of ASTM Designation: D 1351.
209-2.08D Signal Cable. Sianal cable shall be installed. Individual conductors are not allowe
Signal cable shall conform to the following: The cable jacket shall be black polyethylene with an inr
polyester binder sheath, and shall be rated for 600- volt and 75°C. All cables shall have cle
distinctive, and permanent markings on the outer surface throughout the entire length of the cat
showing the manufacturer’s name or trademark, insulation designation, number of conduct0
conductor sizes, and the voltage rating of the jacket. Filler material, if used, shall be polyethylf material. individual conductors in the cable shall be solid copper with Type THVVN insulation, E
shall conform to the requirements in Section 209-2.08, “Conductors,” and ASTM Designation: B 2;
The minimum thickness of Type THWN insulation, at any point, shall be 0.3 rnm ( 13 mils)
conductor sizes No. 14 and No. 12, and 0.4 mm (18 mils) for conductor size No. IO. The rninimi
thickness of the nylon jacket shall be 0.1 mm (4 mils) at any point.
Three-Conductor Cable (3CSC). The 3-conductor signal cable shall consist of three No. conductors. The cable jacket shall have a minimum average thickness of 1.1 mm (45 mils) an(
minimum thickness at any point of 0.9 mm (36 mils). The nominal outside diameter of the cable SI
not exceed 10 mm (0.10”). The color code of the conductors shall be blue/black stripe, blue/orar
stripe, and whiteiblack stripe. The 3 conductor cable shall be used for pedestrian push buttons an spare.
Five-Conductor Cable (SCSC). The 5-conductor signal cable shall consist of five No.
conductors. The cable jacket shall have a minimum average thickness of 1 .I rnm (45 mils) and SI
have a minimum thickness at any point of 0.9 mm (36 mils). The nominal outside diameter of
cable shall not exceed 13 mm (0.50”). The color code of the conductors shall be red, yellow, bro\ black, and white.
Nine-Conductor Cable (9CSC). The 9-conductor cable shall consist of eight No. 14 conductors i
one No. 12 conductor. The cable jacket shall have a minimum average thickness of .5 mm (60 mi
and shall have a minimum thickness at any point of 1.2 mm (48 mils). The nominal outside diame
of the cable shall not exceed 17 mm (0.70”). The color code for the No. 12 conductor shall be whi
The color code for the No. 14 conductors shall be as Table 209-2.08D(A):
e= k@ 7/17/98 Contract No. 3590 83 of 139 Pa!
brown
red/black stripe
yellow/black stripe
brown/black stripe
black
whitelblack stripe
TABLE 209-2.08D(C)
TWENTY EIGHT - CONDUCTOR CABLE SIGNAL CABLE
1) The signal commons in each 28-conductor cable shall be kept separate except at the sig
controller.
2) Each 28-conductor cable shall be labeled in each pull box “CI” or “C2”,.
3) The cable identified “CI” shall be used for signal Phases 1, 2, 3 and 4. The cable identil
“C2 shall be used for signal Phases 5, 6, 7 and 8.
4) Each signal cable, except 28-conductor, shall be marked, in each pull box, showing the sic
standard to which it is connected.
209-2.08E Signal Interconnect Cable (SIC). Signal Interconnect Cable shall consist of si:
twelve No. 20, minimum, stranded tinned copper conductors as shown on the plans or requ
herein. Each conductor shall be insulated with 0.33 mm (0.013”), minimum nominal thickness, c
coded, polypropylene material. Conductors shall be in twisted pairs. Color coding shall distingi
each pair. Each pair shall be wrapped with an aluminum polyester shield and shall have a No. 2
larger, stranded, tinned copper drain wire inside the shielded pair. The cabie jacket shall be bli
high density polyethylene, rated for a minimum of 300- volts and 60”C, and shall have a nominal
thickness of 1.0 mm (40 mils), minimum. The cable jacket or the moisture-resistant tape dire
under the outer jacket shall be marked with the manufacturer’s name, insulation type designa’
number of conductors and conductor size, and voltage and temperature ratings. Splices sha
made only where shown on the plans or in controller cabinets. A minimum of one meter (3’) of s
em t.s 711719% Contract No. 3590 85 of139Pa
1
I shall be provided at each splice and 2 m (6‘) at each controller cabinet. Splices of conduct
be insulated with heat-shrink tubing of the appropriate size and shall overlap the conductor ii
at least 15 mm (0.5”). The overall cable splice shall be covered with heat-shrink tubing, wit1
40 mm (1’/;) of overlap of the cable jacket.
209-2.09 Wiring. All conductors shall be run in conduit, except overhead and te
installations and where conductors are run inside poles. Wiring shall be done in conforma
the regulations and code listed in Section 209-1.02, “Regulations and Code,” and the
209-2.09A Circuitry. Sufficient traffic signal light conductors shall be provided to perf
functional operation of the signal and, in addition thereto, 3 spare conductors shall be provid
conduits containing traffic signal light conductors, unless shown otherwise on the plans.
signal light conductors shall not run to a terminal block on a standard unless they ar
connected to a signal head that is mounted thereon. Connection to each terminal of a pe
push button shall be by a single conductor, The common for pedestrian push button circuits
separate from the traffic signal light circuit grounded conductors. Where ballasts or transforr
used, series conductors shall be run from ballast to ballast, transformer to transformer, and f
last or transformer to service.
209-2.09B Installation. A UL or ETL listed inert lubricant shall be used in placing condl
conduit. Conductors shall be pulled into conduit by hand and the use of winches or othe
actuated pulling equipment will not be permitted. When new conductors are to be added to
conductors in a conduit, all conductors shall be removed; the conduit shall be cleaned as pro
Section 209-2.05C, “Installation”; and both old and new conductors shall be pulled into the co
a unit. Where traffic signal fight conductors are run in lighting standards containing street
conductors from a different service point, either the traffic signal light conductors or the
conductors shall be encased in flexible or rigid metal conduit, to a point where the 2 t
conductors are no longer in the same raceway. Temporary conductors less than 3 m (IO‘
grade shall be enclosed in flexible or rigid metal conduit.
At least 0.3 m (1 ‘) of slack shall be left for each conductor at each signal or lighting stani
combined standard, and at least one meter (3’) of slack at each pull box. At least one mete
slack shall be left for each conductor at each splice. Ends of spare conductors or cor
terminated in pull boxes shall be taped to provide a watertight seal.
Conductors within fixtures or service cabinets shall be neatly arranged and shall be cabled tl
with self-clinching nylon cable ties, or other method approved by the Engineer. Traffic sigr
conductors, interconnect conductors, service conductors, detector conductors and ca
controller cabinets and flashing beacon cabinets shall be neatly arranged, and shall be
together with self-clinching nylon cable ties, or enclosed in plastic tubing or raceway.
Conductor identification shall be provided under the following conditions:
F ’ additional requirements:
0
1
1
I
a
I
I
S
c
S
i, ’
I) Where signal phase or circuit are not clearly indicated by conductor insulation color an
as detailed in the conductor table in Section 209-2.08, “Conductors,” or when identification
are not available, marking shall be as detailed in the conductor table for special and
phases.
2) Where metered and unmetered conductors occupy the same pull box, the unmetered
conductors shall be identified, “UNMETERED-STREET LTG,” “UNMETERED-COUNT STP
or as appropriate to describe the unmetered circuit.
a
P ** I %# 7/17/98 Contract No. 3590 86 of 139
Conductors shall be permanently identified as to function. Identification shall be placed on eac
conductor, or each group of conductors comprising a signal phase, in each pull box and near the er of terminated conductors. Identification shall be by direct labeling, tags or bands fastened to tk conductors in such a manner that they will not move along the conductors. Labeling shall be t
mechanical methods.
209-2.09C Connectors and Terminals. Conductors shall be joined by the lase of UL or ETL listc
crimp type connectors as shown on the plans. Connectors and terminals shall be applied with tl
proper type tool as recommended by the manufacturer of the connector or terminal being usec
Finished connections and terminals shall comply with the requirements of Military Specification MI
T-7928. All stranded conductors smaller than No. 14 shall be terminated in crimp style terminal lug
All connectors and terminal lugs for conductor sizes No. 8 and smaller shall be soldered by the h
iron, pouring or dipping method. Open flame soldering will not be permitted.
209-2.09D Splicing and Terminations. Unless specified otherwise or permitted by the Engine(
splices shall conform to the details shown on the plans and will be permitted only in the followi
types of circuits at the following locations:
1) Grounded conductors in pull boxes.
2) Pedestrian push button conductors in pull boxes.
3) Multiple or series lighting conductors in the pull box adjacent to each electrolier or lumina location or in the bases of Type 21 standards. Where electroliers are more than 120 m (40
apart, splices will be permitted in pull boxes at 120 m (400'), or greater, intervals.
4) When traffic signals are being modified, ungrounded traffic signal light conductors may
spliced in pull boxes at locations shown on the plans.
5) Ungrounded traffic signal light conductors to a terminal compartment or signal head or
standard may be spliced to through conductors of the same phase in the pull box adjacent to
standard.
6) All splices and terminal lugs for conductor sizes No. 8 and smalUer shall be soldered by the
iron, pouring or dipping method. Open flame soldering will not be permitted.
209-2.09E Splice Insulation. All splices shall be capable of satisfactory operation uni
continuous submersion in water. Multi-conductor cables shall be spliced and insulated to providi
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 insula
and taping shall be applied between the conductors in such a manner as to provide a watertight jc
Splice insulation shall conform to the details shown on the plans.
Low-voltage tape shall be UL or ETL listed and shall be the following types:
1) Self-fusing, oil and fl ame-resistant, synthetic rubber.
2) Pressure-sensitive, adhesive, polyvinyl chloride, 0.1 5 mm (0.007") minimum thickness.
Tape for insulating splices in high-voltage (over 600 V) circuits shall be designed for use on 5-ki circuits and shall be resistant to ozone, corona and water. Insulating pad shall be composed 1
laminate of 2 mm (0.085) thickness of electrical grade polyvinyl chloride and a 3 mm (0.1,
thickness of butyl splicing compound with removable liner. . Heat-shrink tubing shall be mediur
heavy wall thickness, irradiated polyolefin tubing containing an adhesive mastic inner wall. Minin
wall thickness prior to contraction shall be one millimeter (39 mils). When heated, the inner wall I
melt and fill all crevices and interstices of the object being covered while the o
4- t? 7/17/98 Contract No. 3590 87 of139Pa
Property
Shrinkage Ratio
Dielectric Strength
Resistivity
Tensile Strength
Operating Temperature
Water Absorption
c
1
Requirement
33 percent, maximum, of supplied diameter when heated to '
allowed to cool to 25°C.
140 kV per 10 mm, minimum.
1013 4 - mm, minimum.
14 MPa, minimum.
-40°C to 90°C (135°C Emergency).
0.5 percent, maximum.
209-2.10 Bonding and Grounding. Metallic cable sheaths, metal pull box covers, metal condu
equipment grounding conductors, ballast and transformer cases, service equipment, sign switche
and metal poles and pedestals shall be made mechanically and electrically secure to form
continuous system, and shall be effectively grounded. Bonding jumpers shall be copper Wire (
copper braid of the same cross sectional area as No. 6 for series lighting systems and No. 8 (
larger for all other systems. The jumper size shall be increased to match the load or the circr breaker size, or shall be as shown on the plans. Equipment grounding conductors shall be col
coded to Code requirements or shall be bare.
The bonding jumper in standards with handholes shall be attached by a 4.5 mm (3/,6rr) or larger bra!
bolt and shall be run to the conduit or bonding wire in the adjacent pull box. Standards witho
handholes shall be bonded by a jumper attached to all anchor bolts, and shall be run to the condi
or bonding wire in the adjacent pull box. Grounding jumper shall be visibje after cap has bec
placed on foundation. Where slip base standards or slip base inserts are installed, the bondi
jumper shall not intrude into the slip plane. Bonding shall be accomplished by a bonding strap to
anchor bolts or a 4.5 mm (3/,6y) or larger brass bolt installed in the bottom slip base plate.
One side of the secondary circuit of series-multiple and step-down transformers shall be grounded.
Grounding of metal conduit, service equipment and the grounded conductor at service point shall I
accomplished as required by the Code and the serving utility, except that grounding electroi
conductor shall be No. 6, or larger. For equipment grounding purposes in Type 3 conduit, a No copper wire shall be run continuously in circuits used for series lighting, and a No. 8, minimu
copper wire shall be run continuously in all other circuits. The bonding wire size shall be increas
to match the circuit breaker size, or shall be as shown on the plans. Where Type 3 conduit is to
installed for future conductors, the copper wire may be omitted. Equipment bonding and groundi
conductors are not required in conduits which contain only loop lead-in cable or signal interconnt
cable or both.
At each multiple service disconnect location, a ground electrode shall be furnished and installe
Ground electrodes shall be one-piece lengths of galvanized steel rod or pipe not less than 19 r
(V4") in diameter, or of copper clad steel rod not less than 15 mm (5/8u) in diameter. GroL
electrodes shall be installed in accordance with the provisions of the Code. The service equiprnc
shall be bonded to the ground electrode by use of a ground clamp or exothermic weld and No. 6
larger copper wire, enclosed in a size 16 or larger diameter conduit.
Ground clamp for service grounding and for grounding of equipment on wood poles shall be Size
galvanized, malleable iron conduit hub with swivel feature. On wood poles, all metallic equipm
mounted less than 2.4 m (8') above ground surface shall be grounded. Bonding of metallic conc
in non-metallic pull boxes shall be by means of bonding bushings and bonding jumpers. Bondins metallic conduit in metal pull boxes shall be by means of locknuts, one inside and one outside of
box.
209-2.12 Wood Poles. Wood poles for service or temporary installations shall be ANSI Class 5
larger. Poles shall not have more than 180 degrees twist in grain over the full length. Sweep SI
be no more than 100 mm (4"). Tops of poles shall be beveled. Poles shall be placed in the grol to a depth of at least 1.8 rn (6'). The lengths of poles shall be 7.6 m (25') for service poles and 1
m (35') for other poles, unless otherwise specified.
After each wood pole is set in the ground, the space around the pole shall be backfilled with selec
earth or sand, free of rocks and other deleterious material, placed in layers approximately 100
(4") thick. Each layer shall be moistened and thoroughly compacted.
rn %# 7/17/98 Contract No. 3590 89 of 139 Pac
B
Mast arms for wood pole installations shall be fabricated from standard pipe, free from burl
mast arm shall be provided with an insulated wire inlet and wood pole mounting brackets
arm and tie-rod cross arm. Tie rods shall be of structural steel and pipe. Mast arms for IL
shall be mounted to provide a mounting height of 9.1 m (30’). Mast arms for traffic sig flashing beacons shall provide a minimum vertical clearance of 5.2 m (17‘) from bottom of er
to the pavement.
Wood poles, not to be painted, shall be pressure treated after fabrication with r
pentachlorophenol (oil borne) or copper naphthenate as provided in Section 204-2, “Treatrr
Preservatives.’’ All wood poles shall be pressure treated after fabrication with ammoniaa
arsenate, chromated copper arsenate or ammoniacal copper zinc arsenate as provided ir
204-2, “Treatment With Preservatives.” The minimum retention for water borne preservati,
be that specified for posts.
209-2.13 Sign Control. Each sign illumination installation shall be provided with a di:
circuit breaker mounted on the sign standard or structure, as shown on the plans. Where
lighting is served from a series lighting circuit through a series-multiple transformer, th
breaker shall be installed in the secondary circuit. Where the sign lighting is served tt
multiple-multiple transformer, the circuit breaker shall be installed in the primary circuit.
breakers shall meet the requirements for circuit breakers in Section 209-2.1 1, “Service.” E
for the circuit breaker shall be NEMA Type 3R, shall be galvanized or shall be cadmium pls
shall be provided with dead front panel and a hasp with a 11 mm (’/,,“) diameter hole for a I
Padlocks will be furnished by others. When the sign structure is to be painted, the circuit br
sign switch enclosure shall be painted the same color as the sign structure on which it is mol
209-2.14 Testing. Attention is directed to Section 4-1.4, “Test of Materials.” Testing shall
to the following:
209-2.14A Materials Testing. Material and equipment to be tested shall be delivered to i
location designated by the Engineer. Testing will be performed by the Agency. Testing anr
control procedures for Model 170 and Model 2070 controller assemblies shall conform
requirements in “Transportation Electrical Equipment Specifications,” and “Traffic Signal
Equipment Specifications,” issued by the State of California, Department of Transportation, a
addendums thereto current at the time of project advertising. Testing and quality control pro
for all other traffic signal controller assemblies shall conform to the requirements in the NI
Standards for Traffic Control Systems.
In the event equipment submitted for testing does not comply with specifications, the Contrac
remove the equipment for repair within 5 working days after notification that the equipme
jected. In the event the equipment is not removed within that period, it may be shippel
Contractor at the Contractor‘s expense. The Contractor shall allow 30 days for Agency test
the time the material or equipment is delivered to the Agency test site. When equipme
tested has been rejected for failure to comply with the specifications, the Contractor shall (
days for Agency retesting. The retesting period shall begin when the corrected equipment
available at the test site.
All testing subsequent to rejection of the equipment for failure to comply with spec
requirements will be at the expense of the Contractor. Deductions to cover the cost of tha
will be made from any moneys due or which may become due the Contractor under the c(
i
1
I
1
E
E
I
b
1
E
1
t s
I
E
4-
P
I tS 7/17/98 Contract No. 3590 90 of 13!
The Contractor will be notified when testing of the equipment has been completed and it shall be tl
Contractor’s responsibility to deliver the equipment to the site of the work or, at the Contractor’s re
quest and the Agency’s convenience, the Agency will pack and ship the equipment to the Contract
or to the site of work. The sum of $100 or the actual cost of packing and shipping, whichev
amount is greater, will be deducted, for each unit of equipment shipped by the Agency, from ai
moneys due to the Contractor under the contract.
209-2.149 Field Testing. Prior to start of functional testing, the Contractor shall perform ti
following tests on all circuits, in the presence of the Engineer.
209-2.148(1) Continuity. Each circuit shall be tested for continuity.
209-2.149(2) Ground. Each circuit shall be tested for grounds.
209-2.149(3) Insulation Resistance. An insulation resistance test at 500 volts DC shall be mat
on each circuit between the circuit and a ground. The insulation resistance shanl not be less th
10 Mf2 on all circuits, except for inductive loop detector circuits which shall have an insulati
resistance value of not less than 100 Ma.
The insulation resistance test shall not be performed on magnetometer sensing elements. Splices
the pull box adjacent to the magnetometer sensing elements shall not be made prior to performi
the test on the lead-in conductors between the pull box and the controller cabinet field terminals.
209-2.14C Functional Testing. Attention is directed to Section 209-1.06, “Scheduling of Wor
regarding requirements for test periods. A functional test shall be made in which it is demonstra’
that each and every part of the system functions as specified. The functional test for each new
modified system shall consist of not less than 5 days of continuous, satisfactory operation.
unsatisfactory performance of the system develops, the condition shall be corrected and the tl
shall be repeated until the 5 days of continuous, satisfactory operation is obtained.
Turn-on of new or modified traffic signals shall be made only after all traffic signal circuits have be
thoroughly tested as specified above.
Except for new or modified portions of existing lighting circuits and sign illumination systems, 1
Agency will maintain the system or systems during the test period and will pay the cost of electri
energy for the operation of all of the facilities that are undergoing testing. The cost of any necess
maintenance performed by the Agency on new circuits or on the portions of existing circuits modii under the contract, except electrical energy, shall be at the Contractor’s expense and will
deducted from any moneys due, or to become due, the Contractor.
A shutdown of the electrical system resulting from damage caused by publi6 traffic, from a pol
interruption or from unsatisfactory performance of Agency-furnished materials shall not constif
discontinuity of the functional test.
209-2.15 Galvanizing. Galvanizing shall be in accordance with the provisions in Section 2104
“Galvanizing for Traffic Control Facilities,” except that cabinets may be constructed of mat€
galvanized prior to fabrication in conformance with the specifications off ASTM Designation: A 52!
A 525M, Coating Designation G 90, in which case all cut or damaged edges shalU be painted wit1
least 2 applications of approved unthinned zinc-rich primer (organic vehicle type) conforminc
e= %@ 7/17/98 Contract No. 3590 91 of 139 Pa!
f
the requirements in Section 210-3.5, "Repair of Damaged Zinc Coating." Aerosol cans sh:
used. Other types of protective coating shall be approved by the Engineer prior to installat
or steel pipe standards and pipe mast arms shall be hot-dip galvanized after fabril
conformance with the specifications of ASTM Designation: A 53. Galvanized surfaces SI
spurs removed.
Tie-rods, bolts, nuts, washers, clamps and other miscellaneous ferrous parts shall be
galvanized after fabrication in accordance with the provisions in Section 21 0-3.6, "Galvar
Traffic Control Facilities." Not less than 250 mm (10") of the upper end of the anchor bolt:
bars, or studs, and all nuts and washers shall be galvanized in accordance with the prov
Section 21 0-3.6, "Galvanizing for Traffic Control Facilities." After galvanizing, the bolt thre:
accept galvanized standard nuts without requiring tools or causing removal of protective coal
Galvanizing of existing materials in an electrical installation will not be required.
209-2.16 Painting. Painting of electrical equipment and materials shall conform to the prob
Section 31 0, "Painting," with the following additions and modifications. Paint materials for f
installations, unless otherwise specified, shall conform to the provisions in Section 210, "F
Protective Coatings.'' Factory or shop cleaning methods for metals will be acceptable if eqL
methods specified herein. In lieu of the temperature and seasonal restrictions for pai
provided in Section 310, "Painting," paint may be applied to equipment and materials for f
installations at any time permitted by the Engineer.
All ungalvanized ferrous surfaces to be painted shall be cleaned prior to applying the prim
Blast cleaning will not be required. If an approved prime coat has been applied by the manu
and it is in good condition, the first primer application by the Contractor will not be required.
Existing equipment to be painted in the field, including Agency-furnished equipment, shall be
with a stiff bristle brush using a solution of water containing 7.5 ml. of heavy duty detergent
per liter (2 tablespoons per gallon). After rinsing, all surfaces shall be wire brushed with a
cup shaped, power-driven brush to remove all poorly bonded paint, rust, scale, corrosion, gi
dirt. Any dust or residue remaining after wire brushing shall also be removed prior to F
Immediately after cleaning, all galvanized surfaces and all non-ferrous metal surfaces I
coated with one application of Primer (Wash) Pre-Treatment, Section 210-1.5 or wast
conforming to the requirements of Military Specification MIL-P-15328D. The wash primer
applied by spraying or brushing to produce a uniform wet film on the surface. Galvanized eqi
and wood poles for traffic signal or flashing beacon installations shall not be painted.
New galvanized metal surfaces to be painted in the field shall be cleaned as specified for
equipment before applying the prime coats specified. Wire brushing of new galvanized surfz
not be required. After erection, all exterior surfaces shall be examined for damaged primer
damaged surfaces shall be cleaned and spot coated with primer. Galvanized metal guar
shall not be painted.
Types I1 and Ill steel service equipment enclosures shall be painted with a polymeric or an
coating system conforming to Color No. 14672 (light green) of Federal Standard 5958. All c
shall be commercially smooth, substantially free of flow lines, paint washout, streaks, blistc
other defects that would impair serviceability or detract from general appearance. The coatini
comply with the following requirements:
1) Coating Hardness - The finish shall have a pencil lead hardness of HB minimum u Eagle Turquoise pencil.
2) Salt Spray Resistance - The undercutting of the film of the coating system shall not e)
mm ('I;) average, from lines scored diagonally and deep enough to expose the base met
;.
I
I
I
U
I
R
b
2
2
1
d
J
E
I
e-+
P
I ka 7117198 Contract No. 3590 92 of 13:
250 hours exposure in a salt spray cabinet in accordance with ASTM Designation: B 1 17.
3) Adherence - There shall be no coating loss when tested by California Test 645. Compliance (
the coating system to the above requirements may be determined by the application of th
coating, to 100 mm (4”) x 200 mm (8”) x 0.6 mm (0.0236”) test specimens of the same material r the cabinets, in the same manner as applied to the cabinets.
A Certificate of Compliance shall be furnished in accordance with the provisions of Section 4-1.
“Certification,” certifying that the coating system furnished complies in all respects with these r( quirements. Interior of metal signal visors, louvers and front faces of back plates shall be finishc
with 2 applications of lusterless black exterior grade latex paint formulated for application to proper
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, pedestrii
push button housings, pedestrian signal sections and visors, and back faces of back plates, shall I
finished with 2 applications of lusterless black or dark olive green exterior grade latex pal
formulated for application to properly prepared metal surfaces. Dark olive green color shall mat1
Color Chip No. 68 on file at the CALTRANS Transportation Laboratory.
Conduit and conduit fittings above ground shall be prepared and finished in the same manner as t
adjacent standard or post. Relocated, reset or modified equipment previously finished as specifi
in this Section 209-2.1 6, except for galvanized standards previously finished with traffic signal yell(
enamel, shall be given a spot finishing application on newly primed areas, followed by one finishi
application over the entire surface. If any signal faces or mounting brackets are required to
painted under this Section, all signal faces and mounting brackets on the same mounting shall
repainted.
Small rusted or repaired areas of relocated or reset galvanized equipment shall be cleaned a
painted as provided in Section 21 0-3.6, “Galvanizing for Traffic Control Facilities,”for repair1
damaged galvanized surfaces. Equipment number shall be neatly stenciled on the standard or ad
cent structure. The number designation will be determined by the Engineer. All paint shall
applied either by hand brushing or by spraying machines in the hands of skilled operators. The wc
shall be done in a neat and workmanlike manner. The Engineer reserves the right to require the I
of brushes for the application of paint, should the work done by the paint spraying machine pn
unsatisfactory or objectionable, as determined by the Engineer.
209-3 CONTROLLER ASSEMBLIES
209-3.01 Controller Assembly. A controller assembly shall consist of a complete mechanism
controlling the operation of traffic signals or other systems, including the controller unit and
necessary auxiliary equipment, mounted in a cabinet.
operation shown on the plans and as specified shall be provided. All field conductors No. 12 i
smaller shall terminate with spade type terminals. All field conductors No. 10 and larger s
terminate in spade type or ring type terminals.
209-3.02 Type 90 Controller Assembly. Deleted
209-3.03 Model 170 and Model 2070 Controller Assemblies. Model 170 and Model 2070 (Mc
170/2070) controller assemblies shall consist of a Model 170, 170E or 2070 controller unit, a w
cabinet and all auxiliary equipment required to control the system as shown on the plans, anc
specified in these special provisions. Model 170/2070 controller assemblies shall conform to
requirements in “Transportation Electrical Equipment Specifications,” (TEES) and “Traffic Si!
Control Equipment Specifications” (TSCES), issued by the State of California, Departmen
Transportation, and to all addendums thereto current at the time of project advertising.
Q- ts 7/17/98 Contract No. 3590 93 of 139 Pa
All equipment required to provide
I
Unless othetwise specified or shown on the plans, controller assembly cabinets (housing:
Type 1 as shown in the TSCES. The provisions of Sections 209-3.04, “Controller Cabinc
3.05, ”Cabinet Accessories,” and 209-3.06, “Components,” shall not apply to Model
controller assemblies.
209-3.04 Controller Cabinets. Unless otherwise specified, controller cabinets for other tl
90 and Model 170/2070 controllers shall conform to the following:
209-3.04A Cabinet Construction. The cabinet shall be a rainproof cabinet with dimer
shown on the plans. The cabinet top shall be crowned 13 mm (’/2”) or slanted to the rear ti
standing water. The cabinet and doors shall be fabricated of 3 mm (0.125”) minimum
aluminum. All exterior seams for aluminum cabinets and doors shall be continuously we
exterior welds shall be ground smooth. All edges shall be filed to a radius of 0.8 mm (0
minimum.
Cabinets shall be fabricated from aluminum sheet and shall conform to the requirements
Designation: B 209 or B 209M for 5052-H32 aluminum sheet, and the following: I. Welding on aluminum cabinets shall be done by the gas metal arc welding
process using bare aluminum welding electrodes. Electrodes shall conform to the requ
of the American Welding Society (AWS) A5.10 for ER5356 aluminum alloy bare
electrodes.
11. Procedures, welders and welding operators for welding on aluminum shall be qL
accordance with the requirements of AWS B3.0, “Welding Procedure and Perf
Qualification,” and to the practices recommended in AWS C5.6.
111. The surfaces of each aluminum cabinet shall be finished to conform to the require
Military Specification MIL-A-8625C “Anodic Coatings for Aluminum and Aluminum Allo
Type 11, Class I coating, except that the anodic coating shall have a minimum thicknes:
mm (0.007”) and a minimum coating weight of 0.04 mg/mm2 (27 mg/in.2). The anodic
shall be sealed in a 5 percent aqueous solution of nickel acetate (pH 5.0 to 6.5) for 15 lr
97°C (210°F). Prior to applying the anodic coating, the cabinets shall be cleaned and e
follows:
A. Clean by immersion in inhibited alkaline cleaner such as Oakite 61A or Diver
or equivalent, 45-60 grams per liter (6 to * oz. Per gallon) , 71 “C (1 60°F) for 5 minutes
B. Etch in a solution of 11 g (1’/2 oz.) of sodium fluoride, plus 30-45 g (4-6 oz.) o
hydroxide per liter of distilled water at 60-65°C (140°F - 150°F) for 5 minutes.
C. Rinse in cold water.
D. Desmut in a 50 percent by volume nitric acid solution at room temper;
2 minutes.
E. Rinse in cold water.
;.
1
I
d
1
t
I
lo
I
1
1
I
1
I
1.
I aS 7/17/98 Contract No. 3590 94 of12
The cabinet shall have a single front door equipped with a Best Co. lock core and lock,
manufacturers will be accepted. The door width shall not exceed 1120 mm (44). When thi
closed and latched, the door shall be locked. The handle shall have provision for padlockii
closed position. The handle shall have a minimum length of 175 mm (7”) and shall be provi
a 15 mm (5/81(), minimum, steel shank. The handle shall be fabricated of cast aluminum or
plated or cadmium-plated steel. The cabinet door frame shall be designed so that the
mechanism will hold tension on and form a firm seal between door gasketing and door
Cabinet locks shall be the solid brass, 6-pin tumbler rim type. The lock shall have reci
spring-loaded bolts. The locks shall be left hand, and rigidly mounted with stainless steel
screws approximately 50 mm (2”) apart. Keys shall be removable in the locked and I
positions, and 2 keys furnished with each cabinet. The front position of the lock shall extei
(’/e”) to 9 mm (3//) beyond the outside surface of the door. The latching mechanism shall
point cabinet latch with nylon rollers. The center catch and pushrods shall be zinc-platec
4-
P
mium-plated steel. Pushrods shall be turned edgewise at the outer supports and shall be 6 mm (’I4
x 20 mm (3/4”), minimum. The nylon rollers shall have a minimum diameter of 20 mm (3/4”) and sh< be equipped with ball bearings. All cadmium plating shall meet the requirements of Military Spe
ification MIL-QQ-416b. All zinc plating shall meet the requirements of Military Specification MIL-Q(
325b. The door’s hinging shall be three-bolt butt hinges. Each hinge shall have a fixed pin. Dooi
larger than 560 mm (22”) in width or 0.56-rr? (6 ff) in area shall be provided with catches to hold tt
door open at both 90 degrees and 180 degrees, plus or minus 10 degrees. The catches shall be
mm (3/8’’) diameter, minimum, plated steel rods. The catches shall be capable of holding the do
open at 90 degrees in a 90 km/h (60 mph) wind at an angle perpendicular to the plane of the door.
The police panel shall be mounted on the door as shown on the plans, and equipped with a lot
keyed for a master police key. Two keys shall be furnished with each cabinet for the police lod
Each police key shall have a shaft at least 45 mm (I3/,”) in length. Police panels shall not t
furnished for controller assemblies that do not control traffic signals.
Door hinges, pins, and bolts shall be made of stainless steel or aluminum with a stainless steel hinl
pin. The hinges shall be bolted to the cabinet. The hinge pins and bolts shall not be accessif
when door is closed. Gasketing shall be provided on all door openings and shall be dust tigh
Gaskets shall be permanently bonded to the metal. The mating surface of the gasketing shall I
covered with a silicone lubricant to prevent sticking to the mating surface. Details of alternati
designs shall be submitted For review and approval prior to the fabrication of the cabinets.
Substantial metal shelves or brackets shall be provided to support controller unit and auxilia
equipment. Machine screws and bolts shall not protrude beyond the outside wall of the cabine
Conduit shall enter the controller cabinet at the front unless shown otherwise on the plans. A plial
seal, composed of caulking compound or mastic, shall be placed between each controller cabir
and the concrete foundation to prevent water, dust and dirt from entering the cabinet.
209-3.046 Cabinet Ventilation. Each controller cabinet shall be provided with 8 screent
raintight vent holes, 12 mm (’/2‘‘) in diameter or larger, in the lower side or bottom of the cabinet, or
the option of the Contractor, louvered vents with a permanent metal mesh or 4-ply wov
polypropylene air filter held firmly in place, which will permit the fan to pass the volume of
specified, may be substituted. Each controller cabinet shall be equipped with an eiiectric fan with b
or roller bearings and a capacity of at least 2.83 m3/min (100 cfm). The fan shall be thermostatia
controlled and shall be manually adjustable to turn on between 32°C and 65°C (90°F and 150
with a differential of not more than 6°C (43°F) between automatic turn on and turn off. The cabii
fan circuit shall be fused at 125 percent of the ampacity of the fan motor installed. The fan a
cabinet vent holes shall be located with respect to each other so as to direct the bulk of the air fl
over the controller unit or through the ventilating holes of the controller unit where those holes exis
209-3.046 Cabinet Wiring. All conductors used in controller cabinet wiring shall be No. 22,
larger, with a minimum of I9 strands. Conductors shall conform to Military Specification MIL-’
16878D, Type B or better. The insulation shall have a minimum thickness of 0.25 mm (IO mils) E
shall be nylon jacketed polyvinyl chloride or shall be irradiated cross-link polyvinyl chlori
polyhalocarbon or polychloro-alkene, except that, at the Contractor’s option, conductors No. 14 E
larger may be UL Type THHN. At the Contractor’s option, flat cable may be used in lieu of individ
conductors. Cable shall be constructed of No. 28, or larger, conductors. Conductor insulation SI
be rated at 300 volts and shall be rated for use at 105°C. Cables shall be provided with strain reli
Wiring within controller cabinets shall be neatly arranged and laced, or enclosed in plastic tubinG
raceway. All conductors used in controller cabinet wiring shall conform to the following color-cc
requirements:
1) The grounded conductor of a circuit shall be identified by a continuous white or natural g
em tp 7/17/98 Contract No. 3590 95 of 139 Pac
1
color.
2) The equipment grounding conductor shall be identified by a continuous green color
continuous green color with one or more yellow stripes.
3) The ungrounded conductors shall be identified by any color not specified in 1 or 2 aboi
Conductors used in cabinet wiring shall terminate with properly sized captive or spring sp
terminals or shall be soldered to a through-panel solder lug on the rear side of the terminal t:
crimp-style connectors shall be applied with a proper tool which prevents opening of the
until the crimp is completed. An equipment grounding conductor bus shall be provided
controller cabinet. The bus shall be grounded to the cabinet and shall be connected to t
conduit system or other approved ground with a No. 8, or larger, grounding conductor. Wil
cabinet equipment in place and connected, the resistance between the grounded conductor
bus and the equipment grounding conductor bus shall be 50 Ma, minimum, when measurec
applied voltage of 150 volts DC. If DC- is to be grounded, it shall be connected to equipmen
only.
Two or more terminal blocks shall be provided for field connections. Field terminals shall be
within 560 mm (22) of the face of the cabinet and shall be oriented for screwdriver operat
the door opening. All terminals shall be a minimum of 125 mm (5) above the foundation. I
than 3 conductors shall be brought to any one terminal. Two flat metal jumpers, str U shaped, may also be placed under a terminal screw. At least 2 full threads of all termina
shall be fully engaged when the screw is tightened. No live parts shall extend beyond the
Attention is directed to Section 209-1.03, “Equipment List and Drawings,” regarding wiring dii
209-3.05 Cabinet Accessories.- The following accessories shall be furnished with each
assembly for other than Model 170/2070 controllers:
209-3.05A Labels. A permanent printed, engraved or silk screened label shall be provide(
following equipment and for all other removable items of equipment:
1. Receptacles for relays and switching devices.
2. Switches, fuses and circuit breakers.
Labels shall conform to the designations on the cabinet wiring diagram. Labels for all shelf-r
equipment shall be on the face of the shelf below the item. Labels for wall-mounted equipmt
be below the item.
209-3.05B Convenience Receptacle. A convenience receptacle shall be mounted in a
accessible location inside the cabinet. Convenience receptacle shall be a duplex, 3-prong,
Type 5-1 5R grounding type outlet and shall meet the requirements of UL Standard 943.
209-3.05C Lighting Fixture. Each cabinet shall be provided with a fluorescent lightin(
mounted on the inside top of the cabinet near the front edge. Fixture shall be provided
F15T8, cool white lamp operated from a normal power factor UL or ETL listed ballast. The ”
switch for the lighting fixture shall be either of the following:
1) A toggle switch mounted on the inside door panel.
2) A door-actuated switch that turns the light on when the door is open, and off when the doc
i
I
I
I
1
Oi
I
lo
It
I
i
I
li
I
B
closed.
4i=
P
l %@ 7/17/98 Contract No. 3590 96 of 139
209-3.05D
transients and shall have ratings in Table 209-3.05(A):
Surge Arrestor. The surge arrestor shall reduce the effects of power line voltas
TABLE 209-3.05D(A)
Standby current shall be one milliampere or less for 60 Hz sinusoidal input.
209-3.05E Terminal Blocks. All terminal blocks shall be rated 600 V, minirnurl, AC and shall I
provided with nickel, silver, or cadmium plated brass binder head screw terminals. Heavy dL
terminal blocks shall be rated at 20 A and shall be provided with 12 poles with No. 10 x 8 mm (10- x 5/,6“) nickel plated brass binder head screws and nickel plated brass inserts. Each pole positi
shall be provided with 2 terminal positions. The terminal blocks shall be the barrier type, w
shorting bars in each of the 12 positions, and shall be provided with integral type marking strip:
Light duty terminal blocks shall be rated at 5 A and shall be provided with 12 poles with No. 6 x 3 IT
(6-32 x ’/qLr) binder head screws. Each pole position shall be provided with one terminal position.
209-3.06 Components. Components used in the construction of control equipment for other th
Type 90 and Model 170/2070 controllers shall conform to the following:
209-3.06A Toggle Switches. Toggle switches shall have poles as required and shall be rated
200 percent of circuit current for circuits of 10 A or less and 725 percent of circuit current for circi
over 10 A. Circuit breakers used as toggle switches shall be UL or ETL listed for switch
operation.
209-3.068 Cartridge Fuses. Cartridge fuses shall be installed in panel mounted fuseholder
Fuse type and rating shall be as recommended by the fuse manufacturer for the type of load be
protected.
209-3.06C Circuit Breakers. Circuit breakers shall be as specified for circuit breakers in Seci
209-2.1 1, “Service,” except that the breakers shall have a minimum interrupting capacity of 500C
rms.
209-3.06D Connectors. Connectors used for interconnecting various portions of circuits toget
shall be designed and constructed for the application involved. Connectors shall be designed provide positive connection of all circuits, and easy insertion and removal of mating contaci
Connectors shall be permanently keyed to prevent improper connection of circuits. Connectors
devices plugging into connectors, shall be provided with positive means to prevent any indivic
circuit from being broken due to vibration, pull on connecting cable or similar disruptive force.
209-4 TRAFFIC SIGNAL FACES AND FITTINGS
209-4.01 Vehicle Signal Faces. Each vehicle signal face shall be of the adjustable t
conforming to the provisions in Institute of Traffic Engineers (ITE) Publication: ST-0089, “Veh
Traffic Control Signal Heads.” Plastic signal sections shall meet the requirements of California 1
605. Any fracture within the housing assembly, or a deflection of more than 70 degrees in either
vertical or horizontal plane after the wind load has been removed from the front of the signal faa
em %# 7/17/98 Contract No. 3590 97 of 139 Pal
1
a deflection of more than 6 degrees in either the vertical or horizontal plane after the wind
been removed from the back of the signal face will be considered structural failure. Vehic
faces, except arrow and ”X faces, shall meet the requirements of California Test 604. Ac
shall permit rotation of 360 degrees about a vertical axis. The number and type of section:
as specified herein or as shown on the plans. Each vehicle signal face shall be installc
location and mounted in the manner shown on the plans. Unless otherwise shown on the
vehicle signal faces shall contain 3 sections arranged vertically; red-top, yellow-center, g
tom. All new vehicle signal faces, except programmed visibility type, installed at any one int
shall be of the same manufacture and of the same material.
2094.01A Optical Units. Each optical unit for 300 mm (12-inch) and 200 mm (84) traffic si
assemblies shall meet the requirements of section 209-4.01 A (I) for incandescent illuminatic
yellow or green signals or section or 209-4.01A(2) for light emitting diode illumination of red E
209-4.01A(1) Optical Units - Incandescent. Each optical unit for yellow or green, circuli
arrow, signals shall consist of a lens, a reflector or reflector assembly, a lamp receptacl
clear traffic signal lamp. Lenses, reflectors, reflector assemblies, lamp receptacles and wii
light distribution shall conform to the provisions in ITE Publication: ST-008B. Each lens st
best quality glass, true to color and free of imperfections.
All reflectors shall conform to the provisions in ITE Publication: ST-008B except that reflecl
be made of silvered glass or of specular aluminum with an anodic coating. Reflector ring hot1 be made of cast aluminum. A single piece formed metal reflectodring holder may be usc
openings of signal faces shall be sealed with neoprene gaskets.
209-4.01A(2) Optical Units - Light Emitting Diode. Each optical unit for red, circular c
signals shall consist of an assembly that utilizes light emitting diodes as the light source in li
incandescent lamp for use in traffic signal sections and shall conform to the following:
1. A single piece formed metal reflectorking holder shall be used.
2. Top openings of signal faces shall be sealed with neoprene gaskets.
3. The LED signal assembly lens shall be tinted with an appropriate color to reduce sun ph
affect and enhance on/off contrast. The tinting shall be uniform across the face of the ler 4. The lens of the LED signal module shall be integral to the unit, shall be convex with a sn
outer surface and made of ultraviolet stabilized plastic or of glass.
5. LED signal module shall be a sealed unit with two conductors for connecting to power, a
circuit board, power supply, a red lens and gasket, and shall be weather proof after insta
and connection. The circuit board and power supply shall be contained inside the modul
Circuit boards shall conform to Chapter I, Section 6 of the State of California Departmen
Transportation “Transportation Electrical Equipment Specifications”.
The LED signal module shall have prominent and permanent directional marking@), that
“UP arrow”, the word “UP or “TOP,” for correct indexing and orientation within a signal h
for units with refracted lens or arrow indications.
7. The manufacturer’s name, trademark, serial number and other necessary identification s
permanently marked on the backside of the LED signal module.
8. LED signal modules used on this project shall be from the same manufacturer, and each
shall be the same model.
9. A label shall be placed on the LED signal module certifying compliance to the VTCSH Sk
10. The lens of the LED signal module shall be capable of withstanding ultraviolet (direct sun exposure for a minimum time period of five years without exhibiting evidence of deteriora
11. The LED signal module shall be a single, self-contained device, not requiring on-site ass(
for installation into an existing traffic signal housing.
;.
1
I
E
R
i
I
1
1
1
I
l
I
1[1,
6.
1
e-+
P
I %a 7/17/98 Contract No. 3590 98 of 132
12. LED traffic signal modules shall be designed as retrofit replacements for existirig optical units o signal lamps and shall not require special tools for installation. 13. LED signal modules shall fit into existing traffic signal section housings built to the VTCSH
without modification to the housing. 14. Installation of a LED signal module shall only require the removal of the optical unit component i.e., lens, lamp module, gaskets, and reflector. 15. The LED signal module shall be weather tight and fit securely in the housing; and shall connec directly to electrical wiring. 16. LED signal modules shall not require a specific mounting orientation or have a variance in lighl output, pattern or visibility for any mounting orientation. 17. The power supply for the LED signal module shall be packaged as an integral part of the LED
signal module. 18. The assembly and manufacturing process for the LED signal assembly shall be such as to assure all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. 19. Materials used for the LEDs, lens and the rest of the signal assembly construction shall confor to ASTM specifications for the materials and shall meet the requirements of tests listed in this section and in the VTCSH Standard. In addition, all materials shall be capable of withstanding exposure of the temperature range specified in this section without deterioration. 20. If masking materials are used to form the shape of an arrow within an LED signal module, the) shall be capable of withstanding all environmental requirements specified in this section withot deterioration. 21. Enclosures containing the power electronic components of the signal module shall be made o
flame retardant materials that will self-contain internal sparks and flames, as well as dripping materials. 22. The minimum luminous intensity values and light output distribution shall be as shown in Secti 11.04 and Table 1 of the VTCSH standard. 23. The chromaticity of LED signal modules shall conform to the chromaticity requirements of Section 8.04 and Figure 1 of the VTCSH standard.
24. An LED traffic signal module must meet the minimum intensity requirements while operating within the temperature range specified in this section. 25. An LED traffic signal module shall not exhibit more than a nominal -1 5% change in luminous intensity per a +IoC change in ambient temperature.
26. Each LED signal module component and sub-assembly shall be traceable to original supplier! production date codes to ensure a reliable product (warranty purposes) and customer identification in the event of a recall situation due to the occurrence of an electronic componer reliability problem. 27. LED signal modules shall be tested for temperature cycling and certified test results supplied per MIL-STD-883, Test Method I01 0. The temperature range shall be from - 34OC (-29OF) to +74OC (+I 65OF), 20 cycles, with a 15-minute transfer time between temperature extremes, an a 30-minute dwell at each temperature extreme. Signal assemblies under test shall be non- operating. Failure of any signal assembly to function normally or any cracking of the assemb (including the lens) after temperature cycling shall be cause for rejection. 28. LED signal assemblies shall be tested for mechanical vibration and certified test results suppl per MIL-STD-883, Test Method 2007. Signal assemblies under test shal! be subjected to thn 4-minute cycles along each X, Y, and Z axis at 2112 minimum, 2 Hz to 120 Hz. The loosenin1 internal components or other internal damage shall be cause for rejection. 29. LED signal modules shall be tested for moisture resistance and certified test results supplied MIL-STD-883, Test Method 1004. Testing shall be performed in a non-changing environmer 7I0C (+16OoF) at a relative humidity of 95 percent for a period of 168 hours. Signal modules under test shall be non-operating. Any evidence of internal moisture after testing shall be cal for rejection.
e- b# 7/17/98 Contract No. 3590 99 of 139 Pa
1
30. LED signal modules shall be tested for mechanical impact and certified test results sup1
MIL-STD-883, Test Method 2002. The lens face of each signal module shall be subjeci
five blows of 1000 grams for a duration of 0.5 seconds each. Any evidence of cracking
chipping, or crazing of the lens or entire signal assembly shall be cause for rejection.
31. LED signal assemblies shall be tested for resistance to electrostatic discharge and certi
results supplied per MIL-STD-883, Test Method 3015. Signal assemblies under test sh
subjected to 5 discharges of 1,000 volts, 500 !2, 300 pF to electrical leads. Any damagc
internal electrical components and/or LED light sources is cause for rejection.
209-4.01 B Signal Sections. Each signal section housing shall be structural plastic
sections shall conform to the following:
1. Maximum height of a signal section shall be 260 mm (lO1/4u) for each 200 mm (8") secti
375 mm (143/4") for each
2. The housing of each signal section shall be provided with a one-piece, hinged, square-:
door designed to permit access to the section for relamping without the use of tools.
3. The door shall be secured by a method that will hold the door closed during the loading
specified in this Section.
4. The lens shall be mounted in the door in a watertight manner.
5. All exposed hardware, such as hinge pins and door latching devices, shall be Type 304
stainless steel.
6. All interior screws and fittings shall be stainless steel.
7. An opening shall be provided in the top and bottom of each signal section to receive 40
(1 '//) pipe.
8. The 200 mm (8) and 300 mm (12") signal sections of an individual manufacturer shall t:
capable of joining to form a signal face in any combination. This interchangeability is nc
required between metal and plastic signal sections.
All gaskets, including those for the door, lens, reflector and lamp holder, shall be made f
material that is not affected when installed in a signal section with a metal or plastic hou,
is operated continuously for 336 hours.
i
1
I
I
i
I
1
Io
I
D
1
I
1
I
I
300 mm (12") section.
9.
209-4.01B(2) Plastic Signal Sections. Housings shall be either molded in one piece or
fabricated from 2 or more pieces joined into a single piece. The plastic shall have ultraviolet
shall be unaffected by the heat of the lamp used and shall be self-extinguishing. Housi
doors shall be colored throughout and shall be black matching Color No. 17038, 27038 or :
Federal Standard 5956. Each section in a face shall be joined to the adjacent section by or
following methods:
1. A minimum of 3 machine screws for 200 mm (8") sections and 4 machine screws for 300
(12") sections, installed through holes near the front and rear of the housings. Machine s
shall be No. 10 and each shall be provided with a nut, flat washer and lock washer.
2. Two machine screws (each with a nut, flat washer and lock washer) installed through holl
the front of the housings, plus a fastening through the 40 mm (1 1/2'') pipe openings. The
ing shall consist of two large flat washers to distribute the load around the pipe opening i
three carriage bolts, each with a nut and lock washer. Minimum size of machine screws
No. IO. Minimum size of carriage bolt shall be 6 mm ('/,"-2O).
The supporting section of each signal face supported solely at the top or bottom shall be I
with reinforcement. Reinforcement plates shall be either sheet aluminum, galvanized steel
aluminum. Each plate shall be not less than 2.7 mm (0.1 IO") thick and shall have a hole ca
with the 40 mm (l'/2") pipe mounting hole in the housing. Sheet aluminum reinforcement pla
be placed both inside and outside the housing; galvanized steel reinforcement plates shall bc
inside only; and cast aluminum reinforcement plates shall be placed outside only. Reinfo
plates placed outside of the housing shall be finished to match the color of the signal hou:
shall be designed to permit the proper serrated coupling between signal face and n
e=
P
I +# 7/17/98 Contract No. 3590 100 Of13
hardware. A minimum of three No. 10 machine screws shall be installed through holes in the platc
and matching holes in the housing. Each screw shall have a round or binder head and shall 1:
provided with a nut and lock washer.
Where a signal face is to be supported by a Type MAS side attachment slip-fitter inserted between sections, a spacer or spacers shall be placed between the 2 sections. The vertical dimension
spacers shall permit proper seating of the serrations between the slip-fitter and the 2 sections. Holc
in spacers shall align with the front holes in the section housings. In addition to the fastening throu!
the large openings in the housings, the 2 sections shall be joined with at least 2 machine screv
through holes near the front of the housings and the spacers, and through matching holes in
reinforcing plate installed in each housing. Machine screws shall be No. 10 minimum size. Space
shall be made of the same material as the signal housings. Reinforcing plates and machine screv
shall be as specified above. Reinforcing plates will not be required where the housing is providt
with reinforcing webs connecting the rear of the housing with the top, bottom and sides.
Holes for machine screws shall be either cast or drilled during fabrication of the signal section. Ea
hole shall be surrounded by a 3 mm (’/*‘‘) minimum width boss to permit contact between sigr
sections about the axis of the hole. Each plastic signal face shall be provided with plastic or me
visors. Plastic signal faces which require backplates shall be provided with plastic backplates.
serrated nylon washer shall be inserted between each plastic signal section and a metal mountii
assembly. Each washer shall be not less than 4 mm (3/,/) nor more than 6 mm (l/4(r) thick
Serrations shall match those on the signal section and the mounting assembly.
209-4.01C Electrical Components The electrical components for 300 mm (12-inch) and 200 n
(841) traffic signal assemblies shall meet the requirements of section 209-4.01 C (1) for incandescc
illumination for yellow or green signals or section 209-4.01 C(2) for light emitting diode illumination
red signals.
2094.01C(I) Electrical Components - Incandescent. Each optical unit for yellow or gref
circular ball or arrow, signals shall meet the requirements of this section. Lamp receptacles i
wiring shall conform to ITE Publication: ST-0088. The threaded portion of the lamp receptacle st
be metal. Aluminum shall not be used. Each lamp receptacle shall be wired with a conduci
connected to the shell of the receptacle, with white insulation, and a conductor, to the bottom or E
terminal of the receptacle, with black insulation or with insulation color-coded. These conductc
shall, in turn, be connected to a terminal block mounted inside at the back of the housing. 7
terminal block shall have sufficient screw shall be permanently identified or conductors shall be cc
coded to facilitate field wiring. Lamp receptacle conductors shall be No. 18, or larger, 600-V,
pliance wiring material (AWM), with 0.75 mm (30 mil) thickness insulation rated 105°C or v
insulation that conforms to Military Specification MIL-W-16878 D, Type B, with vinyl nylon jac
rated 1 15°C. The manufacturer’s name or trademark, conductor size, insulation type le
designation and temperature rating shall be marked on the insulation or a Certificate of Compliar conforming to the provisions in Section 4-1.5, “Certification,” shall be submitted by the manufactcr
with each shipment of traffic signal faces.
209-4.01 C(2) Electrical Components - Light Emitting Diodes. All electrical components for I circular or arrow, signals shall consist of an assembly that utilizes light emitting diodes as the I
source in lieu of an incandescent lamp for use in traffic signal sections and shall conform to
following:
1. LED signal modules shall conform to the requirements of the VTSCH standard.
2. The manufacturer’s name or trademark, conductor size, insulation type letter designation anc
temperature rating shall be marked on the insulation or a Certificate of Compliance conformir
ellr r,s 7/17/98 Contract No. 3590 101 of139Pai
1
I
I
I
I
8
1
I
Ir,
1
I
I
I
I
I
I
1
to the provisions in Section 4-1.5, “Certification,” shall be submitted by the manufacture
each shipment of traffic signal faces. The LED signal module shall be rated for use in the ambient operating temperature rant
The LED signal module shall be dust and moisture tight to protect all internal LED and c
components. The LED signal module shall be capable of withstanding exposure to an environment 01
(+I 65OF)/95% relative humidity for 168 hours without internal condensing moisture.
All wiring and terminal blocks shall meet the requirements of Section 13.02 of the VTCI
standard.
Two captive, 2-color coded, 1 m (36”) long, 600 V, 18 AWG minimum, jacketed wires, wi
disconnect terminals attached conforming to the National Electric Code and Section 20<
“Electrical Components,” of these specifications and rated for service at 105OC, are to bi
provided for electrical connection.
The LED signal module shall operate off of a 60 Hz ac line voltage ranging from 80 volt:
135 volts rms. Nominal rated voltage for all measurements shall be 11 7 volts rms. The
shall prevent flicker over this voltage range. The circuitry shall prevent flicker at all vok
below 80 volts rms for a minimum time period of 16 milliseconds.
9. The signal module on-board circuitry shall include voltage surge protection to withstand
peak transient of 600 volts of each polarity for 100 ms duration.
IO. The individual LED light sources shall be wired so that a catastrophic failure of one LED
source will not result in the loss of illumination in more than 20 percent of the LED lights
11. The LED signal module shall be operationally compatible with currently used controllers
conflict monitors.
12. The LED signal circuitry shall prevent false controller conflict monitor action due to excel
high off-state input impedance.
13. The LED signal module on-board circuitry may provide dimming capability, triggered by
on-board photodiode to sense ambient light. The dimming operation shall diminish light
by one half, to match threshold ambient lighting conditions.
14. The LED signal and associated on-board circuitry must meet Federal Communications
Commission (FCC) Part 15 regulations concerning the emission of electronic noise.
15. Each new LED signal module shall undergo the burn-in procedure (described in the defi
section) in order to cause any electronic infant mortality to occur and to detect any elect1
component reliability problem before the product is shipped to be installed.
16. All tests described herein shall be accomplished with a minimum quantity of 6 LED signz
modules. 17. All optical testing shall be without a visor or hood attached to the LED signal module.
18. After the burn-in procedure is completed, each LED signal module shall be tested for rat1
intensity (described in the definition section). This may be done using an integrating
photometer. The test data shall be kept on file for a minimum period of six years. LED s
modules not meeting minimum light intensity per Table 1 of VTCSH shall be rejected.
19. LED signal modules representative of typical average production units shall be measure
light output performance according to VTCSH, Section I1 .OO, after a 30 minute warm-up
period (module is illuminated at rated voltage). 20. Each LED signal module shall be tested for light output at 80,117, and 135 volts. LED s
modules shall not be allowed to fall short of the minimum intensity values. 21. The LED’s shall utilize AllnGaP technology and shall be the ultra bright type rated for IO(
hours of continuous operation from - 4OoC to 74OC.
22. The individual LEDs shall be wired such that a catastrophic failure of one LED will result
loss of not more than 5 percent of the signal module light output.
23. The failure of an individual LED in a string shall only result in the loss of that LED, not thc
string or indication.
3.
4.
5.
6.
7.
-34OC (-29OF) to +74OC (+I 65OF). f
8.
4-
P
rr@ 7/17/98 Contract No. 3590 102 of 13!
24. The LED signal modules tested or submitting for testing shall be representative of typical
average production units.
25. Circular modules shall be tested according to California Test No. 604.
26. All optical testing shall be performed with the module mounted in a standard traffic signal
section but without a visor or hood attached to the signal section.
27. Maximum initial power requirements for LED signal modules shall be 25 watts for 300 rnrn red,
15 watts for 200 mm red and 15 watts for 300 mm red arrow at 25OC.
28. LED signal modules shall be rated for a minimum useful life of 48 months and shall maintain nc
less than 85 percent of the standard light output values found in the ITE publication ST-O08B,
"Vehicle Traffic Control Signal Heads" (VTCSH ST-017), after 48 months of continuous use in
traffic signal operation over the temperature range of - 4OoC to +74'C.
29. The LED red arrow indication shall meet existing specifications stated in the VTCSH Section
9.01 for arrow lenses.
30. The LED's shall be spread evenly across the illuminated portion of the arrow area.
31. Each LED signal section indication shall provide a minimum average luminous intensity of
5,500 candela/mZ, as measured by the VTCSH. All measurements shall be performed at rate
operating voltage of 120 VAC.
209-4.01 D Visors. Each signal section shall be provided with a removable visor conforming tc
ITE Publication: ST-0088. Visors are classified, on the basis of lens enclosure, as full circle, tunnc
(bottom open), or cap (bottom and lower sides open). Unless otherwise specified, visors shall be tl
full circle type. The visor shall be a minimum of 240 mm (9'12") in length for nominal 300 mm (12")
round lenses and 180 mm (7") in length for nominal 200 mm (8) round lenses, with a downward till
between 3 degrees and 7 degrees. Plastic visors shall conform to the following:
1. Visors shall be either formed from sheet plastic or assembled from one or more injection,
rotational or blow molded plastic sections.
2. Sections shall be joined using thermal, chemical or ultrasonic bonding or with aluminum rivets
and washers permanently colored to match the visor.
3. Visors shall be of black homogeneous colored material with a lusterless finish.
4. Each visor shall be secured to its door in a manner that will prevent its removal or permanent
deformation when the wind load specified in California Test 605 for plastic visors is applied to
the side of the visor for 24 hours.
209-4.02 Directional Louvers. Where shown on the plans, directional louvers shall be
furnished and installed in signal visors. Directional louvers shall be so constructed as to have
snug fit in the signal visors. The outside cylinder shall be constructed of 0.75 mm (0.030)
nominal thickness, or thicker, sheet steel and the vanes shall be constructed of 0.4 mm (0.01(
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 (
vanes shall be as shown on the plans.
209-4.03 Backplates. Where shown on the plans, backplates shall be furnished and installed
signal faces. Dimensions, materials and installation details shall be as shown on the plans.
background light shall show between the backplate and the signal face or between sections. Pla backplates shall be supplied and either formed from sheet plastic or assembled from extrud
molded or cast sections. Sections shall be factory joined using (1) an appropriate solvent cemt
(2) aluminum rivets and washers painted or permanently colored to match the backplate, or (3)
10 machine screws with washer, lock washer and nut, painted to match the backplate. Backpla
shall be of black homogeneous colored material with a lusterless finish. Each plastic backplate s
be secured to the plastic signal face in a manner that will prevent its uemoval or perman
deformation when the wind-load test is applied to either the front or the rear of the signal face. -
permanent deformation of any portion of the backplate shall not exceed 5 degrees forwarc
backward after the wind loading has been applied for 24 hours.
1.
e- ts 7/17/98 Contract No. 3590 103 of 139 Pa:
1
I
1
I
I
1
I
I
1
I
1
I
I
I
I
When a plastic backplate requires field assembly, it shall be joined with at least four No. 10
screws at each field assembled joint. Each machine screw shall be provided with an ir
captive flat washer, a hexagonal head slotted for a standard screwdriver, and either (I) a lo
with an integral or captive flat washer, or (2) a nut, flat washer and lockwasher. Machint
nuts and washers shall be stainless steel. Where a metal backplate consists of 2 or more
the sections shall be fastened with rivets or with aluminum bolts peened after assembly tc
loosening. In lieu of the screws shown on the plans, plastic backplates may be fasten
plastic signal face using self-threading No. 10 stainless steel screws. The screws shall
integral or captive flat washer and a hexagon head slotted for a standard screwdriver, anc
stainless steel.
209-4.04 Programmed Visibility Vehicle Signal Faces. Each programmed visibility si{
and the installation thereof shall conform to the provisions in Sections 209-4.01, “Vehicl
Faces,” 209-4.03, “Backplates,” and 209-4.06, “Signal Mounting Assemblies,” except
provisions in Section 209-4.01 A, “Optical Units,” shall not apply. Each programmed visibil
section shall provide a nominal 300 mm (12”) diameter circular or arrow indication. Color a
configuration shall conform to ITE Publication: ST-008B. Each section shall be provided w
visor. Each signal section shall be provided with an adjustable connection that permits inc
tilting from 0 to IO degrees above or below the horizontal while maintaining a common ver
through couplers and mountings. Terminal connection shall permit external adjustment a
mounting axis in 5 degree increments.
The signal shall be mountable with ordinary tools and capable of being serviced withou Adjustment shall be preset at 4 degrees below the horizontal, unless otherwise specific
visibility of each programmed visibility signal face shall be capable of adjustment or progi
within the face. When programmed, each signal face’s indication shall be visible only in tho!
or lanes to be controlled, except that during dusk and darkness a faint glow to each sidc
permissible. Prior to programming, each signal section with a yellow indication shall pi
minimum luminous intensity of 2500 cd on the optical axis, and a maximum intensity of 100
degrees horizontal from the axis. Each signal section with a yellow indication shall be ca
having its visibility programmed to achieve the following luminous intensities: a minimum of
on the optical axis, a maximum of 100 cd at from 0.5 to 2 degrees horizontal from the ax
maximum of 10 cd at from 2 to 15 degrees horizontal from the axis. Under the same condit
intensities of the red indication and the green indication shall be at least 19 and 38
respectively, of the yellow indication. Each signal face or each signal section shall include
means for regulating its luminous intensity between limits in proportion to the individual bac
luminance. Lamp intensity shall not be less than 97 percent of uncontrolled intensity at I(
and shall reduce to 15 22 percent of maximum intensity at less than 10 Ix. The dimming dev
operate over an applied voltage range of 95 to 130 V, 60 Hz and a temperature range of -
74°C. The Contractor shall program the head as recommended by the manufacturer and as
by the Engineer.
209-4.05 Pedestrian Signal Faces. Message symbols for pedestrian signal faces shall t
WALKING PERSON and Portland orange UPRAISED HAND conforming to the requiremeni
Institute of Transportation Engineers Standards: “Pedestrian Traffic Control Signal lndicatic
the “Manual on Uniform Traffic Control Devices.” The height of each symbol shall be not IC
250 mm (I 0) and the width of each symbol shall be not less than 165 mm (6‘”’’). The lumir
the UPRAISED HAND symbol shall be 3750 cd/m2 (1 ,I 00 foot-lamberts), minimum, i
luminance of the WALKING PERSON symbol shall be 5300 cd/m2 (I ,550 foot-lamberts), mi
when tested in accordance with California Test 606.
1.
b
n
4% ts 7/17/98 Contract No. 3590 104 of 13!
P
The uniformity ratio of an illuminated symbol shall not exceed 4 to 1 between the highest luminanc area and the lowest luminance area. The luminance difference between a nonilluminated symb
and the background around the symbol shall be less than 30 percent when viewed with the fro screen in place and at a low sun angle. Brightness measurements for signals designed for 2
incandescent lamp will be made when the signal is equipped with an A-21 traffic signal Ian operated at a voltage to produce 665 lumens. Each housing, including the front screen, shall ha
maximum overall dimensions of 470 mm (18'/:) width, 483 mm (19") height and 292 mm (ll'/
depth. All new pedestrian signal faces installed at any one intersection shall be the same make ai
type. Each pedestrian signal face shall be installed at the location and mounted in the mann shown on the plans.
209-4.05A Types. Pedestrian signal faces shall be Type A and shall conform to the following:
2094.05A(l) Type A. Each Type A signal shall consist of a housing, two-color message plate
retlector assembly, 2 incandescent lamps with sockets and a front screen. Each message pl:
shall be one piece and shall be made 4.7 mm (3/,6y) tempered glass. The symbols shall be applied the inside smooth surface of the message plate. Each reflector assembly shall consist of a doul
reflector or 2 single reflectors. Each reflector shall be made of either aluminum or plastic.
reflectors shall conform to the provisions in Institute of Traffic Engineers Publication: ST-OO€
"Vehicle Traffic Control Signal Heads." Plastic reflectors shall consist of molded or vacuum-form
plastic with a vacuum-deposited aluminum reflecting surface. The plastic material shall not dist
when the reflector is used with the lamp of the wattage normally furnished with the signal.
addition, the UL nonmechanical loading temperature of the material shall exceed, by at least 10'
the maximum temperature in the signal section with the lamp "ON" and measured in an ambient
temperature of 25°C in accordance with UL Publication UL 7466. Each completed reflector sh
when operated with the appropriate lamp and lens, provide the message brightness specified.
209-4.05B Front Screen. The front screen provided on each Type A signal shall have a 38 r
(1 1/2") deep eggcrate or Z-crate type screen of 0.8 mm (0.03") nominal thickness polycarbonate. 1
screening shall be mounted in a frame constructed of 1.0 mrn (0.04") minimum thicknc
polycarbonate. The screen shall be installed parallel to the face of the message plate and shall
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 ('/[) whe
75 mm (3") diameter, 1.8-kg (41b.) steel ball is dropped onto the screen from a height of 1.2 m
above the screen. The screen will be lying in a horizontal position and supported on its edges
this test. The message plate will be removed from the pedestrian signal housing, when
pedestrian housing is used to support the front screen during the test, so there will be no b
support for the screen. The screen and frame shall be fabricated from aluminum anodized flat bk
or finished with lusterless black exterior grade latex paint formulated for application to prop1
prepared metal surfaces, or shall be fabricated from flat black plastic. Alternate methods
screening may be substituted for the above screens provided that the results are at least equa
those obtained with the above specified screens as determined by the Engineer.
209-4.05C Housing. Pedestrian signal housings shall conform to the provisions in Section 2
4.01 B, "Signal Sections."
209-4.05E Finish. The exterior of each housing and visor and the interior of visors shall be pair
in accordance with the provisions in Section 209-2.1 6, "Painting."
209-4.05F Control. All pedestrian signals shall be capable of being controlled by the solid-s
switching devices specified for traffic signal controller assemblies.
4- r,# 7/17/98 Contract No. 3590 105 of 139Pa
1
R
I
I
I
1
I
I
I
I
I
I
II
I
I
2094.056 Terminal Blocks. Each pedestrian signal face shall be provided with a Ii
terminal block conforming to the provisions in Section 209-4.01 C, “Electrical Components.”
All field wiring shall connect to this terminal block.
2094.06 Signal Mounting Assemblies. Signal mounting assemblies shall consist of 40 n
standard weight steel galvanized pipe conforming to the specifications of ASTM Designatio necessary fittings, slip-fitters and terminal compartments. Pipe fittings shall be duc
galvanized steel, aluminum alloy Type AC-84B No. 380, or bronze. Mast arm slip-fitters sha
bronze or hot-dip galvanized ductile iron. Post top slip-fitters and terminal compartments
cast bronze, Type 356-T6 aluminum or hot-dip galvanized ductile iron. After installai
exposed threads of galvanized pipe brackets and all areas of the brackets damaged by w
vise jaws shall be cleaned with a wire brush and painted with 2 applications of approved u
zinc-rich primer (organic vehicle type) conforming to the requirements in Section 210, “F
Protective Coatings.” Aerosol cans shall not be used.
Each terminal compartment shall be fitted with a terminal block containing a minimum of ’
each with 2 screw type terminals. Each terminal shall be designed to accommodate at le:
14 conductors. A cover shall be provided on the compartment to give ready access to the
block. Where used to bracket mount signals, the terminal compartment shall be designe
securely to a pole or standard. The horizontal dimension of mounting assembly members
the vertical centerline of the terminal compartment or slip-fitter and the vertical centerline
signal face, shall not exceed 280 mm (1 l”), except where required to provide proper sic
alignment or permit programming of programmed visibility signal faces or when othetwise
by the Engineer. Each mounting assembly shall be oriented to provide maximum h
clearance to the adjacent roadway. All mounting assembly members shall be either plumb
symmetrically arranged and securely assembled. Construction shall be such as to p
conductors to be concealed. Mounting assemblies shall be watertight and free of sharp f
protrusions which might damage conductor insulation.
For post-top mounting of signals, a slip-fitter shall be used. Slip-fitter shall fit over a 115 rr
outside diameter pipe or tapered standard end. Each slip-fitter shall be provided with c
plated steel set screws, arranged as shown on the plans. Each slip-fitter used to post-to
signals with brackets shall be provided with an integral terminal compartment. Each r
assembly shall be provided with positive locking, serrated fittings, which when mated wit
fittings on the signal faces shall prevent faces from rotating. Fittings shall permit fastenii
crements of not more than 7 degrees.
Signal faces shall not be installed at any intersection until all other signal equipment, inch
complete controller assembly, is in place and ready for operation at that intersection, excepi
signal faces may be mounted if they are not directed toward traffic or if they are covered.
209-4.07 Flashing Beacons. Each beacon shall consist of a single section traffic sigr
conforming to the provisions in Section 209-4.01 , “Vehicle Signal Faces,’’ with yellow or rec
shown on the plans. The beacon flasher unit shall be independent of the intersection flasher
2094.07A Backplates. Each beacon shall be provided with a backplate conformin!
requirements in Section 209-4.03, “Backplates.”
2094.07B Visors. Each beacon shall be provided with a full circle type visor conformir
requirements in Section 209-4.01 D, “Visors.”
I.
i.
em
P
1 r.# 7/17/98 Contract No. 3590 106 of12
209-4.07C Flashing Beacon Control Assembly. Each flashing beacon control assembly sh:
consist of switches, circuit breakers, terminal blocks, flasher, dimming relay, wiring and electric
components necessary to provide proper operation of the beacons, all housed in a single enclosure
209-4.07C(I) Enclosure. The enclosure shall be NEMA Type 3R, and shall be provided with de:
front panel and a hasp to permit padlocking of the cover. The padlock will be furnished by others
The enclosure shall be hot-dip galvanized or, at the option of the Contractor, shall be provided with factory applied rust resistant prime coat and finish coat.
209-4.07C(2) Circuit Breakers and Switches. A 15-A circuit breaker shall be installed to contr
each ungrounded conductor entering the enclosure. A switch to permit manual operation of the si!
lighting circuit shall be provided. Switches shall be of the single-hole-mounting taggle type, sing1
pole, single-throw, rated at 12 A, 120 V. Switches shall be furnished with an indicating namepla
reading "Auto - Test" and shall be connected in parallel with the load contacts off the photoelectr
control circuit. A 15-A circuit breaker may be used in place of the toggle switch.
209-4.07C(3) Flasher. The flasher shall meet the requirements of Section 8, "Solid-St;
Flashers," of NEMA Standards Publication No. TS 1. The flasher shall be a solid-state device w
no contact points or moving parts. The flasher shall provide 2 output circuits to permit alternz
flashing of signal faces and shall be capable of carrying a minimum of 10 A per circuit at 120 V.
209-4.076(4) Wiring. Conductors and wiring in the enclosure shall conform to the requirements
Section 209-3.04C, "Cabinet Wiring."
209-4.07C(5) Terminal Blocks. Terminal blocks shall be rated at 25 A, 600 VI shall be mold
from phenolic or nylon material and shall be the barrier type with plaUed brass screw terminals a
integral type marking strips.
209-4.07C(6) Dimming Relay. A heavy duty dimming relay shall be provided to reduce the volta
to the lamps at night. Heavy duty relays shall be designed for continuous duty. Relays shall oper:
during ambient temperatures from -1 8°C to 71 "C (0" to 160°F). Each relay shall operate in the 8-1
Jones-type socket shown on the plans. Relays shall be provided with double-pole, double-thn
contacts. Contact points shall be of fine silver, silver-alloy, or superior alternative material. Conti
points and contact arms shall be capable of operation for 250,000 cycles with 20 A of tungsten IC
per contact at 120 VI 60 Hz AC. Coils shall have a power consumption of 10 VA or less and st
be designed for continuous duty on 120 volts AC. Heavy duty relays shall be enclosed witt removable, clear plastic cover.
209-5 DETECTORS
209-5.01 Vehicle Detectors. Vehicle detectors shall be the type or types shown on the plans.
sensor units, control units, and amplifiers shall meet the requirements of California Test 675. T units shall not be affected by transient voltages when tested in accordance with California Test 6Z
After a power interruption the units shall return to normal operation within one minute. Each I shall be provided with a light or meter, for each output circuit, to indicate when the detectoi
detecting a vehicle. Each detector shall operate over the range of voltages from 100 volts 135 volts at 60 Hz. Circuitry shall be solid-state except relays with normally closed contacts may
used for the output circuit. Units shall be designed to provide ease of maintenance with easily
cessible electronic components. Each detector shall provide vehicle detection without readjustm
from -18°C to 71°C (0" to 160°F). Units shall use printed circuit boards designed to facilii identification of components. This shall be done by either part identification markings or by provie
a pictorial diagram showing physical location and identification of each component. Each prir
circuit board shall have the following minimum quality requirements: NEMA FR-4 glass cloth b
em 6# 7/17/98 Contract No. 3590 107 of 139 Pa!
1
i
D
I
1
I
1
8
1.
I
1
1
I
I
I
I
1
epoxy resin board, 1.5 mm ('Il6") minimum thickness, organic solder masking and go1
contacts. lntercomponent wiring shall be copper track with a minimum mass of 600 g/m2 (:
Printed circuit design shall be such that components may be removed and replacec
permanent damage to boards or tracks. Splices shall conform to the provisions in Section 2
"Wiring."
209-5.01 Inductive Loop Detectors. Inductive loop detectors shall conform to the followin
209-5.01 .l General. The term "inductive loop detector'' applies to a complete installation c
of a loop or group of loops installed in the roadway, as shown on the plans, lead-in cab1
sensor unit with power supply installed in a controller cabinet.
209-5.01.3 Sensor Unit Construction. "Card" type sensor units shall conform to the requ
in "Traffic Signal Control Equipment Specifications," issued by the State of California, Depar
Transportation, and to all addendums thereto current at the time of project advertisinG
mounted sensor units shall conform to the requirements in Section 11 of the NEMA Si
Publication No. TS 1. Capacitors or inductors necessary for loop tuning shall not be I
external to the sensor unit.
209-5.01.4 Construction Materials. Conductor for each inductive loop detector !
continuous and unspliced and shall conform to one of the following:
1. Type 1 loop wire shall be Type RHW-USE neoprene-jacketed or Type USE cross-linked
polyethylene insulated, No. 12, stranded copper wire. The minimum insulation thickness
point shall be 1.0 mm (40 mils).
Type 2 loop wire shall consist of a conductor inside of plastic tubing. The conductor sha
Type THWN or Type XHHW, No. 14, stranded copper wire. The tubing shall be polyethi
vinyl, rated for use at 105"C, and shall be resistant to oil and gasoline. The tubing shall I
maximum outside diameter of 7 mm (0.27") and a minimum wall thickness of 0.71 mm (C
The conductors shall not be spliced inside the tubing.
Conductors for loop detector lead-in cable shall be 2 No. 16 (1 9 x 29) stranded tinned coppe
detector lead-in cable shall conform to the calculated cross sectional area of ASTM Desic
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 polyethylen conductors shall be twisted together with at least 6 turns per meter and the twisted pair I
protected with a copper or aluminum polyester shield. A No. 20, minimum, copper drain
shall be provided and connected to the equipment ground within the cabinet. The cable I
provided with a high-density polyethylene or high-density polypropylene outer jacket with
nominal thickness of 0.8 mm (35 mils). An amorphous interior moisture penetration barri
nonhydroscopic polyethylene or polypropylene fillers shall be provided.
Type C lead-in cable shall conform to International Municipal Signal Association (IMSA)
Specification No. 50-2. A No. 20, minimum, copper drain wire shall be provided and coni
to the equipment ground within the cabinet.
I.
2.
2.
209-5.01.5 Installation Details. Installation and tests shall conform to the details and note:
on the plans. Unless shown otherwise each loop shall consist of 3 turns of conductor as spe
Section 209-5.01A(4), "Construction Materials." Slots cut in the pavement shall be washec
blown out and thoroughly dried before installing conductors. Residue resulting from slot
operations shall not be permitted to flow across shoulders or lanes occupied by public tra
shall be removed from the pavement surface before any residue flows off of the pavement s
Residue from slot cutting operations shall be disposed of outside the highway right of
accordance with Section 7-8.1, "Cleanup and Dust Control." After conductors are installec
slots cut in the pavement, the slots shall be filled with sealant to within 3 mm (1/8") of the pa
surface. The sealant shall be at least 25 mm (1") thick above the top conductor in the SE
e* %# 7/17/98 Contract No. 3590 108 of 13s
f
Before setting, surplus sealant shall be removed from the adjacent road surfaces without the use
solvents. The sealant for filling slots shall conform to one of the following:
4. Elastomeric Sealant.- Elastomeric sealant shall be a polyurethane material of a composition
that will, within its stated shelf life, cure only in the presence of moisture. Sealant shall be
suitable for use in both asphalt concrete and portland cement concrete. The cured sealant sh2
have the performance characteristics in Table 209-5.01.5(A).
TABLE 209-5.01 S(A)
ELASTOMERIC SEALANT CHARACTERISTICS
1. Asphaltic Emulsion Sealant.- Asphaltic emulsion sealant shall conform to the State of
California Specification 8040-41A-15 and shall be used only for filling slots in asphalt concrete pavement. This material shall not be used in slots which exceed 16 mm (578") in width or whe
the slope causes the material to run from the slot. The material shall not be thinned in exces:
the manufacturer's recommendations and shall not be placed when the air temperature is lesr
than 7°C (45°F).
Hot-Melt Rubberized Asphalt Sealant.- Hot-melt rubberized asphalt shall be in solid form i
room temperature and fluid at an application temperature of 190°C (375°F) to 205°C (400°F
Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both aspha
concrete and portland cement concrete. Performance characteristics of the cured hot-me11
rubberized asphalt shall be as per Table 209-5.01A(5)(B).
2.
4- \# 7/17/98 Contract No. 3590 109 of 139 Pa!
Property
Cone
Penetration
Flow, 60°C I Resilience
I.
Softening
Point,
Ductility,
Flash Point,
COC, "C
Viscosity, Brookfield
Thermosel,
I
i
l
Measuring Standard (ASTM Results
Designation)
ASTM D 3407, Sec. 5 3.5 mm, max. 25"C, 150
ASTM D 3407, Sec. 6
,ASTM D 3407, Sec. 8 25%, min. 25°C
ASTM D 36
ASTM D 1 13 300 mm, min. 25"C, 50 n
ASTM D 92
ASTM D 4402 2.5-3.5 Pa-s No. 27
5 mm, max.
82 "C, min.
288 "C, min.
1 90"C,
1.
2.
3.
4.
5.
6.
Where a pedestrian push button is attached to a pole, the housing shall be shaped to fit t
curvature of the pole and secured to provide a rigid installation. Saddles shall be provided to makc
neat fit when required. Where a pedestrian push button is to be mounted on top of a Size 65 (2'r
diameter post, the housing shall be provided with a slip-fitter fitting and screws for securing rigidly
the post. Pedestrian push button signs shall be porcelain enameled metal or structural plastic. Pi
button and sign shall be installed on the crosswalk side of the pole. Arrows on push button sic
shall point in the same direction as the corresponding crosswalk. Where Type A push buttons i
specified, each push button assembly shall be equipped with red and green indicator lamps. Lam
shall be so connected that, when the push button has been activated, the red lamp shall
energized and continue so until the next pedestrian walk interval, at which time the green lamp st
be energized in lieu of the red lamp. At the termination of the pedestrian walk interval, the Ian-
shall be de-energized until the next actuation of the push button. Lenses for the Uamps shall haw
visible diameter of approximately 32 mm (11/4y) and a length of approximately 22 mm (7/<). On
Type A or Type B push button assembly, the sign shall attach to and be securely supported by
framework. With Type C pedestrian push buttons, the instruction sign shall be mounted, usin!
straps and saddle brackets, on the same standard as the push button assembly. Straps and sad
brackets shall be as shown on the plans and shall be corrosion-resisting chromium nickel steel cc
forming to the specifications of ASTM Designation: A 167, Type 302. Theft-proof bolts shall
stainless steel with a chromium content of at least 17 percent and a nickel content of at leas
percent.
Switching unit shall have a stainless steel plunger actuator and shall be provided with U-frame
to permit recessed mounting in push button housing.
Switch shall have an operating force of 2.5 N (9 oz.) to 3.6 N (13 oz.) and a minimum release
force of one newton (4 oz.).
Pretravel shall be 0.4 mm ('/64") maximum.
Over travel shall be 6 mm (7/32") minimum.
Differential travel shall be 0.01 mm (0.0004") to 0.05 mm (0.002).
Actuator shall have a minimum diameter of 50 mm (2").
209-6 LIGHTING
209-6.07 Photoelectric Controls. Photoelectric controls, as specified in these special provisior
as shown on the plans, shall be capable of switching multiple lighting systems directly. Typi photoelectric control shall be used unless otherwise shown on the plans OR required by tb
special provisions and shall be installed in a receptacle integral with the luminaire.
1. Type I photoelectric control shall consist of a remote photoelectric unit and a test switch house1
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 unless shown otherwise.
3. Type Ill photoelectric control shall consist of a remote photoelectric unit, and a separate contac
and a test switch housed in an enclosure.
4. Type IV photoelectric control shall consist of a photoelectric unit which plugs into an EEI-NEML
twist lock.
- r,s 7/17/98 Contract No. 3590 111 of139Pa
1
i
8
I
1
8
1
1
I
II
1
i
1
I
209-6.07A Types. The types of photoelectric controls shall be as follows:
1. receptacle integral with the luminaire.
2. Type V photoelectric control shall consist of a photoelectric unit, contactor and test switct
in a service equipment enclosure.
3. A switch to permit manual operation of the lighting circuit shall be provided for each Type
II, Type 111, and Type V photoelectric control. Switches shall be of the single-hole mountir
type, single-pole, single-throw, rated at 12 A and a voltage rating to match the circuit. Sw
shall be furnished with an indicating nameplate reading “Auto-Test” and shall be connectt
parallel with the load contacts of the photoelectric unit. Test switch shall not have an “OF
position. 4. Photoelectric units for Types I, II and Ill photoelectric controls, shall be pole-top mounted
r.
a otherwise specified.
209-6.07B Equipment Details. Equipment details shall conform to the following:
209-6.07B(I) Photoelectric Unit. The photoelectric unit shall provide an output in res1
changing light levels. Components of the unit shall not require periodic replacement. Ut
have a ”turn-on” between 10 and 50 lux (one and 5 footcandles) and a “turn-off at betweer 5 times “turn-on.” Measurements shall be by the procedures set forth in EEI-NEMA Stan(
Physical and Electrical Interchangeability of Light-Sensitive Control Devices Used in the C
Roadway Lighting. Photoelectric controls, except Type IV and Type V, shall be furnished w
mm (4“) minimum inside diameter pole-top mounting adaptor containing a terminal block
cable supports or clamps to support pole wires. The photoelectric unit receptacle shall be
NEMA type. Mounting brackets shall be used where pole-top mounting is not pc
Photoelectric controls shall be installed at the locations shown on the plans and oriented as
by the Engineer. For switching 480 V, 60 Hz circuits, a 100 V’A, minimum, 480/120-volt tra
shall be installed in the contactor enclosure to provide 120 volts for the photoelectric con1
Where more than one photoelectric unit is to be installed at the same location, a single tran
with a volt-ampere rating capable of handling the total controlled load, may be used. Phot
units shall be screened to prevent artificial light from causing cycling.
The photoelectric unit shall also conform to the following:
1. The supply voltage rating shall be 60 Hz, 105-1 30 V, 21 0-240 V, or 105-240 V, as specifie
2. The load rating shall be 800 W minimum, incandescent, mercury or fluorescent.
3. The operating temperature range shall be from -29°C (-20°F) to 65°C (1 50°F).
4. The power consumption shall be less than IO W.
5. The unit shall be housed in a weatherproof enclosure.
6. The base of the unit shall be provided with a 3-prong, EEI-NEMA standard, twist-lock plug
mounting.
7. Units shall be provided with a “fail-on” feature.
209-6.07B(2) Contactor. The contactor shall have contacts rated to switch the specifiec
load and shall be normally open, unless otherwise specified. The contactor shall be ei
mechanical armature type or the mercury displacement type. The contacts of the me1
armature type contactor shall be either fine silver, silver alloy, or superior alternative materi
contactor shall have a minimum rating of 30 A, per contact, inductive load.
1.
e=
P
1 \@ 7/17/98 Contract No. 3590 112 of 13’
209-6.07B(3) Contactor and Test Switch Housing. The enclosure for Type I and Type
photoelectric controls shall be NEMA Type 3R. The enclosure shall be provided with a facto
applied rust resistant prime coat and finish coat. Two applications of paint to match the color of tk
standard shall be applied as specified in Section 209-2.16, “Painting.” The enclosure may be hot-d galvanized in lieu of painting. A minimum of 65 mm (2’/*”) shall be provided between contact
terminals and end of enclosure for wiring connections. The enclosure shall be mounted on the sarr
standard as the photoelectric unit at a height of approximately 1.8 m (6‘) above the base.
209-6.07B(4) Wiring. Conductors between the photoelectric unit and an external contactor shl
be No. 14 and shall be run inside the lighting standard, or in conduit, unless otherwise shown on tl
plans.
209-6.078(5) Terminal Blocks. Terminal blocks shall be rated at 25 A, 600 VI shall be moldr
from phenolic or nylon material and shall be the barrier type with plated brass screw terminals ai
integral type marking strips.
209-6.09 Transformers. Multiple to multiple and series to multiple transformers shall be of t
single-phase, dry type designed for operation on a 60 Hz supply.
209-6.09A Electrical Requirements. Transformer ratings shall be 120/480 volts, 240/480 volts
480/120 volts for multiple to multiple units and 6.6 A/120 volts or 6.6 N480 volts for series to multif
units or other ratings as shown on the plans. Secondary 480-volt windings shall he center tappec
Volt-ampere ratings shall be as shown on the plans. Transformer efficiency shall exceed 95 perce
for multiple to multiple units and 80 percent for series to multiple units. Secondary voltage regulatil
and tolerance shall be 23 percent from half load to full load for multiple to multiple units and +IO p cent (maximum) at no load to k3 percent at full load for series to multiple units. Transformers st
have a decal showing a connection diagram. The diagram shall show either color coding or taggi
of wires with primary (HI , HZ) or secondary (XI, X2) markers, and shall also show the primary a
secondary voltage and volt-ampere rating.
209-6.098 Physical Requirements. External leads for multiple to multiple and series to multil
secondary connections shall be Type USE, No. 10, rated 600 volts AC. Primary conductors
series to multiple transformers shall be rated for use on 5000-volt AC circuits. Transformer lea
shall extend a minimum of 300 mm (12“) from the case. Transformer insulation shall be NE1
185°C or better. Series to multiple transformers shall withstand the application of 12 000 volts ,
from core to primary coil and from coil to coil for a one minute period. Series io multiple transforn
secondaries and multiple to multiple transformers shall withstand the application of 2200 volts d
from core to coils and, for multiple units only, from coil to coil for a one minute period. The abc
tests shall be made immediately after operation of the transformer at full load for 24 hours. Nc submersible transformers shall be provided with metal half-shell coil protection, shall have moist1
resistant, synthetic varnish impregnated windings and shall be suitable for outdoor operation ir
raintight enclosure. Each transformer to be installed in a pull box shall be the submersible type i
shall be provided with a handle and a hanger.
209-6.09C Submersible Type Transformers. Submersible type transformers shall be secui
encased in a rugged corrosion resistant, watertight case and shall withstand a 5-day test submer!
in 600 mm (2’) of salt water (2 percent salt by mass) with 12-hour on and off periods. The operai
periods shall be at full load. Leads of submersible transformers shall be brought out through one
more sealed hubs and shall be secured in a manner which will withstand a 450-N (100 Ib) static 1
without loosening or leaking.
e- e@ 7/17/98 Contract No. 3590 113 of 139 Pa!
1
II
I
R
I
I
1
1
I
I
I
1
I
I
I
209-7 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT
209-7.01 Removing Electrical Equipment. Attention is directed to Section 7-9, “Protec
Restoration of Existing Improvements.”
specified in these special provisions to be removed and not reused or salvaged, and pu
conduit and detector frames not reused, shall become the property of the Contractor and
removed from the street right of way in accordance with the provisions in 300-1, “Clea
Grubbing,” except, if not interfering with other construction, underground conduit may be ab
in place after all conductors have been removed. Care shall be exercised in salvaging equil
that it will not be damaged or destroyed and will remain in its existing condition whenever F
Mast arms shall be removed from standards. Luminaires, signal heads, and signal I
assemblies shall be removed from standards and mast arms.
Attention is directed to the provisions in Section 7-9, ”Protection and Restoration of
Improvements” and 300-1 2, “Preservation of Property.” The Contractor will be required to
replace, at the Contractor’s expense, any electrical equipment to be salvaged which, as del
by the Engineer, has been damaged or destroyed by reason of the Contractor’s ope1
Attention is directed to the provisions in Section 209-2.03, “Foundations,” regarding found;
be abandoned or removed. Holes resulting from removing pull boxes and detector frames
filled with material equivalent to the surrounding material.
209-7.02 Reinstalling Removed Electrical Equipment. When removed electrical equiprr
be reinstalled, the Contractor shall furnish and install all necessary materials and eq
including signal mounting assemblies, anchor bolts, nuts, washers and concrete as rec
complete the new installation. All traffic signal and flashing beacon faces to be reinstalled
part of a modified system shall be cleaned and relamped. All luminaires and sign lighting fi:
be reinstalled shall be cleaned and relamped. Existing materials required to be relocated ai
to be unsatisfactory by the Engineer shall be replaced by new material and the cost therefc
paid for as extra work as provided in Section 3-3, “Extra Work.”
Existing electrical equipment shown on the I.
1
1.
209-8 PAYMENT
209-8.01 Payment. The contract lump sum price or prices paid for signal, flashing beacon,
sign illumination, traffic monitoring station, closed circuit television systems, or combinations
for modifying or removing those systems; for temporary systems; or the lump sum or unit pric
for various units of those systems; or the lump sum or per meter price paid for conduit of the
sizes, types and installation methods listed in the Engineer’s Estimate shall include full compc
for furnishing all labor, materials, tools, equipment and incidentals, and for doing all tl
involved in furnishing and installing, modifying, or removing the systems, combinations
thereof, as shown on the plans, as specified in these special provisions, and as directec
Engineer, including any necessary pull boxes (except when the type required is shown as a I
contract item); excavation and backfill; concrete foundations (except when shown as a separ
tract item); pedestrian barricades; furnishing and installing illuminated street name signs; i
Agency-furnished sign panels on pedestrian barricades, on flashing beacon standards, and c
signal mast arms; restoring sidewalk, pavement and appurtenances damaged or destroyec
construction; salvaging existing materials; and making all required tests.
Full compensation for all additional materials and labor, not shown on the plans or specifiec
are necessary to complete the installation of the various systems, shall be considered as inc
the prices paid for the systems, or units thereof, and no additional compensation will be
therefor, except as provided in Section 209-1.05, “Maintaining Existing and Temporary E
S ys tems . ”
When shown as a contract item, the contract price paid per meter for cast-in-drilled-hole c
pile (signal foundation) shall include full compensation for furnishing all labor, material:
e= r,s 7/17/98 Contract No. 3590 114 of13!
P
equipment, and incidentals, and for doing all the work involved in constructing reinforced concre
pile foundations of the size shown on the Engineer’s Estimate, including drilling holes, disposing
the material resulting from drilling holes, furnishing and placing anchor bolt assemblies and rei
forcing steel, complete in place, as shown on the plans, and as specified in these special provisiol
and as directed by the Engineer.
When shown as a contract item, non-reinforced portland cement concrete foundations will I
measured and paid for in the manner as provided in Section 303-1 .I 1, “Payment.”
When shown as a separate contract item by the lump sum or per bid item linear measureme
interconnection conduit and conductor shall include all interconnection conductors, but shall 01
include conduit and pull boxes containing interconnection conductors and no other conductors. T
quantity of interconnection conduit and conductor to be paid for by the lump sum bid or the bid it€
linear measurement shall be the length of that conduit. Compensation for conduit containing
terconnection conductors and other conductors shall be considered as included in the contract pri
paid for the item requiring the other conductors.
Full compensation for furnishing, installing, maintaining and removing falsework lighting equipmc
shall be considered as included in the contract prices paid for the items of work involved in 1
structure which requires the falsework lighting and no additional compensation will be allo\n
therefor.
SECTION 210 - PAINT AND PROTECTIVE COATINGS
210-1 PAINT.
210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follow!
Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chevroi
and curbs shall be rapid dry water borne conforming to CALTRANS Specification No. 801 0-91 D-
Paint for pavement legends, pavement symbols, pavement arrows, cross walks, parking s
markings and stop bars shall be alkyd thermoplastic conforming to CALTRANS Specification I
8010-21C-19. Glass beads shall be applied to the surface of the rapid dry water borne paint and
molten thermoplastic material and shall conform to the requirements of CALTRANS Specification I
801 0-21 C-22 (Type 11). CALTRANS Specifications for water borne paint, thermoplastic material i
glass beads may be obtained from the CALTRANS Transportation Laboratory, P.O. Box 191
Sacramento, CA 9581 9, telephone number (91 6) 227-7000.
Add the following section:
210-3.6 Galvanizing for Traffic Signal Facilities. The requirements of this section shall per
only to the preparation and galvanizing of traffic signal facilities. Galvanizing of products fabrica from rolled, pressed and forged steel shapes, plates, bars and strip 3.2 mm (’I8‘‘) thick or thicl
shall conform to the specifications of ASTM Designation: A 123, except that complete seal welc of tightly contacting surfaces of these products prior to galvanizing is required only where I
welding is shown on the plans or specified in these special provisions. Except for pre-galvani;
standard pipe, galvanizing of material 3.2 mm (’I;) thick or thicker shall be performed a
fabrication into the largest practical sections.
em a# 7/17/98 Contract No. 3590 115 of 139 Pa!
I
i
1
t
I
R
I
I
I
I
I
I
I
I
I
At the option of the Contractor, material thinner than 3.2 mm (’/8y) shall be galvanized eithi
fabrication in conformance with the requirements of ASTM Designation: A 525M,
Designation 2600, or after fabrication in conformance with the requirements of ASTM Desi
A 123, except that the weight of zinc coating shall average not less than 365 g per square II
oz. per rt“) of actual surface area with no individual specimen having a coating weight of I
305 g per square meter (1 .O oz. per rt“).
Galvanizing of standard pipe shall conform to the requirements of ASTM Designatior
Galvanizing will not be required for stainless steel, monel metal and similar corrosion resista
Fabrication shall include all operations such as shearing, cutting, punching, forming, drilling
bending, welding and riveting. All welded areas shall be thoroughly cleaned prior to galvr
remove all slag or other material that would interfere with the adherence of the zinc. v1
necessary to straighten any sections after galvanizing, the work shall be performed without
to the zinc coating.
Galvanizing of iron and steel hardware and nuts and bolts, when specified or shown on tf
shall conform to the specifications of ASTM Designation: A 153, except whenever threadt
bolts, nuts, and washers are specified to conform to ASTM Designation: A 307, A 325,
A 449, A 563, A 563M, or F 436 and zinc coating is required, they shall be hot-dip zinc c
mechanically zinc coated in accordance with the requirements of the ASTM Designations.
otherwise specified, galvanizing shall be performed after fabrication. Components c
assemblies shall be galvanized separately before assembly. Tapping of nuts or other i
threaded parts to be used with zinc coated bolts, anchor bars or studs shall be do
galvanizing and shall conform to the requirements for thread dimensions and OVE
allowances in ASTM Designation: A 563 or A 563M. When specified, painting of zinc
surfaces shall be in accordance with the procedures in Section 21 0-1, “Paint.” Galvanized
that are abraded or damaged at any time after the application of the zinc coating shall be reF
thoroughly wire brushing the damaged areas and removing all loose and cracked coati1
which the cleaned areas shall be painted with 2 applications of unthinned zinc-rich primer
vehicle type) conforming to the provisions in Section 210-3.5, “Repair of Damaged Zinc C
Aerosol cans shall not be used.
SECTION 212 - LANDSCAPE AND IRRIGATION MATERIALS
212-1 LANDSCAPE MATERIALS.
I.
b
212-1.2.3 Commercial Fertilizer. add the following: Preplant fertilizer shall be
commercial fertilizer 7-7-7 or approved equal. Postplant fertilizer shall be 12-4-6 or approvt
with Ca, Fe, Zn, and Mn and with the majority of nitrogen in nonammoniac form to
acidification of soil. Planting tablets shall be compressed fertilizer tablets with a 20-10-5 i
Hydroseed fertilizer shall be long-lasting, controlled-release, plastic-coated, uniform in corn1
free-flowing, suitable for application with approved equipment, and shall contain the n
available percentages of nitrogen, phosphoric acid, potash and sulfur required by tat 1.2.5.1 (A)
212-1.2.4 Organic Soil Amendment. Add the following: For all types of Organic Soil Am€
mulch materials produced from pine trees grown in Alameda, Monterey, Santa Clara, Santa San Mateo Counties shall not be used in the Work. Type ?A Organic Soil Amendment shall
to the requirements for type 1 Organic Soil Amendment except as modified hereinafter. -
Organic Soil Amendment shall be a wood or rice residual product derived from the bark
white fir, or red fir or cedar or redwood shavings or rice hulls. Type 1A Organic Soil Amendm
be manufactured from clean wood, free from clods coarse objects and rocks and shall confor
properties shown in Table 212-1.2.4(B):
QW
P
I p,s 7/17/98 Contract No. 3590 116 of 13
Table 212-1.2.4(B)
SOIL AMENDMENT PROPERTIES
(1) (As Required by Table 212-1.2.4(A) SSPWC)
For all types of Organic Soil Amendment the Contractor shall supply the Engineer a sample of 1
proposed amendment accompanied by an analytical analysis from a qualified agricultural laboratc
certifying compliance to the requirements herein. Said submittal shall be in accordance with Secti
Add the following section:
212-1.2.6 Herbicides and Pesticides. Shall be used in their appropriate applications with st1
adherence to manufacturer’s specifications and instructions. Postemergent herbicide for all are
shall be Glyphosate, N-(phosphonomethyl) glycine, in the form of its isopropylamine salt such
Roundup Pro, Diquat, Montar, or approved equal. Preemergent herbicide for shrubs i
groundcover areas planted from flats shall be Treflan, Surflan, Eptan, or approved equal.
Add the following section: 21 2-1.2.7 General Soil Conditioners. Agricultural-grade gypsum shall be a calcium sulf
(CaSO, H,O) product - 94.3 percent. 90 percent shall pass a 50-mesh screen. Control of dust dur
application is mandatory.
Iron Sulfate shall be ferrous sulfate in pelletized or granular form containing not less than 2
percent iron expressed as metallic iron. Iron Sulfate pellets shall be of size and gradation such t
98 percent is retained on a 10-mesh screen.
212-1.4.1 General. Add the following: Plants shall be the variety and size shown on the plans c
the special provisions and shall conform to the requirements of these specifications. Contractor s
notify the Engineer 48 hours before each plant delivery so that the Engineer can inspect the pla
The scientific and common names of plants herein specified shall conform to the approved nar
given in “A Checklist of Woody Ornamental Plants in California, Oregon and Washington” publisl
by the University of California, Division of Agriculture Sciences, Publication 4091 (1979). Each gri
of plant materials delivered on site shall be labeled clearly as to species and variety. All pater
plants (cultivars) required by the plant list shall be delivered with a proper plant patent attached. - Contractor shall obtain clearance from the County Agricultural Commissioner, as required by I
before planting plants delivered from outside the County in which they are to be planted. Evide
that clearance has been obtained shall be filed with the Engineer. All plants furnished by
Contractor shall be true to type or name as shown on the plans and shall be tagged identifying
plants by species or variety; however, determination of plant species or variety will be made by
*= ts 7/17/98 Contract No. 3590 117 of 139 Pac
2-5.3.3.
I
I
I
I
I
I
I
I
I
I
I
I
I
6
Engineer and the Engineer’s decision shall be final. Plants shall be individually tagged or I
groups by species or variety. Carpobrotus cuttings need not be tagged. All plants shall cor
Federal and State laws requiring inspection for plant diseases and infestations. Ir
certificates required by law shall accompany each shipment of plants, and certificates
delivered to the Engineer.
Plants furnished by the Contractor shall be healthy, shapely, and well-rooted, and roots st
no evidence of having been restricted or deformed at any time. Plants shall be well-grown,
insect pests and disease, and shall be grown in nurseries which have been inspected by 1
Department of Food and Agriculture and have complied with the regulations thereof.
The Engineer is the sole judge as to acceptability of each plant. Vigorous, healthy, well-pro!
plants are the intent of this specification. Plants which are even moderately “overgrown
showing signs of decline or lack of vigor, are subject to rejection. The size of the plants v
shown on the plans. Plants larger in size than specified may be used with the approv
Engineer, but the use of larger plants will make no change in contract price. If the use of larg
is approved, soil amendments shall be increased proportionately. All plants not conformir
requirements herein specified shall be considered defective and such plants, whether in plac
shall be marked as rejected, and immediately removed from the site and replaced with new I
the Contractor at the Contractor’s expense. The Engineer reserves the right to change the
variety, and/or sizes of plant material to be furnished, provided that the cost of such plant
do not exceed the cost of plants in the original bid, and with the provision that the Contractoi
notified in writing, at least 60 days before the planting operation has commenced.
No plant shall be transported to the planting area that is not thoroughly wet throughout tt
earth surrounding the roots. Any plant that, in the opinion of the Engineer, has a damaged
or is dry or in a wilted condition when delivered to the planting area will not be accepted, and
replaced by the Contractor at the Contractor’s expense. Each plant shall be handled and p
the approved manner for that species or variety, and all necessary precautions shall be
ensure that the plants will arrive at the site of the work in proper condition for successful
Trucks used for transporting plants shall be equipped with covers to protect plants from wind
Root condition of plants furnished by the Contractor in containers will be determined by re
earth from the roots of not less than 2 plants nor more than 2 percent of the total number of
each species or variety, except when container-grown plants are from several sources, the
not less than 2 plants of each species or variety from each source will be inspected by the E
In case the sample plants inspected are found to be defective, the Agency reserves the
reject the entire lot or lots of plants represented by the defective samples. Any plants I
unsuitable for planting because of this inspection will be considered as samples and will no
for.
The Contractor shall notify the Engineer when plants are to be shipped to the project s
notification shall be given not less than 10 days prior to the actual shipment date.
Carpobrotus cuttings shall be 250 mm (IO”) or more in length and shall not be rooted. Del
cuttings shall be 150 mm (6”) or more in length and shall not be rooted. Cuttings shall be tip
from healthy, vigorous and strong-growing plants and shall be insect and disease free. Ri
brown-colored stem growths or cuttings which have been trimmed will not be accepted.
shall be planted not more than 2 days after cutting and shall not be allowed to dry or wither.
Carpobrotus cuttings shall not be taken from any plants that indicate the presence of ice pl;
(Pulvinaria species).
F
b
a
e-
r.
1 rrs 7/17/98 Contract No. 3590 118 ofll
The Contractor shall notify the Engineer of the location where cuttings are to be taken at least ’
days prior to taking the cuttings and shall be responsible for all permit and inspection fees involved
obtaining cuttings.
212-1.5.3 Tree Stakes. Modify as follows: Tree stakes shall be 50mm (2”) diameter turnc
lodgepole pine, pointed on their driven end.
Add the following section: 212-1.8 Root Barriers. Root barriers shall be no less than Im (39) in width. Root barriers sh(
be “Biobarrief, as manufactured by Reemay, Inc., 70 Old Hickory Boulevard, Old Hickory, 7
97138, Phone 615-847-7000, no substitutes will be accepted.
212-2 IRRIGATION SYSTEM MATERIALS.
212-2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings, add the followin
Except as provided in this section, all buried piping in the irrigation system shall be installed w
underground utility marking tape conforming to the requirements of section 207-21 and identifying it
reclaimed water. Intermittent pressure lines (lines on the downstream side of a controller valve that \r
not be subject to constant pressure) will not require underground utility marking tape. All PVC pi
used for irrigation systems shall be colored purple by the addition of a dye integral to the PVC. Paint1
pipe will not be accepted. Pressure mainline piping for sizes 50 mm (2”) and larger shall be P\
having a pressure rating of 2170 kPa (31 5 PSI), S.D.R. 13.5. Stenciled pipe is required for all irrigatic
system piping including portions not required to be marked with underground utility marking tape. ,
pipe shall have stenciling appearing on both sides of the pipe with the marking “Reclaimed Water“ in
mm (’//,It) high letters repeated every 300 mm (12). PVC non-pressure buried lateral line piping sh
be PVC Schedule 40.
Add the following section:
212-2.1.7 Brass Pipe and Fittings. Brass pipe shall be IPS standard weight 125 LB 85 perct
copper and 15 percent zinc, trade designation seamless red brass pipe conforming to t
requirements of ASTM 843-91. Brass pipe fittings and connections shall be Standard 125 LB cla
85 percent red brass fittings and connections.
212-2.2.7 Valve Boxes. Add the following: All valve boxes shall be marked “RCV, “BV or “Qc
“PB respectively. Remote control valves shall be marked with station numbers embossed on t
valve cover with a brass tag. (RCV boxes shall have locking covers.) Other boxes such as p
boxes, etc., shall be marked with appropriate identification.
Add the following section:
212-2.2.8 Ball Valves. Ball valves shall have bottom-loaded pressure-retaining stems, gla:
reinforced seats, and reinforced TFE stem packing seals. Valves sizes 13 mm (X‘) to 50 mm (:
shall be pressure rated at 4140 kPa (600 PSI) WOG and 1030 kPa (150-PSI) saturated steam. Ea
valve shall be tested, air under water, in the opened and closed position by the manufacturer. B
valve must conform to Federal Specification WW-V-35B, Type 11, Class A, Style 3, End Connectior
or C.
Add the following section:
212-2.2.9 Pressure Regulator Valve. Pressure regulator valve shall be bronze body with scri
fitting.
em p,# 7/17/98 Contract No. 3590 119 of 139 Pag
I
Add the following section:
212-2.2.9 Wye Strainers. Wye strainers shall have a cast iron or all-bronze body with a re
stainless steel or monel strainer. Wye strainers shall be capable of withstanding a cc
working pressure of 1034 kPa (1 50 psi). Wye strainers at backflow preventer assemblies
equipped with a gate valve at the outlet. All other wye strainers shall be equipped with i
valve at the outlet.
The strainer screen for the wye strainer in a backflow preventer assembly shall have an ope
equal to at least 3 times the cross-sectional area of the pipe based on an iron pipe size and I
woven wire fabric with 850-pm mesh or perforated sheet with 1.14 mm (0.045") diameter hol
All other wye strainers shall be equipped with 425-vm strainer screens.
212-2.3 Backflow Preventer Assembly. Add the following: Backflow preventers shall be o
the approved reduced pressure principle devices listed by the California Department of Heali
Services, Division of Drinking Water and Environmental Management, 601 North 7th Street,
Station (MS) 92, P.O. Box 942732, Sacramento, CA 94234-7320.
Backflow preventers shall be factory assembled and shall include 2 check valves, one pressi
differential relief valve, 2 shut-off valves and 4 test cocks. Backflow preventer and valves shl
the same size as the pipeline in which they are installed, unless otherwise shown on the plar
Backflow preventer shut-off valves shall be manufactured from iron or bronze and shall be ei
resilient wedged gate valves, resilient seated and fully ported ball valves, or resilient seated I
valves. Threaded type shut-off valves shall be provided with a union on one side of each val
Unions shall be brass or malleable iron.
212-2.4 Sprinkler Equipment. Add the following: All sprinkler heads are to have factor
check valves or a check valve under each head. Drip assemblies shall meet the
requirements: The drip emitter shall be Pepco Quadra or Rainbird XERI-Bird-8 or approved I called on drawings, with four ports. Drip tubing for emitter outlets shall be Rainbird (RB-
Salco, or approved equal. Drip tubing stakes shall be Rainbird No. RS-13, Salco, or approve
Bug cap for drip tubing shall be manufactured by Rainbird, Pepco, or approved equal. -
pressure regulator shall be Rainbird, Netafim PVR, or approved equal. Drip emitter filter
Amiad, Rainbird, or approved equal. Drip emitter access boxes shall be Rainbird No. SEB-6.
Subterranean Emitter Box, or approved equal. Check valves shall be of heavy-duty vir!
construction with FIP thread inlet and outlet. Internal parts shall be stainless steel and nc
Antidrain valves shall be field adjustable against drain out from 1.5 m to 12 m (5' to 40') of t
sprinkler heads that are without valves in the heads are to have an antidrain valve feature E
have an excess flow feature, which will automatically stop the flow of water when it exceeds t
preset by the manufacturer. Check valves shall be King Bros., Rainbird, or approved equal.
Add the following section:
212-2.4.1 Additional Equipment. Contractor shall provide the following items to the Engir
i '
I
1
1
1
I
I
1
1
I
I
1
I
I
b
1. Two control valve keys. 2. Two wrenches for removing each different type of sprinkler head.
3. Two quick coupler keys. The keys and hose ells shall be of the same manufacturer as
4. the coupling valve.
5. Five keys for opening and locking each automatic controller and enclosure.
212-3 ELECTRICAL MATERIALS.
212-3.1 General. Add the following: All electrical materials shall conform to the requirer
the 1996 National Electrical Code.
em
P
64 7/17/98 Contract No. 3590 120 of 13!
\
212-3.2.2 Conductors. Add the following: Low voltage electrk wiring running from controller '
the automatic control valves shall be no smaller than No. 14 solid single conductor, copper wirc
0.015 mm (60 mil) insulation, 0.015 mm (60 mil) neoprene jacket, style UF (Direct Burial), or equz
color code wires to each valve. Neutral wires shall be white, no smaller than No. 12 solid sing
conductor wire, 0.015 mm (60 mil) insulation, 0.015 mm (60 mil) neoprene jacket, style UF (Dire1
Burial).
212-3.3 Controller Unit. Add the following: All controllers shall be grounded by one 19 mi (5/8") diameter by 3 m (10') long stainless steel grounding rod and a 50-ohm resistance lightnir
arrestor.
Add the following section. 212-3.4 Irrigation Electrical Service Equipment and Enclosures.
shall incorporate the following elements:
1.
2.
3.
4.
5.
Electrical service equipme
One 1 OO-amp, 120/240-volt, single-phase load center, as approved by the Engineer;
One IOO-amp rated commercial meter socket suitable for the San Diego Gas and Electr
Company meter, with provision for test block bypass having a UL listing and EUSERC approva
One 15-amp circuit breaker for each irrigation controller energized by the service;
One 20-amp circuit breaker for the duplex receptacle.
The design, assembly, grounding, wiring, and components of the irrigation electrical servi
equipment and enclosure shall meet the requirements of the 1996 edition of the Natior
Electrical Code.
Electrical service equipment shall be enclosed in a cabinet constructed entirely of 14-gage,
heavier, 304 stainless steel. The cabinet shall be of welded construction with a brushed fink
anchoring points shall be inside the enclosure.
7. The cabinet shall be HYDROSAFE Model No. HS9, Strong Box, or approved equal.
8. The cabinet shall have a 304 stainless steel interior bulkhead separating the 120/240-v
electrical service section from the irrigation controller section.
9. No wood components shall be used in the enclosure.
IO. Each section of the cabinet shall have full front opening doors with piano hinges, integ
keylock and hasp and staple, or other provision, for padlock.
11. The cabinet shall be provided with cross-flow ventilation. Ventilation openings shall be locat
and designed to preclude rain, irrigation splash, vermin, and insects from entering the cabinet.
12. The controller side door shall have provision for mounting control schematics without the use
adhesives or fasteners. The service side door shall have a clear acrylic plastic window to allc
the electrical meter to be read.
13. The cabinet shall have a duplex 15-amp, 120-volt receptacle with ground fault interrup
protection mounted on the interior service side.
14. Concrete footings and pads supporting the Electrical service equipment shall be 560-C-32
and shall be no less than 150 mm (6) thick.
15. Anchor bolts to secure the service equipment to the concrete pad shall be 10 mm (5
diameter by 150 mm (6) long hot dip galvanized or stainless steel headed bolts with washe
without sleeves, conforming to section 304-1.7. Anchor bolts to secure the service equipmeni
the concrete pad shall be embedded in the concrete slab between 65 mm and I00 mm (2
and 4").
6.
Add the following section:
21 3-3 EROSION CONTROL SPECIALTIES.
em PI$ 7/17/98 Contract No. 3590 121 of139Paf
Type
Stimsonite Chip
Sealflemporary Overlay
Marker (Models 300 and 301)
TFPM
I
1
Manufacturer of Distributor
John C. Henberger Co., Traffic Safety and Control,
San Diego, California,
Telephone (61 9) 292-5772
DAPCO Davidson Plastics Company, 18726 East Valley Hi!
Kent, Washington 98032,
Telephone (206) 251-8140.
Type B -Safe-Hit SH236MA
Carsonite "Super Duck" SDF-436
1
I
I Rep0 "The Replaceable Post"
Manufacturer of Distributor
Safe-Hit Corporation
1930 West Winton Avenue, Building #I 1
Hayward, CA 94545
Telephone (41 5) 783-6550
Carsonite International Corporation
2900LockheedWay
Carson City, NV 89701
Telephone (702) 883-51 04
Western Highway Products
P.O. Box 7
Stanton, CA 90680
Telephone (800) 422-4420
SUPPLEMENTAL PROVlSllONS
TO
STANDARD SPECIFICATIONS FOR F’UBLIC WORKS
CONSTRUCTION
PART 3, CONSTRUCTION MEiTHODS
SECTION 300 - EARTHWORK
300-1 CLEARING AND GRUBBING.
300-1 .I General. add the following to the third paragraph: During surface clearing operations, th
Contractor shall not cover or bury any plant growth or other objectionable materials. If th
Contractor cannot successfully separate the plant growth from the surface soil and advertently c
inadvertently mixes organic or other objectionable materials with the soil, the soil so contaminate
shall be removed from the site by the Contractor. All costs, if any, associated with removing the s(
mixed with organic or other objectionable materials and importing soil to replace said contarninate
soil shall be borne by the Contractor and no additional payment therefor shall be made to tt
Contractor.
300-1.3 Removal and Disposal of Materials. add the following: Also included in clearing ar
grubbing shall be removal and disposal of existing street poles and lights, metal guard rail, fence
asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gat
existing abandoned underground pipes and conduits, existing headwalls, rip-rap, traffic signs, ar
other existing features which interfere with the work, whether or not such items are called out on tt
plans or in the specifications for removal.
300-1.4 Payment. modify as follows: Payment for clearing and grubbing shall be made at tl
contract lump sum price for clearing and grubbing within the project limits and at stockpile locatio1
and no other payments will be made.
300-2 UNCLASSIFIED EXCAVATION.
300-2.1 General. add the following: Unclassified excavation shall include removal and stockpi
of suitable material, recompaction, mixing, grading for mitigation work, trenching and backfilling
storm drains, sewers, other utilities, disposal of unsuitable materials not included in the bid item f
clearing and grubbing, all cut and fill including, salvaging clean excavated material and filling are
to the required grades and cross section. Unclassified excavation shall be utilized onsite to make
fills shown on the plans. Unclassified excavation shall also include scarification and moistL
adjustment and compaction of the top 300 mm (1’) of the subgrade in the roadway prism in cut are
to 95 percent relative compaction, export of remaining excess material to a disposal site or spoil ar
acquired by the Contractor
300-2.2.1 General. add the following: Alluvial and colluvial1 removal and recompaction sh
consist of excavating, blending and recompacting loose soils in areas that are designated to recei
fills. The existing loose soils shall be removed by the Contractor until a firm unyielding surface
exposed or to a depth determined by the Engineer. If the excavated material contains 4%, or ma
water than the optimum moisture content the Contractor shall blend the wet soil with soils havins
lower moisture content and/or spread the excavated material in a manner that enables the matei
to dry to optimum moisture content. The cost of spreading and/or drying shall be included in 1
4- w 7/17/98 Contract No. 3590 123 of 139 Pagc
1
contract unit price for removal and recompaction. The excavated material shall be pla
compacted in accordance with section 300-4 of the specifications except that section Measurement and Payment, shall not apply.
300-2.2.1 General. add the following to the first paragraph: Such direction may include, I
limited to, directing the Contractor to blend, adjust moisture content of, rework, and place u soils at specific locations or elevations on the site.
Add the following section:
300-2.2.3 Compressible Soil. Compressible soils such as existing uncontrolled or unac
fill, alluvium, and colluvium may exist within portions of the Project site. Where require
Engineer, the Contractor shall remove such compressible soils from areas to receive fill areas upon which surface improvements are to be placed. The removal and disposal
compressible soils shall be paid for at the Contract Unit Price for unclassified excavation ur
considered othemvise unsuitable by the Engineer in which case it may be paid for in accord:
section 300-2.2.1.
300-2.5 Slopes. add the following: after the first sentence of the first paragraph: A slope
defined as any area steeper than three horizontal to one vertical.
300-2.6 Surplus Material. add the following: The Contractor shall haul and dispose of a
material from the project. The Contractor shall utilize highway legal haul trucks for this t
material from the project site and to a site secured by the Contractor. No earth moving ec
or special construction equipment, as defined in section 565 of the California Vehicle Cod1
allowed for hauling material on public streets.
300-2.9 Payment. add the following: Payment for work performed under sections 300-2.
2.2.2, 300-2.2.3 and 300-2.2.4, when the Engineer determines that the soils are unsuitable,
made for the actual labor, materials and equipment used to accomplish the work as per se
EXTRA WORK of the specifications.
Payment for Unclassified Excavation shall include costs of surveying, staking, prepa earthwork quantity reports, placement, compaction, soil remediation, moisture adjustment a
therefor, rework of compressible soils, slope rounding, grading, stockpiling, access road, tc
detour roads, earthen swates and drainage channels as shown on the drawings or require
contract documents.
300-2.9 Payment. substitute the following: Payment for all unclassified excavation will
at the Contract Lump Sum price bid for unclassified excavation and shall include compen:
excavation, sloping, rounding tops and ends of excavation, matching existing graded slopes
exporting and disposing of surplus material and unsuitable material shown on the plans or
herein to be removed, stockpiling, hauling to designated sites, placing and compacting
grading of mitigation site, salvaging clean and suitable material and filling areas to the
grades and cross sections. Unclassified fill, slope rounding, all work incidental to Sectior
and construction of transitions will be paid for as a part of unclassified excavation, and no : payment will be made therefor.
When required by the plans or specifications or where directed by the Engineer, the excavi
stockpiling of selected material will be paid for at the Contract Lump Sum price for unl
excavation. Removing such selected material from the stockpile and placing it in its final PO
also be paid for at the Contract Lump Sump Price for unclassified excavation and no i
compensation will be allowed therefor.
i
I
I
I
I
I
E
b
I
I
1
i
1
1
i
e=
P
I a? 7/17/98 Contract No. 3590 124 of 1<
Add the following section: 300-2.1 0 Grading Tolerance. The Contractor shall finish excavated areas other than slopes a1
subgrade below structures, within the roadway and sidewalk areas within 30 mm (0.1’) of the gradi shown on the plans. Subgrade tolerances shall conform to the requirements of section 301-1
SSPWC.
300-3 STRUCTURE EXCAVATION AND BACKFILL
300-3.1 General. add the following: The Contractor shall excavate to the lines and levels requirt
and/or shown on the Drawings. The Contractor shall provide all shoring, bracing, cribbing, pumpin
and planking required. The Contractor shall excavate and maintain the bottom of all trenches in condition that is level, firm, clean and free from all debris or foreign matter. Excavations shall t
kept free from water at all times. The Contractor shall remove any unsuitable material encountert
below grade as directed by the Engineer
300-4 UNCLASSIFIED FILL
300-4.2 Preparation of Fill Areas. add the following: Except as provided in section 300-4
“Compaction”, areas proposed for improvements all fill (including backfill and scarified grou
surfaces) shall be compacted by the Contractor to no less than 90 percent of maximum dry dens
as determined in accordance with ASTM Test Procedure D1557-91.
300-4.5 Placing Materials for Fills. add the following: The Contractor shall perform grading su
that the upper 900 mm (3’) of fill placed in the roadway pavement area is composed of prope
compacted low expansive soils. The more highly expansive soils shall be placed in the deeper
areas and properly compacted or exported from the site. Low expansive soils are defined as tho
soils that have an Expansion Index of 50 or less when tested in accordance with 1994 UE
Standard 18-2 as published by the International Conference of Building Officials. Should insufficie
soils meeting the requirement of an expansion index of 50 or less be present within the limits
work, soils of the least expansion index that are available within the limits of work shall
incorporated in the upper 900 mm (3’) of fill placed in the roadway.
Rock encountered in the excavation shall be broken into particles of less than 75 mm (3”). Particl
with dimensions greater than 75 mm (3”) shall be uniformly distributed over the area to be filled
that construction equipment can be operated in such a manner that the larger pieces will be brok
into smaller particles and become incorporated with the other materials in the layer. TI requirement for particle size reduction does not apply to cobbles, small boulders, and small hz
rocks found within the surface soils and formational materials. Rocks having any dimension grea
than 460mm (18”) shall not be incorporated into the fill. Rock exceeding 150 mm (6”) in diame‘
shall not be placed in the upper 900 mm (3’) of any fill. When there are large quantities of rock to
placed in the fill, rocks shall not be nested, but shall be spread with sufficient room between them
that intervening voids can be adequately filled with fine material1 to form a dense, compact ma:
Oversize material which cannot be utilized for erosion mitigation or landscaping onsite shall I
broken to acceptable sizes or removed from the site by the Contractor. If disposed of within the C of Carlsbad, a separate grading permit will be required for disposa,l of rock.
300-4.6 Application of Water. add the following: The Contractor shall place all fill soil at a moist\
content no less than one (I) percent below optimum moisture as determined by ASTM test D-l5!
91.
4- \# 7/17/98 Contract No. 3590 125 of 139 Pagi
Tests Test Method No.
R-value Calif. 301
Expansion Index UBC Standard 18-2
Plasticity Index ASTM D 424
Sieve Analysis ASTM D 422
I
Requirements
40 Min.
10 Max.
4 Max.
Percent Passing 75p (No. 200) 1
protect areas which have been cleared and grubbed prior to excavation or embankment operatior and which are subject to runoff during the duration of the contract. The criteria used to determi
the appropriate erosion control measures shall be the ”Best Management Practices”, hereinafi
BMP, defined and described in the, “California Storm Water Best Management Handboc
Construction Activity”, March 1993 edition as published by the Storm Water Quality Task Force. T
Contractor shall maintain a copy of the “California Storm Waiter Best Management Handboc
Construction Activity”, March 1993 edition on the project site and shall conduct its operations
conformity to said Handbook.
Temporary erosion control measures provided by the Contractor shalU include, but not be limited
the following:
a) Embankment areas, while being brought up to grade and during periods of completion prior
final roadbed construction, shall be graded so as to direct runoff into impoundment areas wit1
the limits of work where such runoff shall have pollutants removed by BMP methods .
b) The Contractor shall provide protection by BMP measures to elliminate erosion and the siltation
downstream facilities and adjacent areas. These measures shall include, but shall not be limit(
to: temporary down drains, either in the form of pipes or paved ditches with protected outf
berms; graded berms around areas to eliminate erosion of embankment slopes by surface runc
confined ponding areas to desilt runoff; and to desilt runoff.
c) Excavation areas, while being brought to grade, shall be protected from erosion and the resultii
siltation of downstream facilities and adjacent areas by the use of BMP measures . The
measures shall include, but shall not be limited to, methods shown on the plans and describc
herein.
Add the following section:
300-9.2.2 Payment. Full compensation for performing erosion control and water pollution contr
conforming to the operational requirements herein, of the BMP and conforming to the requiremer
of the Federal Water Pollution Control Act, including the latest arnendments thereto, which is no1
part of the planned permanent work or included as a separate bid item shall be considered ,
included in the contract price bid for unclassified excavation, and no additional compensation will I
allowed therefor.
SECTION 301 -TREATED SOIL, SUBGRADE PREPARATION AND
PLACEMENT OF BASE MATERIALS
301 -1 SUBGRADE PREPARATION.
301 -1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Chap
each instance reading “1 50mm (6 inches)” to “300 mm (1 2”)”.
301 -1.3 Relative Compaction. Delete the first paragraph and substitute the following: TI
Contractor shall compact the upper 300 mm (12”) of subgrade lbeneath areas to be paved, ha1
base or subbase material placed on them, or curb, gutter, curb and gutter, alley pavement, drivewi
or sidewalk constructed over them to no less than 95 percent maximum dry density as determinc
by ASTM test D-I 557-91.
301-1.7 Payment. Modify the first paragraph as follows: Payment ffor subgrade preparation sh be included in the contract bid price for which the subgrade is prepared and shall include all lab( materials; including water, operations and equipment to scarify, adjust moisture, compact
recompact the subgrade, both in cut areas and in fill areas, and no further compensation will I allowed.
4- %S 7m9a Contract No. 3590 127 of 139 Page
Type of underground facilities
Water Service Lateral
Sewer Service Lateral
Irrigation Water Lateral or Sleeve
1 Marking
W
S RW
SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS
307-3 STREET LIGHTING CONSTRUCTION. Modify as ~OIIOWS: Section 209, "Signals, Light
and Electrical Systems" herein, shall replace Section 307-3, "E1ec:trical Components", of the SSP\
in all matters pertaining to the specifications for measurement, payment, warranty, and methods
construction for all elements of street lighting and traffic signals.
307-4 TRAFFIC SIGNAL CONSTRUCTION. Section 209, "Signals, Light1
and Electrical Systems" herein, shall replace Section 307-4, "ElecRrical Components", of the SSPV
in all matters pertaining to the specifications for measurement, payment, warranty, and methods construction for all elements of street lighting and traffic signals.
Modify as follows:
SECTION 308 LANDSCAPE AND IRRlGATllOM INSTALLATION
308-2 EARTHWORK AND TOPSOIL PLACEMENT
308-2.3.2 Fertilization and Conditioning Procedures. add the following: The Contractor st
cultivate the surface of all areas to be planted or hydroseeded by discing, ripping or scarifying 1
finish grade. After cultivation the planting areas shall be raked to a smooth friable and plantal
surface. All planting areas, except slopes steeper than 3-1/2:1 (horizontal to vertical), shall
cultivated to a depth of 300 mm (12). The planting areas that are slopes steeper than 3-1/2:1, st
be cultivated to a depth of 150 mm (6"). After cultivation, the soil amendments shown in table 3(
2.3.2(A) shall be thoroughly blended 150 mm (6") deep in all planting areas. Backfill for planting F
shall conform to the requirements of section 308-4.5. After surface preparation and application
the soil amendments shown in Table 308-2.3.2(A) the Contractor shall obtain a minimum of one t(
for each soil property listed in Tables 308-2.3.2(B) and 308-2.3.2(C) from each median planter,
least one test per 150 m (500') from each parkway and for each hectare (2.5 acres) of hydroseed
area and shall submit the results of said tests to the Engineer. Tlhe Contractor shall then adjust t
soil properties to the acceptable ranges of soil properties shown in Tables 308-2.3.2(B) and 3(
2.3.2(C) using such materials and methods as may be necessary. Organic soil amendmc
materials shall not be included in the samples used to determine compliance to the soil partic
gradation requirements of Table 308-2.3.2(C). If adjustments are necessary the soil shall be test
by the Contractor after such adjustments for each soil property listed in Table 308-2.3.2(B) and 3(
2.3.2(C) to determine that the adjustments to the soil made by the Contractor result in soil properti
within the acceptable range. The Contractor shall adjust the soil properties and show acceptat
ranges prior to any planting or application of hydroseed slurry. IPrior to the start of any planting
application of hydroseed slurry the surface and root area shall be evenly and thoroughly moisten
to no less than 75 percent of field capacity. The Contractor shall certify, in writing, that the grou
surface has been prepared in accordance with this section and shall request inspection by t
Engineer prior to any planting or seeding. The Contractor shall obtain the Engineer's approval befc
any planting or hydroseeding.
TAB LE 3 08 -2.3.2 (A)
SOIL AMENDMENTS
Approx. U.S. Application Ral
100 Ibs. per 1,000 square feet
10 Ibs. per 1,000 square feet
100 Ibs. per 1,000 square feet
5 cubic yards per 1,000 sqi
feet (average depth 1 5/8")
4- ts 7/17/98 Contract No. 3590 129 of 139 Pagc
Soil Property Acceptable Range Test Method
6.5 to 7.3 Saturation Paste pH PH
Dissolved Salts < 4.0 dS m-' Saturation Paste (Ec,) Soluble Salts
Liquid Limit N/A to 30 ASTM D 423
Plasticity Index NP to 10 ASTM D424
i
Repeatability Ran
kO.1 pH
& 7%
k2
22
TABLE 308-4.5(A)
1 Planting tablet requirements are not cumulative and apply to the size container indicated
Pruning shall be limited to the minimum necessary to remove injured twigs and branches, and
compensate for loss of roots during transplanting, but never to exceed one-tenth the branchii
structure. Pruning may be done only with the approval of,’and in the presence of, the Engineer. Cu
over 19 mm (X’) shall be painted with an approved tree wound paint.
Add the following section:
308-4.5.1 Root Barriers. Root barriers shall conform to section 21 2-1 .$, Root Barriers. Root barrie shall be installed continuously at the edges of all median planter areas. The top of the root barri shall be 25 mm (1”) below the finish grade of the planted area. The! bottom of the root barrier shall t installed 520 rnm (20’/,‘‘) OR, below the finish grade of the planted area. Install as indicated on tt plans, eliminating any breaks in the barrier by providing at least 150 mm (6”) of overlap at splices damaged areas. Splices and repair patches shall be stitched to the root barrier material by a runnir
stitch of no less than 6 6 1 stitches per 25 mm (1 ”).
Add the following section:
3084.5.2 Measurement and Payment. Payment for root barriers shall be included in the cost
furnish and install trees.
308-4.6 Plant Staking and Guying. add the following: All boxed trees shall be installed per tl
details shown on the project plans.
Add the following section:
308-4.8.3.1 Weed Eradication. Water all irrigated areas for three (3) weeks prior to planting
allow for germination of the weed seeds. Then spray all weeds with a post emergent herbicide. W
two (2) weeks, then eradicate the weeds prior to planting. Areas shall be inspected and deemed
be in an acceptable condition by the Engineer prior to planting
308-5 IRRIGATION SYSTEM INSTALLATION.
308-5.1 General. add the following: Where appropriate irrigation water shall be applied as oft€
and in sufficient amounts, as conditions may require, to keep the container plants healthy ar
growing. Locate lines, valves, and other underground utilities and receive the approval of tt
Engineer before digging trenches. Contractor shall be responsible for damages caused by i
operations. Connections shall be made at approximately the locations shown on the drawings
Contractor shall be responsible for unapproved changes. Permission to shut off any existing in-u$
water lines must be obtained 48 hours in advance, in writing from the Engineer, as to the exa
length of time of each shut-off. The entire irrigation system shall be under full automatic operatic
for a period of seven days prior to any planting.
4- ts 7/17/98 Contract No. 3590 131 of 139 Page
I
I
8’
1
I
I
I
1
1
1.
1
1
1
1
I
308-5.2 Irrigation Pipeline installation. add the following: All pressure main line piping
irrigation system shall be installed to maintain 3.1 m (IO’) minimum horizontal separatior
potable water piping. Where reclaimed and potable water pressure mainline piping CI
reclaimed water piping shall be installed below the potable water piping, sleeved in a P.R.
SDR 21 “Alertline” PVC sleeve which extends a minimum of 3.1 m (10’) on either side of thc
water piping and be located to provide a minimum vertical clearance of 300 mm (12”) betr
reclaimed and potable water lines. Conventional (white) PVC pipe Schedule 40 may be
sleeving material if it is taped along its entire length with 75 mm (3“) wide purple warning ta
reads “Caution Reclaimed Water“.
For trenching through areas where topsoil has been spread, deposit topsoil on one side and subsoil on opposite side. Subsoil shall be free of all rocks 13 mm (X’) in diameter 1
debris, and litter, prior to use as backfill. The Contractor shall repair any leaks and re
defective pipe or fittings until lines meet test requirements. The Contractor shall not cover i
until they have been inspected and approved by the Engineer for tightness, quality of work1
and materials. The Contractor shall not backfill trenches until all required tests and observa
performed. Observations include sprinkler heads, all fittings, lateral and mainline pipe, val
direct burial wire.
308-5.2.3 Plastic Pipeline. add the following: Pipe and fittings under cover until used, and
transported in a vehicle with a bed long enough to allow the length of pipe to lay flat so as I
subjected to undue bending or concentrated external load at any point. Pipe ends and fitting3
wiped with MEK, or equal, before welding solvent is applied. Welded joints shall be given a I
of 15 minutes to set before moving or handling. All field cuts shall be beveled to remove b
excess before fitting and gluing together. Center load pipe with small amount of backfill tc
arching and slipping under pressure. Leave joints exposed for inspection during testing. P
plastic joints shall be solvent-welded, using only solvent recommended by pipe manufacturei
Add the following section:
308-5.2.6 installation of Brass Pipe. Cut brass piping by power hacksaw, circular cutting 1
using an abrasive wheel, or hand hacksaw. Cut no piping with metallic wheel cutter
description. Ream and remove rough edges or burrs so that smooth and unobstructed
obtained. Place Teflon tape, Teflon dope, or approved equal on male threads only, and ti
prevent any leakage. Tighten screwed joints with tongs or wrenches. Caulking is not permitte
Add the following section:
308-5.3.1 Valves. Install each control valve in a separate valve box with a minimum of 300 r
separation between valves and 150 mm (6”) from any fixed object or structure.
Add the following section
308-5.3.2 Valve Boxes. Install no more than one valve per box. All boxes are to be marked i
type of valve. Remote control valve boxes shall also indicate control station number.
Add the following section: 308-5.3.3 Backfiow Preventer. Backflow preventer assembly shall be installed in accordai
manufacturer’s specifications and as directed on drawings. Exact location and positioning
verified on the site by the Engineer.
308-5.4.4 Sprinkler Head Adjustment. add the following: The Contractor shall flush an
all irrigation heads and valves for optimum performance and to prevent over spray ontc
roadways, buildings, walls, and other structures.
I
1
4-
P
%# 7/17/98 Contract No. 3590 132 of13 I
Add the following section: 308-5.4.5 Drip Assembly. The drip emitter shall be installed prior to electric pressure regulatii
control valve for all emitter systems. Flush valve shall be installed to the down hill end of the dl
lateral as shown on the drawings.
308-5.5 Automatic Control System Installation. add the following: all electrical installatic
methods shall conform to the requirements of the 1996 National Electrical Code. Provide one contr
wire and one common ground wire to service each valve in system.
308-5.6.3 Sprinkler Coverage Test. add the following: This test shall be accomplished befc
any ground cover is planted.
308-6 MAINTENANCE AND PLANT ESTABLISHMENT. Modify as follows: The maintenan
period shall be minimum 180 days or until final acceptance of the project, whichever is the greate
Mowing is not required for hydroseeded areas. The Contractor shall provide complete landsca
maintenance of all planted areas. The work shall include, but not be limited to, watering, litter contr
weed control, stake repair, repair of irrigation systems, and control of diseases and pests. All plant
area shall be treated with an approved granular pre-emergent herbicide, according to manufacture
specifications, at the beginning of the maintenance period and if the product specifies, additio,
scheduled treatments on a regular schedule, as required through the maintenance period.
At the direction of the Engineer, the Contractor shall control weeds, disease, and pest infestations
the planting areas.. The Engineer shall approve all methods and materials for such control. Up approval, the Contractor shall implement the control measures, exercising extreme caution in usi
pesticides and taking all steps to ensure the safety of the public. Only licensed personnel will
permitted to perform toxic spraying work. During the plant establishment period, the Contractor st
furnish sufficient workers and equipment on a daily basis to perform the work required by this sectio
Any day when the Contractor fails to adequately carry out specified maintenance work, as determin
necessary by the Engineer, will not be credited as one of the plant establishment days.
All planting areas which are damaged by construction shall be repaired by the Contractor within twe
(20) days following completion of construction in such. The Contractor shall repair such damac
areas. The repair shall consist of bringing the damaged area back to final grade, preparing the s
replanting the area with the same vegetation as originally specified, and maintaining the area
achieve acceptable plant establishment. Contractor is required to take all precautionary measures
protect the native vegetation in all areas outside the limits of grading. Individual trees which are
remain should be protected with the placement of an approved barrier at the drip-line of the tre
Protect barriers to be plastic mesh on redwood stakes 900 mm (36”) high.
Groups of trees or shrubs which are to remain should be protected with approved barries fir1
anchored to the ground at an adequate distance to protect the planting. No material should
stockpiled; no equipment parked, repaired, or refueled; and no oil, gasoline, paint, or ot
contaminants dumped or stored within 7.6 m (25’) of the drip-line of trees and shrubs which arc
remain.
Contractor shall call for a final inspection two (2) weeks before the end of the 180-day maintenan
period. Failure to pass inspection will result in an extension of the maintenance period for such peril
as the Engineer deems necessary.
308-7 GUARANTEE. Add following: All 600 mm (24) box trees installed under the contract shal
guaranteed to live and grow for one year from the day of final acceptance of the contract work. All o
plant material, including ground covers shall be guaranteed to live and grow for a period of 30 d
from the last day of the maintenance period or final acceptance 01 the contract work, whichever is
e= W 7/17iga Contract No. 3590 133 of 139 Pa{
i
1 later. Any material found to be dead, missing, or in poor condition during the maintenance pe
be replaced immediately. The Engineer shall be the sole judge as to the condition of the plant
Material found to be dead or in poor condition within the guarantee period shall be replaa Contractor, at its expense, within 15 days of written notification. Replacements shall be ma
same specifications required for the original plantings. Submit written vegetation, plar
irrigation guarantee in approved form that all work showing defects in materials or workmai
be repaired or replaced at no cost to the Engineer for a period of one year from the
acceptance by the Engineer. The Guarantee form shall be retyped on the Contractor’s It
and contain the following verbiage:
I.
I
“Guarantee For Vegetation, P /anting and Irrigation System For
ARENAL ROAD RECONSTRUCTION CONTRACT 3590
We hereby guarantee that the vegetation, planting and irrigation system we have furni:
installed for (project name) is free from defects in materials and workmanship, and the I
been completed in accordance with the drawings and specifications. We agree to repair o
any defect in vegetation, material or workmanship, including that due to ordinary wear (
which may develop during the periods specified in section 308-7 of the Standard Specifica,
the Special Provisions of said project from date of completion of the Work or terminatio
maintenance period, whichever is the later, and also to repair or replace any damage resul,
the repairing or replacing of such defects at no additional cost to the Agency. . This guarantee does not extend to unusual abuse or neglect that may occur subsequent to
of completion of the Work or termination of any maintenance period, whichever is the later.
make such repairs or replacements within a reasonable time, as determined by the Enginf
receipt of written notice. In the event of failure to make such repairs or replacements
reasonable time af?er receipt of written notice from the Engineer, we authorize the En<
proceed to have said repairs or replacements made at our expense, and we will pay the c
charges therefore upon demand.
Project: (Project Name)
Location: (Legal Description of Project Property)
Name of Contractor:
Address: (Of Contractor)
Telephone: : (Of Contractor)
By: (Typed or printed names of signing Ofticer(s) of the Contractor authorized to bind the CI
in legal matters)
Title: (Of said oficer(s))
Signa ture(s)
Date of Execution:”
Add the following section:
308-7.1 Record Drawings. In addition to the requirements of section 2-5.4, herein, the Cc
shall prepare record drawings that show all changes in the work constituting departures 1
original contract drawings, including those involving both constant-pressure and intermittent-[
lines and appurtenances. The Contractor shall accurately record, on a daily basis, on one se
line prints of the irrigation drawings, all changes in work constituting departures from the
contract drawings, including changes in both pressure and nonpressure line. The Contrac
post information on record drawings no later than the next working day after the work is instal
Contractor shall record changes and dimensions in a legible and professional manner. v\
drawings are approved by the Engineer the Contractor shall transfer all information to I
reproducible photo mylar drawings. Items required to be shown shall be dimensioned
Contractor from two permanent points of reference (buildings, monuments, sidewalks
pavement). The accuracy of location of all items to be shown on the drawings shall be 150 m
**
1
I
I
I
I
I.
1
1
1
1
1
i
I f
I a# 7/17/98 Contract No. 3590 134 of13
both the vertical and horizontal planes. All text and numerals placed am drawings shall be 0.30 ff ('It) in size. Facilities and items to be located in their horizontal and vertical positions and shown on tl
record drawings include all:
a)
b) c) Backffow preventors
d) e) Irrigation control valves. 9 Quick coupler valves
g) Routing of service wires
h) Routing of control wires
i) Electrical service equipment
j) Electrical junction boxes
k) Irrigation controllers
I) Sleeves for future connections
m) Other equipment of a similar nature (as directed by the Engineer).
The blue print drawings are subject to inspection at any time. Make all changes to reproducit
drawings in waterproof black ink (no ball point pen). Changes in dimensions shall be recorded ir
legible and professional manner. Record construction drawings shaln be maintained at the job s
during construction. The Contractor shall provide one set of mylar "record" drawings to the Enginc
after submitting blue-line prints of the proposed "record" drawings for, and obtaining their approval 1
the Engineer.
Add the following section:
308-7.2 Controller Chart. Record drawings shall be approved by the Engineer before charts i
prepared. The Contractor shall provide one controller chart of the maximum size the controller dc
will allow, for each controller supplied, showing the area covered by that automatic controller. T
chart shall be a reduction of the actual record system drawing with a legend to explain all symbols
the controller sequence is not legible when the drawing is reduced, enlarge it to a size that will
readable when reduced. Chart shall be photocopied, with a pastel transparent color used to sh
area of coverage for each station. When completed and approved, hermetically seal the ch
between two pieces of plastic, each piece being a minimum 20 mils thick. Charts shall be complei
and approved prior to final inspection of the irrigation system.
Add the following section:
308-7.3 Operation and Maintenance Manuals. Prepare and deliver to the Engineer, wit1
10 calendar days prior to completion of construction, all required and necessary descriptive mate]
in complete detail and sufficient quantity, properly prepared in four individual bound copies. Descri the material installed in sufficient details to permit qualified operating personnel to understai
operate, and maintain all equipment. Include spare parts list and related manufacturer information
each equipment item installed. Each manual shall include the following:
a) Index sheet stating Contractor's address and telephone number. b) Duration of Guarantee period.
c) List of equipment, with names and addresses of manufacturer's local representative.
d) Complete operating and maintenance instructions on all major equipment.
e) In addition to the maintenance manuals, the Contractor shall provide the agency maintenar personnel with instructions for major equipment, and show written evidence to the Engineei
the conclusion of the work that this service has been rendered.
Point(s) of connection, for water and electrical services
Routing of irrigation pressure mainlines
Ball, gate and check valves
4- a# 7/17/98 Contract No. 3590 135 of 139 Pag
i
R
1
I
I
1
I
I
I.
I
i
1
1
I
I
1
I
Add the following section: 308-7.4 Check List. Complete the following checklist at the end of the project, using tt
shown:
the following checklist at the end of the project, using the format shown:
a) Plumbing permits (if none required, so note)
b) Materials approval
c) Pressure mainline test (by whom, and date)
d) Record drawings completed (received by, and date)
e) Controller chart completed (received by, and date) 9 Materials furnished (received by, and date)
g) Operation and maintenance manuals furnished (received by, and date)
h) System and equipment operation instructions (received by, and date)
i) Manufacturer warranties (received by, and date)
j) Written guarantee by Contractor (received by, and date)
308-8 MEASUREMENT AND PAYMENT. add the following: The lump-sum or unit price:
in the contract documents shall include, but not be limited to, full compensation for furr
labor, materials, tools, and equipment and performing all work necessary to complete, mail
guarantee the planting and irrigation work described or specified in the contract dc
including soils testing and recommended soil amendments, seed and hydroseed slurry, tre
bark mulch, erosion control matting, plant materials, temporary irrigation and permanent
including reduced-pressure back-flow preventer, ball valves, drip valve assembly, electr
valves, quick couplers, control wires, pull boxes, valve boxes, all piping and sleeves,
conduits, irrigation heads, drip emitters, bubblers, drip irrigation equipment, connec
electrical service to irrigation electrical meter, connection from meter to irrigation cor
installation of controller enclosure, concrete pads, preparation, correction, reproduc
lamination of "as-built" drawings, controller charts, assembly and submittal of the checl
operation and maintenance manuals and all appurtenances to the aforementioned items, i
120 days' maintenance and project guarantees. After completion of the project, the En!
retain $900 of the total contract amount, and will disburse the Contractor on a monthly bas
per month. The Engineer reserves the right to stop payment until all punch list submit
Contractor every month are completed.
I.
SECTION 310 - PAINTING
310-5 PAINTING VARIOUS SURFACES.
31 0-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modif
paragraph as follows: The Contractor shall furnish all equipment, materials, labor, and s
necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, CI and other designated markings in accordance with the Plans, or for approved temporal essential for safe control of traffic through and around the construction site. The Contri remove by wet grinding all existing or temporary traffic markings and lines that may cc public. When temporary detour striping or markings are no longer required, they shall bc prior to painting the new traffic stripes or markings.
31 0-5.6.3 Equipment. Delete the ninth paragraph and substitute the following: The Contr provide a wet grinding machine with sufficient capacity to completely remove all f temporary traffic striping or markings that conflict with the striping plan, or are contrary to
Manual, or that may be confusing to the public. The surface produced by grinding the
temporary traffic striping or markings on pavement shall not exceed variations from a uni
more than 3 mm (l/s") in 3 m (IO') when measured parallel to the centerline of the street or
6 mm ('IC) in 3 m (IO') when measured perpendicular to the centerline of the street. The equipment that leaves ridges, indentations or other objectionable marks in the pavemei
%# 7/17/98 Contract No. 3590 136 of
e=
P
discontinued, and equipment capable of providing acceptable surface shall be furnished by tl Contractor. This equipment shall meet all requirements of the air pollution control district havii jurisdiction. Removal of striping by high velocity water jet may be permitted when there is neith
potential of the water and detritus from the high velocity water jetting to damage vehicles or priva property not to flow from the street into any storm drain or water course and when approved by tl
Engineer. All water from high velocity water jet striping remcwal shall be vacuumed from tl
pavement immediately after the water jetting and shall not be allowed to flow in the gutter, enter tl
storm drain system or to leave the pavement surface. Surface variation limitations for high veloc
water jet striping removal shall be the same as for grinding
3 10-5.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: Existir
markings and striping, either permanent or temporary, which are to be abandoned, obliterated or th
conflict with the plans shall be removed by wet grinding methods. Dry or wet sandblasting may n
be used in any areas. Alternate methods of paint removal require prior approval of the Engineei
Obliteration of traffic striping with black paint, light emulsion oil or any other masking method 0th
than a minimum 30mm (0.10') thick asphalt concrete overlay is not permitted.
310-5.6.7 Layout, Alignment, and Spotting. Modify the first paragraph as follows: The Contract shall establish the necessary control points for all required pavement striping and markings t
surveying methods. No layout of traffic striping shall be performed by the Contractor befo
establishment of the necessary control points. The Contractor shall establish all traffic stripir
between these points by string line or other method to provide striping that will vary less than 80m
per 100m (112 inch in 50 feet) from the specified alignment. Straight stripes deviating more thz 80mm per 1OOmm (11 2 inch in 50 feet) shall be obliterated by grinding, and the markings correct€ The Contractor shall lay out (cat track) immediately behind installation of surface course asphalt ar
as the work progresses.
310-5.6.8 Application of Paint. Modify the second paragraph as iollows: The first coat of paint sh; be done immediately upon approval of striping layout by the Enginleer. Paint the end of median nos yellow.
310-5.6.10 Measurement and Payment. Modify the first paragraph as follows: Final ar
temporary traffic striping, curb markings and pavement markings as shown on the plans ar
required by the specifications shall be included in the lump-sum price bid for temporary and fin,
traffic striping, and no additional compensation will be allowed therefor. The lump sum prices bid an
shall include all labor, tools, equipment, materials, and incidentals for doing all work in installing th
final and temporary traffic striping. All costs for temporary pavement painting for the convenience (
the Contractor, including costs for sandblasting of existing lines and markings, shall be at its expens
and no additional compensation shall be made therefor.
Add the following section:
Add the following section:
310-6.1 General. Final and temporary traffic signing shall be applied at the locations shown on th plans and as required in the specifications, complete in place prior to opening the traveled way I
public traffic. Temporary traffic stripes shall be applied in one coat. Temporary traffic stripes shall b
maintained by the Contractor so that the stripes are clearly visible both day and night. Reapplicatio
of the stripes and markings shall be repainted at the Contractor's expense.
310-6 FINAL AND TEMPORARY TRAFFIC SIGNING.
ew ts 7/17/98 Contract No. 3590 137 of 139 Pages
t
I
I
I
1
I
I
1
1.
1
1
i
i
I
II
1
31 0-6.2 Permanent Striping. Temporary pavement markers shall be placed in accord:
the manufacturer's instructions. Temporary pavement markers shall be cemented to the :
with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be
place temporary 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 ren
grinding as determined by the Engineer.
The Contractor may use reflective pavement markers for temporary pavement markers, exc
the temporary pavement markers are used to replace patterns of temporary traffic stripe. F
pavement markers used in place of the removable-type pavement markers shall confor
section entitled "Pavement Markers" of these special provisions, except the 14-day waitir
before placing the pavement markers on new asphalt concrete surfacing as specified ir
85-1.06, "Placement", of the CALTRANS Standard Specifications shall not apply; ar
adhesive shall not be used to place pavement markers in areas where removal of the markc
required. Reflective pavement markers used for temporary pavement markers will be p;
temporary pavement markers.
Add the following section:
310-6.1 .I Measurement and Payment. Temporary traffic striping and markings shown on
will be paid for as a part of the lump-sum cost for traffic control.
The lump-sum contract price paid for traffic striping and markings shall include full compen
furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work ir
applying, maintaining, and removing temporary traffic stripes and pavement markings, co place, as shown on the plans, as specified in the Standard Specification and thesc
provisions, and as directed by the Engineer.
Full compensation for furnishing, placing, maintaining, and removing the temporary reflecti
pavement markers, used for the temporary laneline and centerline delineation which is not
the plans, including the signing specified for "no passing" zones; and for providing f
patterns of the permanent traffic lines when required; shall be considered as included in
sum prices paid for that item of work.
Add the following section:
31 0-6.2 Channelizers. Channelizers shall be new surface-mounted type and shall be
placed, and maintained at the locations shown on the plans. The Contractor shall pr
Engineer with a Certificate of Compliance in accordance with the provisions of Sectic
"Certificates of Compliance", of the CALTRANS Standard Specifications. Said certificate SI
that the channelizers comply with the plans and specifications and conform to the prequalifi
and material requirements approved by the engineer and were manufactured in accordanc
approved quality control program.
At the option of the Contractor, channelizer bases may be cemented to the pavement usini
bitumen adhesive and in the same manner provided for cementing pavement markers to in the section of these special provisions entitled "Pavement Markers".
add the following section:
310-6.2.1 Payment. The price paid for channelizer (surface mounted) shall be included in
sum price for traffic control and include full compensation for furnishing all labor, mater
equipment, and incidentals, and for doing all the work involved in furnishing and p
channelizers as shown on the plans, as specified in the CALTRANS Standard Specific;
these special provisions, and as directed by the Engineer.
I.
c)w
r.
1 rrs 7/17/98 Contract No. 3590 138 of
Add the following section:
31 0-6.3 Signing. Signing for temporary traffic control shall conform to the following requirements.
Add the following section:
310-6.3.1
markers, markings, and delineators at locations shown on plans arid specified herein.
Add the following section: 310-6.3.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced
overturned, from any cause, during the progress of the work, the Contractor shall immediate replace the signs in their original approved locations. The Contractor shall maintain all tempora
traffic signs used in the Work in a clean, reflective and readable condition. The Contractor Shi
replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hou
or 2 hours during working hours, whichever is the lesser, of being rnarked by graffiti.
Add the following section:
310-6.3.4 Payment. All costs for signing for temporary traffic coritrol shall be included in the lum
sum price bid for temporary traffic control, and no additional compensation will be anlowed therefor.
General. The Contractor shall provide and install ail1 temporary traffic control sigr
SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL
312-1 PLACEMENT..
Add the following section:
31 2-1 .I Reflective Channelizer Placement and Removal. Reflective channelizers placement an
removal shall be the same as for pavement marker placement and removal. The channelizers shz
be placed uniformly, straight on tangent alignment and on a true arc on curved alignment. All layot
work necessary to place the channelizers to the proper alignment shall be performed by th
Contractor. If the channelizers are displaced or fail to remain in an upright position, from any caust
the channelizers shall immediately be replaced or restored ti:, their original location, by th
Contractor.
4- w 7/17/98 Contract No. 3590 139 of 139 Pages
I)
qR C-bn-3 sy"<-%f--L -> -..s -- >.-PL" v.' ;L4,,;'.,-::,6 2- 5-3 2593
Recording requested by:
CITY OF CARLSBAD
When recorded mail to:
City Clerk
a /qF
Space above this line for Recorder':
NOTICE OF COMPLETION
Notice is hereby given that:
1. The undersigned is owner of the interest or estate stated below in the property
described.
2. The full name of the undersigned is City of Carlsbad, a municipal corporation.
3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbac
92008.
4. The nature of the title of the undersigned is: In fee.
5. A work of improvement on the property hereinafter described was completed on
2000.
6. The name of the contractor, if any, for such work of improvement is HT Develi
Construction, Inc.
7. The property on which said work of improvement was completed is in the City (
County of San Diego, State of California, and is described as the constructic
Road Reconstruction, Project No. 3590.
8. The address of said property is within the limits of the City of Carlsbad.
Public Works Manager
Construction Management & Ins,
VERiFlCATlON OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drivc
California, 92008; the City Council of said City on , 2000, a(
above described work as completed and ordered that a Notice of Completion be filed
February 15
I declare under penalty of perjury that the foregoing is true and correct.
Executed on February 17 , 2000, at Carlsbad, California.
City Clerk
&737