Loading...
HomeMy WebLinkAboutLekos Electric Inc; 1997-07-07; 3482Recording requested by: CITY OF CARLSBAD When recorded mail to: City Clerk City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92008 7. --. 3 -9 2 i &. :: @+ e c- A+J ~ -g -- 9537 er. z z. 40 9 Ulllllllll Ill llllll ll/l~~~j\!l Ill Project: # 3482, TRAFFIC SIGNAL AT POINSETTIA LANE AND BATIQUITOS DR. Date Routed: Reason for change: Public Works Director / City Engineer Engineering Inspection Community Development Director Finance Director oi-@ City Manager/Mayor Engineering Inspection The Traffic Engineer has requested an additional signal head to be added to enhance sight distance for westbound Poinsettia Lane traffic. COST ACCOUNTING: Original contract amount ..................................................................... $ 92,000.00 Total amount this c/o .......................................................................... $ 894.00 Total amount of previous c/o's ............................................................ $ 4,449.70 Total c/o's to date ................................... : ............................................ $ 5,343.70 New Contract Amount ......................................................................... $ 97,343.70 Total c/o's as % of original contract.......................................................... 5.8% Contingency monies encumbered ........................................................ $ Contingency increase or decrease ................................. : ..................... $ Contingency Subtotal ........................................................................... $ Total c/o's to date ................................................................................. $ Contingency Balance ........................................................................... $ 5,600.00 5,600.00 5,343.70 256.30 # 3482, TRAFFIC SIGNAL BATIQUITOS/POINSETTIA DR. Change Order No. 1 Page 2 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER. RECOMMENDED BY: %tr' #M cF-�7-f7FlNANCDIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR APPROVED BY: POINSETTIA LANE AND BATIQUITOS DRIVE TRAFFIC SIGNAL CONTRACT NO. 3482 Lekos Electric, Inc. I E I E I I CITY OF CARLSBAD R* San Diego County California I CONTRACT DOCUMIENTS AND SPEC 1 PROVISIONS I. FOR I I E IE I I POINSETTIA LANE AND BATIQUITOS DRIVE TRAFFIC SIGN I CONTRACT NO. 3482 April 2,1997 e- I. 1 p,# 2/26/97 Contract No. 3482 Page 1 C t TABLE OF CONTENTS item NOTICE INVITING BIDS ..................................................................................................... CONTRACTORS PROPOSAL ............................................................................................ 8 BID SECURITY FORM ........................................................................................................ BIDDER’S BOND TO ACCOMPANY PROPOSAL ................................................................ GUIDELINES FOR COMPLETING THE “DESIGNATION OF SUBCONTRACTOR AMOUN OF SUBCONTRACTOR’S BID” AND “DESIGNATION OF OWNER OPERATOWLESSOR AMOUNT OF OWNER OPERATOWLESSOR WORK FORMS ..................................... DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR’S BID (. I 11 11 E t U I E I 1 I ....... DESIGNATION OF OWNER OPERATOWLESSOR: & AMOUNT OF OWNER OPERATOWLESSOR WORK BIDDERS STATEMENT OF FINANCIAL RESPONfSlBlLlTY ............................................... BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE ............................. BIDDERS CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS’ LIABILITY, AUTOMOTIVE LIABILITY AND WORKEIRS’ COMPENSATION BIDDER S STATEMENT OF RE-DEBARMENT .................................................................. BIDDERS DISCLOSURE OF DISCIPLINE RECORD ................................................. ............................................................................................. 1. ........................ I 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) ............................................................................................... E ........................................................................ ............................................................ SPECIAL PROVISIONS SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORK: CONSTRUCTION PART 1 , GENERAL PROWS IO NI S ........................................................... m SUPPLEMENTAL PROVISIONS TO STANDARD :SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS ............ e- 1 r,s 2/26/97 Contract No. 3482 Page 2 ( 1 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WOI CONSTRU CTl ON PART 3, CONSTRUCTION M ETI-IODS . . , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I I. t II 1 1 D 2. t 1 I I 1 I I m e= 1. 1 t.a 2/26/97 Contract No. 3482 Page 3 1 1 8. 1 1 8 1 I I i 1 i s 8 B CITY OF CARLSBAD, CALIFORNIA NOTICE INVI‘TING BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Carlsb: Drive, Carlsbad, California 92008-1989, until 4:OO P.M. on the 20 day of May, 1997, at w they will be opened and read, for performing the work as follows: POlNSEITlA LANE AND BATIQUITOS DRIVE TRAFFIC SIGNAL CONTRACT NO. 3482 The work shall be performed in strict conformity with the specifications as approved by Council of the City of Carlsbad on file with the Engineering Department. The specificatioi work include the Standard SDecifications for Public Works Construction 1997 Edition, all h designated “SSPWC as issued by the Southern California Chapter of the American Pub Association and as amended by the special provisions sections of this contract and Standard Specifications dated July 1995. Reference is hereby made to the specificatior particulars and 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 c( to utilize recycled and recyclable materials when available, appropriate and approve Engineer. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidc a contractor or subcontractor has been debarred bly the City of Carlsbad or another juri: the 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 slecurity in a form and amount requirec The bidder’s security of the second and third next liowest responsive bidders may be witt the Contract has been fully executed. The security submitted by all other unsuccessful bid be returned to them, or deemed void, within ten (10) days after the Contract is awarded. to the provisions of law (Public Contract Code section 10263)’ appropriate securities substituted for any obligation required by this notice or for any monies withheld by the City performance under- this Contract. section 10263 of the Public Contract Code requires r securities to be deposited with the City or a state or federally chartered bank in Califorr escrow agent. The escrow agent shall maintain insurance to cover negligent acts and om the agent in connection with the handling of retenticins under this section in an amount not $1 00,000 per contract. The documents which comprise the Bidder’s proposal and that must be completed, executed and notarized are: 3 a 1. ew 1 Q4 2/26/97 Contract No. 3482! Page 4 I 1c: 1 I 1 If D I li 1 I 1 1 I 1 1. Contractor's Proposal 2. Bidder's Bond 4. Designation of Subcontractors 5. Designation of Owner Operator/Lessors & 6. Bidder's Statement of Financial 7. Bidder's Statement of Technical Ability All bids will be compared on the basis of the Engiineer's Estimate. The estimated quan approximate and serve solely as a basis for the comparison of bids. The Engineer's Esf No bid shall be accepted from a contractor who is nlot licensed in accordance with the pro\ California state law. The contractor shall state their license number, expiration c classification in the proposal, under penalty of perjury. The following classifications are ac for this contract: C-10 in accordance with the provisions of state law. If the Contractor intends to utilize the escrow agreement included in the contract documen of the usual 10% retention from each payment, these documents must be completed and s with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at the Pu Department, City Hall, 1200 Carlsbad Village Drive, Carlsbad, California, for a non-refundat $25.00 per set. If plans and specifications are to be mailed, the cost for postage should be The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irreg informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the shall be those as determined by the Director of lndiustrial Relations pursuant to the sectiol 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a curr~ of applicable wage rates is on file in the Office of the City Engineer. The Contractor to w Contract is awarded shall not pay less than the said specified prevailing rates of wagc workers employed by him or her in the execution of the Contract. 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, "Sublet1 Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer purposes of section 41 07 and 41 07.5. The provisions of Part 7, Chapter 1 , of the Labor Code commencing with section 1720 shall the Contract for work. A pre-bid meeting and tour of the project site will not be held. 8. Certificate of Insurance 9. Bidder's Statement Re Debarment 3. Non-Collusion Affidavit 1O.Bidder's Disclosure Of Discipline Recor 11 .Purchasing Department Representatior Certification 12.Escrow Agreement for Security Deposi (optional, must be completed if the Bidc wishes to use the Escrow Agreement fc and Amount of Subcontractor Bid Amount of Owner Operator/Lessor Work Responsibility Security) and Experience 1 $80,000. If 0 *w I. 1 r.$ 2/26/97 Contract No. 3482 Page 5 o I I t If 1 II E II I 1 I b B 1 T All bids are to be computed on the basis of the given estimated quantities of work, as in this proposal, times the unit price as submitted by the bidder. In case of a discrepanc) words and figures, the words shall prevail. In case of an error in the extension of a unit corrected extension shall be calculated and the bids will be computed as indicated al compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and written in with ink and must be initialed in ink by a person authorized to sign for the Contrac Bidders are advised to verify the issuance of all addenda and receipt thereof one dal bidding. Submission of bids without acknowledgment of addenda may be cause of rejectior Bonds to secure faithful performance and warranty of the work and payment of labc materials suppliers, in an amount equal to one hundred percent (100%) and fifty percei 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 i and be retained by the City until they are released as stated in the Special Provisions secti contract. All bonds are to be placed with a surety insurance carrier admitted and authi transact the business of insurance in California and whose assets exceed their liabiliti amount equal to or in excess of the amount of the bond. The bonds are to contain the documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the ir commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual stater quarterly statement filed with the Department of Insurance pursuant to Article 10 (commem section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendai the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that have (1) a rating in the most recent Best's Ke Guide of at least A-:V, and (2) are admitted and authorized to transact the business of insu the State of California by the Insurance Commissioner. Auto policies offered to m specification of this contract must: (1) meet the conditions stated above for all insurance COI 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 in certificate must state the coverage is for "any auto" and cannot be limited in any manner. Workers' compensation insurance required under this contract must be offered by a c meeting the above standards with the exception that the Best's rating condition is waived. - does accept policies issued by the State Compensation Fund meeting the requirement for ' The Contractor shall be required to maintain insurance as specified in the Contract. Any ac 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 submit required bonds and insurance, as described in the contract, within twenty days of bid openin Contractor fails to comply with these requirements, the City may award the contract to the se third lowest bidder and the bid security of the lowest bidder may be forfeited. a 8 @ z compensation insurance. 0 4- I r;s 2126197 Contract No. 3482 Page 6 of T--" LVI JW (r __ / waq a 79-3 /@ C??>zq7 747 -3- ' L6 61' y:uew 40 Aep yisz ay~ uo pqdc ON UO!Jfl(OSa&j Aq 'e!UJOJ!(E!=) 'pt?qS\Je=) 40 &) 3ql )O I!3UtlO3 &=) aqJ hq PaAOJd ' 80tr-L6 *pe~y~o:, ay~ 40 Lio!ge-rnp ayl JOJ asuaq ssaujsng peqsp 40 4!3 P!leA E! U!a)U!t?U pUe aAE!y 01 paJ!nbaJ aJE SJOpiEJJUO3qnS Ill? pUe JOpeJ)UO3 awpd 3 I 1 I 1 1 I I - I. I 1 II 1 1 CITY OF CAFlLSBAD POINSETTIA LANE AND BATlQUllrOS DRIVE TRAFFIC SIGNAL CONTRACT NO. 3482 CONTRACTOR'S PROPOSAL I. City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read th Inviting Bids, examined the Plans, Specifications, Special Provisions and addenda then hereby proposes to furnish all labor, materials, equipment, transportation, and services re( do all the work to complete Contract No. 3482 in accordance with the Plans, Specifications, Provisions and addenda thereto and that he/she will take in full payment therefor the follok prices for each item complete, to wit: 1 SCHEDULE I : STREET IMPROVEMENTS Approximate Item Quantity Unit No. DescriDtion and Unit - Price 1 and Operating at - i?l'UQ moww qz,ooo"- 42 1 Traffic Signal Complete In Place LS Dollars (Lump Sum) Total amount of bid in words: J1 in& %hw*&d mMmw Total amount of bid in numbers: $ q&BBQop Price@) given above are firm for 90 days after date cif bid opening. &p-d i"/& 54 I kLd4 8 & - I. 5-/&9--- \ e- 1 p,s 2/26/97 Contract No. 3482 Page 8 ( 0 Addendum(a) No(s). Fssw The Undersigned has carefully checked all of the above figures and understands that the not be responsible for any error or omission on the part of the Undersigned in preparing this The Undersigned agrees that in case of default in executing the required Contract with nt 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 licens business or act in the capacity of a contractor within the State of California, validly licenst license number 6%$40 , classification GIO which e) an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursua Business and Professions Code shall be considered nonresponsive and shall be rejected bj § 7028.15(e). invalidated by the failure of the bidder to be licensed in accordance with California law. Ho\ the time the contract is awarded, the contractor shall be properly licensed. Public Contrac § 20104. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or eniployee of the City of Carlsbad is p 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 him/her to enter into this Contract, excepting only tlhose 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. Accompanying this proposal is I;- bjus bd (Cash, Certified Che 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 requii employer to be insured against liability for workers' compensation or to undertake self-insi accordance with the provisions of that code, and agrees to comply with such provisior commencing the performance of the work of this Csntract and continue to comply until the is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1 l Article 2 to the general prevailing rate of wages for each craft or type of worker needed to exc Contract and agrees to comply with its provisions. has/have been received and idare include( I proposal. 0. a I 1c 1 I I 34W8 , and that this statement is true and In all contracts where federal funds are involved, no bid submitted 1 0 I 1 I t 1 t 1 em I. I r,s 2/26/97 Contract No. 3482 Page 9 4 -b I II I IF A SOLE OWNER OR SOLE CONTRACTOR SIGN1 HERE: e (1) Name under which business is conducted - - I (2) Signature (given and surname) of proprietor (3) Place of Business City and State (Street and Number) 1 (4) Zip Code Telephone No 8 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 mz general partner) - I E I I I t I I I ... (3) Place of Business (Street and Number) t 0 City and State (4) Zip Code Telephone No. IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted U? a&EivItc hc, b (Signature) (Title) (2) ?&98&+,w r, -/-mw 1 Impress Corporate Seal ... ... ... ... *- I. 1 %# 2/26/97 Contract No. 3482 Page 10 ( *ran) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMIENT personally appeared &rsonally known to me - OR -!I proved to me on the basis of satisfactory evidence to be the persor whose name(s) is/are subscribed to the within instrum and acknowledged to me that he/she/they executed same in his/her/their authorized capacity(ies), and tha his/her/their signature(s) on the instrument the persor or the entity upon behalf of which the person(s) ac executed the instrument. WITNESS my hand and official seal. Narne(s) of Signer@) Though the information below IS not required by law, It may prove valuable to persons relying on the document and could prei fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) LI Individual c1 Individual 0 Corporate Officer 0 Partner - c! Limited El General 0 Partner - c7 Limited C General 0 Corporate Officer Title (s) : 0 Attorney-in-Fact 0 Guardian or Conservator ;7 Guardian or Conservator Signer Is Representing: Signer Is Representing: 0 1995 National Notary Association - 8236 Remmet Ave PO Box 7184 * Canoga Park CA 91309-7184 Prod No 5907 Reorder Call Toll 8 I I (3) Incorporated under the laws of the State of CfklfhnIh @ (4) Placeof Business I ?o pi@m U ukd Number) City and State e/ o&+ f% I (5) Zip Code s@vu Telephone No. (@?1 w74?bb! I AITACHED NOTARIAL ACKNOWLEDGMENT OF EXECU'I'ION BY ALL SIGNATORIES Ml List below names of president, vice president, secretary and assistant secretary, if a corpori partnership, list names of all general partners, and managing partners: t I I Fmrw" I I. I I 1 I 1 1 E I Ti?% E IA~+ Re5ih-t C dQklfi & lejLo5- vi& Qh* 4- 8. %@ 2/26/97 Contract No. 3482 Page 11 o I I I 8 8 I I I. t I 1 I I I E BID SECURITY FORM (Check to Accompany Bid) 1. (NOTE: The following form shall be used if check acc.ompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of C CARLSBAD, in the sum of dollars ($ this amount being ten percent (10%) of the total amount of the bid. The proceeds of this chf become the property of the City provided this proposal shall be accepted by the City throug of its legally constituted contracting authorities and the undersigned shall fail to execute a and furnish the required Performance, Warranty and Payment Bonds and proof of ir coverage within the stipulated time; otherwise, the check shall be returned to the undersigi proceeds of this check shall also become the property of the City if the undersigned shall i his or her bid within the period of fifteen (15) days after the date set for the opening thereo otherwise required by law, and notwithstanding the award of the contract to another bidder. 1 BIDDER *Delete the inapplicable word. (Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on the pages shall be executed--the sum of this bond shall be not less than ten percent (10%) o amount of the bid.) *= P I p,s 2/26/97 Contract No. 3482 Page 12 . I \ BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we.LEKOS ELECTRIC, INC. , as Principal, andAND GlJARANTy COmm as Surety are held and firmly bound unto the City of Carisbad, California. in an amount as it payment, well and truly made, we bind ourselves, our heirs, executors and adminis successors or assigns, jointly and saverally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the bounden Prindpai for. 0 UNITED STATES FIDEL17 (must be at teast ten percent (10%) of the bid arnciunt) TEN PER CENT OF BID 10%- f0l POINS€lTA LANE AND BATlQUtTOS DRlVE TRAFFIC SIGNAL CONTRACT NO. 3482 (BID DATE: 5-20-97) in the City of Caftsbad, is accepted by the City Councii, and if the Principal shaH duly enter ii execute a Contract lnduding required bonds and insurance policies within twenty (20) days fi date of award of Contract by the City Council of the City of Carlsbad, being duiy notified award, then this obligation shall become null and void; otherwise. it shall be and remain in ft and effect, and the amount specified herein shall be forfeited to the said City. .... .... .... ..-. e .... .... *... .... .... .... .... ... I .... I___ 1.. - ,.--A- .I- -~na e %a c)wtain-r e . CALi FO RN IA ALL-PU RPOSE ACKNOWLEDGMENT State of Cal i forni a County of San D i ew 5-20-97 before me, Let i c: i a San Mart i n, Notary Pub1 DATE NAME, TlT!-E OF OFFICER - EG, *JANE DOE. NOTARY PUBUC personally appeared Valerie M. Pearce NAMYS) OF SIGNER@) &I personally known to me - W?&&17te 3:: #!x Basis of v to be the person($ whose name(%) subscribed to the within instrument ar knowledged to me that Wshekbtey ex€ the same in brbs/her/tr authc capacity(@, and that by txi/her signai:ure(s) on the instrument the pers or the entity upon be,half of whic perscm(sjl acted, executed the instru COMM #I420518 Though the data below is not required by law, it may prove valuakile to persons relying on the document and coul fraudulent reattachment of this form. CAPACIN CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCU TITLE OR TYPE OF DOCUMENT m(S) NUMBER OF PAGES - DATE OF DOCUMENT SIGNER IS REPRESENTlNG: NAME OF PERSON(S) OR EK17TY(IES) SIGNER(S) OTHER THAN NAMED AB 01993 NATlONAL NOTARY AS83CIATION 8236 Remmet Ave.. P.O. Box 7184 Cancga Ps In the event Principal executed this bond as an individual. it is agreed that the death of P shall not exonerate the surety from its obligations under this bond. Executed by PRINCIPAL this ~OTH Executed by SUREP, this 20~~ PRINCIPAL: SURETY: (name of Principal) By: (sign here) (pnnt name here) (tei e number of Surety) day of MAY I 19x. - MAY ,19=. a LEKOS ELECTRIC, INC. - 1LJNITED STATES FIDELITY AND GUARAl (name of Surety) P.O. BOX 2382 BREA, CA 92822-2382 - (address of Surety) WL _* TumE w5 A (7 14) 985-3334 P&2@f j.%w..w% uiBW4w-q By: &dmuTano {tie an brgani ti& of Signatory) " (signature of Attomey-ikFact) VALERIE M. PEARCE By: - (sign here) (print name here) (,Mach corporate resolution showing (title and organization of signatory) (Proper notarial acknowledge of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations one officer signs, the carporation must attach a resolution certified by the secretary or a secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL city Attorney (printed name of Attomey-in-Fact) power of attorney.) - 0 a '4 2/26/97 Contract No. 3482 Page l4 c e -/- ---~ - - - ~ - / 150 0 United Power of States Attorney Fidelity and Guaranty Company fbu 8 NO. 11007 1 Know all men by these presents That United States Fidelity and Guaranty Company. a corporation organized and exsting under the laws of Maryland and having its principal office at the City of Balmnore. in the State of Marytand. dotis hereby constitute and appoint je rold D. Hall , J Warnock, Sandra J. Little, Bart B. Stewart and Valerie M. Pearce ofthecityof Sari Diego its true and lawful Attorney(stin-Fact each in their separate capacib one is named above. to sign its name as surety to, and to execute, seal and acknowledge ;3ny and all bonds, undertakings, contracts and other written instru nature thereof on behalf of the Company in its business of quaranteeing the fidelity of persons, guaranteeing the performance of contracts; and executing or bonds and undertaking required or permitted in any actions or proceedings allowed by law. In Witness Whereof, the said United States Fidelity and Guaranty Company. has caused this instrument to be sealed w~th its corporate seal, dul thesignaturesof itsvice Presidentand Assistant Secretary. this 18th dayof ~ , State of California October .AD.19 96. ................... State of Maryland 1 BaltimoreCii 1 Onthis 18th day of OC nt of United States said United States Guaranty Company, and Thomas J FiQgerald said, that they. the said Gary A Wilson and Th This Power of Attorney is grar@under and ty of the following Resolutions adopted by the Board of Directors of the United States Guaranty Company on September 24. lg? Resolved, that in connection with the fidelity and surety insurance business of the Company, all bunds, undertakings, contracts and other instrumei said business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(sh4act pursuant to a Power of Attorney issued in aci these resolutions Said Poweds) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by 1 or the President, or an Executive Vice Pmident. or a Senior Vice President. or a Vice President or an Assistant Vice President, jointly with the Secretary or Secretary, under their respective designanons The signature of such officers may be engraved, printed or lithographed The signature of each of the foregoing o seal of the Company may be affixed byjfacsimile to any Power of Attorney or to any certificate relating thereto appointing Attorneflstin-Fact for purposes only i and attesting bonds and undertakings and other writings obligatory in the nature thereof, and, unless subsequently revoked and subject to any limitations sei any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power sc certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is valid1 Resolved, That AttorneyN-in-Fact shall have the power and authonty. unless subsequently revoked and , in any case, subject to the terms and lim Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertaki writings obligatory in the nature thereof, and any such instrument executed by such AttorneyMin Fact shall be as binding upon the Company as if signed b Officer and sealed and attested to by the Secretary of the Company I, Thomas J FiQgerald, an Assistant Secretary of the United States Fidelity iind Guaranty Company, do hereby certify that the foregoing are from the Resolutions of the said Company as adopted by its Board of Directors on September 24,1992 and that these Resolutions are in full force and effect I, the undersigned Assistant Secretary of the United States Fidelity and Guaianty Company, do hereby certify that the foregoing Power of Att force and effect and has not been revoked In Testimony Whereof, I have hereunto set my hand an on this 2oTH day of my ,19 97 he United States Fid -ty and Guaranty Company, (fPJ ................. ‘A /.. $:!st ................................... ant Secretary - <“,p: -~ ~ CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Ndme(s) of Signer(s) personally appeared dersonally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the persc whose name(s) dare subscribed to the within instrur and ackriowledged to me that he/she/they executec same in his/her/their authorized capacity(ies), and th: his/her/their signature(s) on the instrument the persoi or the entity upon behalf of which the person(s) ac executed the instrument WITNESS my hand and official seal. Though the information below IS not required by law, It may prove valuable to persons relying on the document and could prf fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) 0 Individual @ Individual J Corporate Officer C Partner - C Limited i3 General 0 Partner - 0 Limited 0 General C Corporate Officer Title (s) : 3 Guardian or Conservator c! Guardian or Conservator Signer Is Representing. Signer Is Representing: 0 1995 National Notary Association * 8236 Rernrnet Ave PO Box 7184 * Canoga Park CA 91309-7184 Prod No 5907 Reorder Call To -. 1 1 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we, as Surety are held and firmly bound unto the City sf Carlsbad, California, in an amount a! (must be at least ten percent (10%) of the bid amlount) payment, well and truly made, we bind ourselves, our heirs, executors and admi successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLlGAlilON IS SUCH that if the proposal of ti bounden Principal for: , as Principal, and 1. I 8 8 ! 8 I .... 8. .... R I .... I 1 I t POINSETTIA LANE AND BATlQUlTOS DRIVE TRAFFIC SIGNAL CONTRACT NO. 3482 in the City of Carlsbad, is accepted by the City Couincil, and if the Principal shall duly ente execute a Contract including required bonds and insurance policies within twenty (20) day: date of award of Contract by the City Council of the City of Carlsbad, being duly notific award, then this obligation shall become null and void; otherwise, it shall be and remain ir and effect, and the amount specified herein shall be! forfeited to the said City. .... .... .... .... .... .... .... .... a 8. .... .... e= 1 ".# 2/26/97 Contract No. 348:2 Page 19 8 In the event Principal executed this bond as an individual, it is agreed that the death of shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this Elxecuted by SURETY this PRINCIPAL: SURETY: I day of 919 . - ,I9 . 1. - (name of Principal) By: - (sign here) (address of Surety) (print name here) (name of Surety) I I 8 I I - (telephone number of Surety) Ely : I (Title and Organization of Signatory) (signature of Attorney-in-Fact) By: - (sign here) (printed name of Attorney-in-Fact) 1 0 (print name here) (Attach corporate resolution showin! I power of attorney.) (title and organization of signatory) (Proper notarial acknowledge of execution by PRINCIPAL and SURETY must be attached. (President or vice-president and secretary or assislant secretary must sign for corporatior one officer signs, the corporation must attach a resolution certified by the secretary or secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney I I I 1 8 I I By: JANE MOBALDI Deputy City Attorney 4- I. r.$ 2/26/97 Contract No. 3482 Page 14 1 1 I I 1 I 8 1. I 1 1 GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTORS BID" ANID "DESIGNATION OF OWNER OPERATOWLESSOR AND AMOUNT OF OWNER OPERATOWLESSOR WORK" FORMS REFERENCES Prior to preparation of the following Subcontractor and Owner Opera1 disclosure forms Bidders are urged to review the definitions in section 1-2 of the SSPWC i Special Provisions to this Contract especially, "Bid", "Bidder", "Contract", "Contractor", Price", "Contract Unit Price", "Engineer", "Subcontractor" and "Work" and the definitions 1-2 of the Special Provisions especially "Own Orgalnization" and "Owner Operator/Lessor are further urged to review sections 2-3 SUBCONTRACTS of the SSPWC and sectioi these Special Provisions. CAUTIONS Bidders are cautioned that failure to provide complete and correct inform; result in rejection of the bid as non-responsive. Any bid that proposes performance of mor 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 Operator/Lessor (O+O) of manpower and equipment that is proposed to be used to con All items of information must be completely filled out. Where the bid item will be installed by more than one Subcontractor or Owner Operator/L percentage of the bid item installed by the Subcon tractor or Owner Operator/Lessor bein! the line of the form must be entered under the column "O/O of Item by Sub" or "O/O of Item as applicable. If a Subcontractor or Owner Operator/Lessor installs or constructs any PC bid item the entire amount of the Contract Unit Price shall be multiplied by the Quantity item that the Subcontractor or Owner OperatorlLessor installed. Suppliers of materials from sources outside the limlits of work are not subcontractors. Thc materials and transport for materials from sources outside the limits of work, as shown on shall be assigned to the Contractor, the Subcontractor, or the Owner Operator/Lessor as may be, installing them. The value of material incorporated in any Subcontracted c Operator/Lessor installed bid item that is supplied by the Contractor shall not be include part of the portion of the work that the Contractor is required to perform with its own organi; The item number from the "CONTRACTORS PROPOSAL" (Bid Sheets) shall be entered ii When a Subcontractor or Owner Operator/Lessor has a Carlsbad business license the nun be entered on the form. If the Subcontractor does not have a valid business license enter 'I the appropriate space. Bidders shall make any additional copies of the disclosure forms as may be necessary t the required information. The number of additional form pages shall be entered on the page of each type so duplicated. I* 1 Work. I 1 Item No." column. 1 8 1 @ *w I pis 2/26/97 Contract No. 3484' Page 15 II 1 1 I 1 I 8 I a. I I I 1 t 1 I Bidder may, at its option, combine bid items on a single row in the chart on the disclosun using this option the Bidder must indicate the bid item numbers to which the information I pertains. This option may not be used where the subcontractor or Owner Operatc constructing or installing less than 100 percent of a bid item. The percentages and dollai may be the sums of the bid items listed in that row. When the Bidder proposes using a subcontractor or owner operator/Lessor to construcl less than 100 percent of a bid item the Bidder must attach an explanation sheet to the dc of subcontractor or designation of Owner OperattorlLessor forms as applicable. The e: sheet must clearly apprise the Agency of the specific tasks, materials and/or equipmen proposed to be so supplied. Determination of the subcontract and Owner Operator/Lessor amounts for purposes of aw contract shall determined by the City Council in conformance with the provisions of thc documents and these Special Provisions. The decision of the City Council shall be final. @ I 4% I. I k8 2/26/97 Contract No. 3482 Page 16 I I I I 8 1 8 I. California State Contractors License No. & Classification: +a1727 ~~33 I 1 8 8 1 1 1 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID The Bidder MUST complete each information field on this form for each subcontrac' proposes to use. Additional copies of this form may be attached if required to accomm Contractor's decision to use more than one subcontractor. This form must be submitted a: the Bidder's sealed bid. Failure to provide complete and correct information may result in r( the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractors in this bid for the Work and that the listed subcontractors will be used to perform the portic Work as designated in the list in accordance with applicable provisions of the specifiG section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Act." The Bidder further certifies that no additional subcontractor will be allowed to pe portion of the Work and that no changes in the subcontractors listed work will be made ex the prior approval of the Agency. I. Full Company Name of Subcontractor: IRW%k %.p$ Complete Address: El1 * 0 &ba&& &@.&I - cp "i/ 1 Street Zip City State Telephone Number plus Area Code: (e14 #@?- lobo - Carlsbad Business License No.: Page I of I pages of this form em I. I p,s 2/26/97 Contract No. 3482 Page 17 Bid Bid Price em of Item I a I 1 I %of Oh 0 Item by Tota o+o Contri 1 i 1 I 1 8 i 8 I. 1 1 1 I 8 I 8 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILIl (To Accompany Proposal) Copies of the latest Annual Report, audited financial statements or Balance Sheets submitted under separate cover marked CONFIDENITIAL. I. Gmh& -4 +I &&y I ea2fldQp4 IMdd G'M em I. I p,s 2/26/97 Contract No. 3482 Page IS 1 i I 8 i I I 1 I. 1 1 1 8 8 8 8 BIDDER'S 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 Contract he/she has successfully performed and give references, with telephone numbe will enable the City to judge hidher responsibility, experience and skill. An attachment can I. 4- I. 8 %# 2126197 Contract No. 3482 Page 2( OLDER. THIS CERTIFICATE DOES NOT AME LTER THE COVERAGE AFFORDED BY THE F @ SAN DIEGO, CA 92101-2703 COMPANIES AFFORDING COVER1 ROBERT F. DRIVER CO., INC. 1628 5TH AVENUE CLARENDON NATIONAL INS. FIREMAN'S FUND INS. COMPANY Lekos Electric, Inc. 1370 Pioneer Avenue CALIF. COMPENSATION INS. CO. CA 92020 ER'S & CONTRACTOR'S PROT ALL OWNED AUTOS SCHEDULED AUTOS HIRE0 AUTOS NON-OWNED AUTOS THE PROPRIETOR/ INLAND MARINE LIMIT: 22,962 TRAFFIC SIGNAL. CITY OF CARLSBAD 1200 CARLSBAD VILLAGE DR 30 DAYS WRITTEN NOTICE TO THE A CONTRACTOR'S - SPEW COTiERAGE E&QOm Tiis &rs€=rmI ~cdEes inmrzmc ,-roviad tmdcr the fi- 0 COMMERCIM, G&EZ LIABILITY COyExriGE PART L) ~~AP~T~~~ AGGRXGMT LIMlTs OF I"cE TU APPLY P~~~~c The Geaeral Aggrega Limir m& Lm OF mswa (SSCriON m> appk sqnraidy to e& ofyom projecs ;~(vay iiDIopmnim owned by or rntcd to yon 2.) RLAXKETADDTTXONAL MSUR3ZlS-REQlRRED BY CO8TXAcT OR lSSU.4NcP: OP Am (A) WHO IS AN INsLrRED (S& rr) ij add to hd~de a~ an insrned ;nry p=san, omen, uuseq estate (TI gwamnentad emiry ta whom ar m whit5 YCXI are obligasd, by he afa Writta ccntracr UT 'agrcaaz of by vi-tuc of the ism- CX cxkuac= of a pczmiq to pmvirie instran= alch ag k a&.rded by rhk poZcy, bur dy with PqIcttn bilir, arising out of 1. 'Yuur work"5r the additbnz! insud(s) Or for which a g~vmznutzd emiqhasissuedapermir,or Acs or Omissions of& additional irZsurcd(s) in cormcc~on vdb their 2. e SUpC!lV&Il a' 'hUr WQd? aL the IeOn &Own h rhe' 0 SC€l&de; thn oniy fcr the Iir& of W;iitr spec5ed: ia such caxrrac: or agreec~q but in HO c/az for limits of liabiiity in cxc=ss of &e applicabk ikixics of liability of this poiiq, prwidedb 1. such person, organhbq t~si., cszatc or govermztd cmty shall be an M oniy wirh rcqtd- to cccurrm- tabg pi= e SU& wrhz CD~~IZ or agreen-mt kzs bezz exzxted or SE& permir k bees . ismed,acd 2. a) *e me of suci! persoc orgdn, FJS~, tx-m or gc-rcd aiiry has bm Ak~xhai to the -any s of & cfici-~ datc a-&e .xiiq. or 5) (i) zi7 cl-rxc cr -.e--. dks & 2r su& SPA k ?sSd du-zg dit: FCliTJ 3e3Xl. .. m2 Pqe 1 of4 cuy.*$ rim SZC !flkqc=ea: c-. kc., ?C95 ca'3cl.J& ;y* Z!aLm=!li 3ika- k77a OEC2 .m& .a ;,- veil. e,*git. ~~CC= Smc CEG 1955? 0 .. (iij he md kd m&ea us, ;;?b 180 d3y6 aiii kt c5zzive tkie af & wnm cr -CX Or & kSUaXlC b Cf *c pm c- ttX &r: 25 or‘ FLU Such FL-3Clr c.~&wr, 1 ,. 2L5, esse m gov’e * shall ’* kcinrid as ,m ksu+ u1. e (B) Wj m. tc any srrd mcc, abcn, me, emz or gnvc=i - incM as an knrd by.vir;nc ci&k ~rovisioo, &.e h~rnai msud is m ‘tn aczCabe!dfor’x& an inrd Rdl iqxcz ra aiI IEamZs L-ekUqm d2j.s poiicy. S& uxrtkm inch& rtre givq and nc=iviq 3f~ice of@!012 or rron-rmmd., and rtne Ill&& Ofdli3UgU h Ck pOhCJ tCZRlS d thC C0mpar;V’J CXlScS - ; Pmvided, l.Knmm, &is SlraiI Et% relire a;l ilzw-ed of& Qncs sz fk* ill rnnrirtrnn -. 2. @utiUintbc Evcnt of 0- Clam ur SLiit) of h policy. Fsr he purposc of tlr;s peon, “~d ~arztd -7 mQnS ttx persoc oT q-cn t3rx mrmi in thc -m of tile p0r;Czr. w* reipm to 5c Vkiii afTd these addmnnal ilJsuds, tilt GI10%4ng additid pmvisions appiy: 1. (C) Undrr Cove=? -4 excih (a), (4, [,$, (8, W), (i) mi (m), qply to this inmmmx and any ocher exdushs ad& ‘by endmc;nt;;s to h poiicy which ac,d dre prwious exduiixs ar are due in addirion -. 2. Add&& ExLcsions. LW innrranct C{xs nct qwly tc: (2) “13cdiiy injuy” ci wyppcq damag” rbr which tfic ad&& insured@) arc obiip’i to pay damages by =on of*x ash n or~iiabdi~ in a r ~- ,& or- Tfris erciusian &a not qpiy t~ ~lw fir ciamgw that thc sddi.cicnai ipsured{s) dd have in the absmcz 03 tize czImzfz a- zfgrcem. Y3cdiiy in_i.ry” or “prqeny bee“ 0- afk (i) A! work m 22c pjc: (other thn m%e, bd of ke zkbonai insrUd(s) ST 5e site of the CJV~ -born Lu ’been c:rrrpIcr or 0 (5) .. Ixaki~Cz, or rc;ra;s> to tlc p*-d jr OT on (ii) TI-& ~Cr;,OC of ‘‘I.73’ur a.Ork’’ c:Zt of w+icf: 5z2 njn!Up x:.’ 3cTjzT: 2’ C?-n= - ’.... Kk rhl? S!CrheZ .. or “~TL~P ~-2e.s k 5~. pu:. fo irs in!=x=c zse by .. L-~~~C~r CT SLZCC!EZZib’i-L,r fEr7gCZ L! FZ.Z?rZS - c~zicccs ?!r 2 ;zx:~z, ?LC pzrr .:5 L?C r-~z - - , -- -.”I---. sI , PagcZaf? c>r;.r.gr rLT 5YC :,*k.z3g~=: C?zue. k.. :ccs I^^ --.- ..1- -!-.-*.-- --.3?..- .,-“I- .- -.a :[-aLz:c= ‘cr.- ,25.c u1.A :x .cmF- EL-* L--v= i5ey?= ,:.E=, : 235’ 0 (c) “Eddy mjw or ‘@pay dalmgc’‘~ opt af any a or cmksicxl oi tfre &d insured(s) OT q of tfidr cnpioycs, &c than thc gneral srrpavisicn oi & 0 PmQmd k tfu= addmGd hrred(S) by YOU. (d) “TrcperrYdarrage”t0: (Q Prcptrty ovmd, usd or tqid by or rc=cd to &- addiricrral icsured(s); (ii) Prcpaiy in th care, custady, or cmmi of the addiricnaf ix7sud(s> ur mer * the acidibd ium-d(s) are fir any pqmse cxdsing physical ccrmrol; or (iii) Tour woricn fix the additiold insared(s) “8cdiiy iajury’’ or mw danxage”arising oui of thc sole xqiipce m--a Icssor of Iezd eqnipmear or to any (e) “”whick tzks pk after the e;rpir;ltion or^ an CqipXEzlt Ieast. @) hew provided by +& ezdorsezrtes to the AWd Irwzed(s) &ail be primary iIr3Im- &cxhlzil2WmGz~ by tlic Addihni lmmaysf shall be - and noncE)zLmi. .. 3.) DfRIES IX TBE 3333” OF OCClIRKCla (A) ne nqainant in condirim Za (Secritm rq rhar yQu must sct to it that wc Blc nded &“an ‘Locmnencz” applies aiy wixn the ‘‘a.cmmct” is knawn to: (1) (2) (2) ine rqirmmt k Cczdkion 2.b. ttw. yon nw set to ir rim we &e notic of a c!airn cr 3urr‘’wiIl na Sc ccs5e.d bPdu! uni:~~ the bmch CCJTS a&z rm& h cr “sut” is bow ;e: (:) f: > (3) 0 You. ifyou arc an *u: .. A pram, if-vou m a parbaship; or An am& cEcr or insum- .x managcr, if4wu are a aqomice .c1 (B) .^ You, I= ycu ST 2.E k&Vidnaii: A iar,er, :fyx LT 3 jmzkip; CT .A2 G&-LDT 3Ec: Cf Lj,Lrzs= rxzgc, if ycu XE 3 WpJnlIicn. ‘ Pqc3of-l CUyngix ‘L5-r b%t- .cljrsgezs: p&aq kc.. 1995 ~!:-z:?J5= --+I& w ’ ’ oi-kmnac Scnu C5= 5T2: !e -J.clL C“Y.gbL - scIy..(a c-ase, lC83 0 , 4.) ACfIONSINRIM WHO19 AN INSURED (MhQ isamcldcdtoimhudc: 5. A.r =d ow=4 U by orfbryou or chartmi by OT 6ryou witfi nsp& to an aclion in rtm ShalI bt mard in the JSuE - as tklugh the dm Fyen m posolrammP- 0 5.) PRO- DAMAGE - BU~~ EQmPMzrrr dA) - * j. OfCOVERAGE A (Sedan I) is a&asfbibwx ParagG@t (4) afdris d& docs ne appiy fo 'prop..ty fiaxnqgto bcmmv& eqipImtwMcrrd bang used rn ptrfonn qaatkas atlbejob sira. Tais inSmana: is ~ttt59 over ay other valid and collectifile proptrty - (irrccrnding aay deciUctl"0le poTtloa thtrtof) adable fo mt insured wficrtrer priraar>, exccsg~or;myorhcr~- ~y*rrspCd;m.his~ czncxqq &: Eacfi c)cammz ~~~ tfrc (B) . Q D#faratrons ' is ~IX& zu d $75,000. (SeCti~t m - Limits) 0 P3plt 4 cfd c+~.&L ~m %LC .-at Gmm?, kc. 1,095 @dux¶ mynl&td ELX!zd of'- s4rmu ma G-2SS (7 ZKlcI, Sncrs omc; 1985'1 w& an cqyc* kmmx 0 1 I I I 8 1 I 1 1 I I I 8 I I BIDDER'S CERTIFICATE OF INSURANCE FOR LIABILITY AND WORKERS' COMPENSATION GENERAL LIABILITY, EMPLOYEIRS' LIABILITY, AUTOMO I. (To Accompariy Proposal) As a required part of the Bidder's proposal the Biddler must attach either of the following to page. 1. Certificates of insurance showing conformance with the requirements herein for: I Comprehensive General Liability Employer's Liability Automobile Liability Workers Compensation 2. Statement with an insurance carrier's notarized signature stating that the carrier can, ar payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insui Comprehensive General Liability, Employer's Liability, Automobile Liability and Workers Compensation in conformance with the requirements herein and Certificates of insurant Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto polici to meet the specification of this contract must: (1) meet the conditions stated in The Notil Bids, the Standard Specifications for Public Works Construction and the Special Provisio project for each insurance company that the Contractor proposes, and (2) cover anv vehic the performance of the contract, used onsite or offsite, whether owned, non-owned or I whether scheduled or non-scheduled. The auto insurance certificate must state the cove1 "any auto" and cannot be limited in any manner. I 0 elk p,s 2/26/97 Contract No. 3482 Page 21 I. 1 I R 1 I I BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) 1. Have you or any of your subcontractors ever been debarred as an irresponsible I another jurisdiction in the State of California? I. / Yes no 2. If yes, what wadwere the name(s) of the agency(ies) and what wadwere the pe debarment(s)? Attach additional copies of this page to accommodate more than two debar party debarred party debarred 1 agency agency I period of debarment period of debarment I. I 1 1 I 0 I 1 I BY CONTRACTOR: lerCrrjQrn*c 1w (name of Contractor) (sign here) By: w & T&% E W5) f%ijdmf (print namehitle) 4- I. p,# 2/26/97 Contract No. 3482' Page 22 I 8 1 I I I I I 1. I 1 8 I I I I I BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) Contractors are required by law to be licensed and regulated by the Contractors’ Statt Board which has jurisdiction to investigate complairits against contractors if a complaint re patent act or omission is filed within four years of the date of the alleged violation. A regarding a latent act or omission pertaining to structural defects must be filed within 10 ye date of the alleged violation. Any questions concerning a contractor may be referrf Registrar, Contractors’ State License board, P.O. Box 26000, Sacramento, California 95821 1. Have you ever had your contractor’s license suspended or revoked by the Contractors’ State license Board two or more times within an eight year period? I. l/ Yes no 2. Has the suspension or revocation of your contractors license ever been stayed? / Yes no 3. Have any subcontractors that you propose to perform any portion of the Work ever contractor’s license suspended or revoked by the California Contractors’ State license Boi more times within an eight year period? / J” Yes no 4. Has the suspension or revocation of the licerise of any subcontractor’s that you p perform any portion of the Work ver been stayed? Yes no 5. If the answer to either of 1. or 3. above is yes fully identify, in each and every case, disciplined, the date of and violation that the discipliinary action pertain to, describe the nal violation and the disciplinary action taken therefor. (Attach additional sheets if necessary) 4- i. r,s 2/26/97 Contract No. 3482 Page 23 I I BIDDER'S DISCLOSURE C)F DISCIPLINE RECORD (CO NTI PI U ED) (To Accomparly Proposal) 6. If the answer to either of 2. or 4. above is yes fully identify, in each and every case, who's discipline was stayed, the date of the violatioin that the disciplinary action pertains to the nature of the violation and the condition (if any) upon which the disciplinary action wa5 1. 1 I 1 I I 1. I 1 (Attach additional sheets if necessary) BY CONTRACTOR: uw amYi-c Iw (name of Contractor) BY * * L&,wVLewL %?m E? W! K%GW I (sign he re) I (print namehitle) I I 1 I I 4- p,s 2/26/97 Contract No. 3482 Page 24 P I I I County of ) I I I I I i I I 1 1 1 I I 1 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 State of California ) ) ss. I. TZ !? l&z& , being first duly sworn, dc (Name of Bidder) (Title) and says that he or she is -L;t/ e5iM of w Gmc IDG (Name of Firm) the party making the foregoing bid that the bid is riot made in the interest of, or on beh: undisclosed person, partnership, company, association, organization, or corporation; that genuine and not collusive or sham; that the bidder has not directly or indirectly induced o any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, c connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone SI- from bidding; that the bidder has not in any manner, directly or indirectly, sought by a! communication, or conference with anyone to fix the bid price of the bidder or any other bic fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or any advantage against the public body awarding the contract of anyone interested in the contract; that all statements contained in the bid are true; and, further, that the bidder directly or indirectly, submitted his or her bid price or any breakdown thereof, or the thereof, or divulged information or data relative thereto, or paid, and will not pay, any fc corporation, partnership, company association, organization, bid depository, or to any rr agent thereof to effectuate a collusive or sham bid. 1 declare under penal ‘n is true and correct and that this affi executed on the & dayof m% , 1947. 1 @ of perjury that the for L5!AL&LILc/L Signature of Bidder Subscribed and sworn to before me on the p dayof w J%g22rr (NOTARY SEAL) 4- p,# 2126197 Contract No. 348;! Page 25 1 1 I li CONTFWCT PUBLIC \WORKS This agreement is made this F day of 1 9z I. between the City of Carlsbad, California, a municip2 d "City"] and LEKOS ELECTRIC, INC. whose principal place of busine (I. 1370 PIONEER WAY, EL CAJON, CA 92020 called "Contractor"). City and Contractor agree as follows: 1. I 8 for: 1 CONTRACT NO. 3482 Description of Work. Contractor shall perform all work specified in the Contract d POINSETTIA LANE AND BATIQUITOS DRIVE TRAFFIC SIGNAL (he rei nafte r ca I I ed "project" ) 2. Provisions of Labor and Materials. Contractor shall provide all labor, materi equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notic Bids, Contractor's Proposal, Bidder's Bond, Desiglnation of Subcontractors, Designation Operator/Lessors, Bidder's Statements of Financial Responsibility, Technical Ability and E: Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the F Specifications, the Special Provisions, addendum(!;) to said Plans and Specifications ar Provisions, and all proper amendments and changes made thereto in accordance with thii 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 tht indicated, specified, and implied by the Contract IDocuments. Any items of work not in 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. In (all instances through the life of the Co 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 subcontra materials suppliers of this condition of the Contract will not relieve responsibility of complia 4. Payment. For all compensation for Contractar's performance of work under this Cor shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specifii Public Works Construction (SSPWC) 1997 Edition, hereinafter designated "SSPWC", as the Southern California Chapter of the American Public Works Association, and as amen( Special Provisions section of this contract and Cziltrans Standard Specifications dated l The Engineer will close the estimate of work completed for progress payments on the la I I I 1 I I I 1 I 1 I 0 day of each month. 4- p,# 2/26/97 Contract No. 3482 Page 2E 1 I I .I 1 I I 1 i P B 1 8 1 1 5. Independent Investigation. Contractor has made an independent investigatic jobsite, the soil conditions at the jobsite, and all other conditions that might affect the pr the work, and is aware of those conditions. The Contract price includes payment for all may be done by Contractor, whether anticipated or not, in order to overcome unc conditions. Any information that may have been furnished to Contractor by City about unc conditions or other job conditions is for Contractor's convenience only, and City does nc that the conditions are as thus indicated. Contractor is satisfied with all job conditions, underground conditions and has not relied on inforniation furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involve trenches or other excavations that extend deeper than four feet below the surface Contr; 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 hazardo as defined in section 251 17 of the Health and Safety Code, that is required to be rem( Class I, Class II, or Class Ill disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing fi indicated. C. Unknown Physical Conditions, Unknown physical conditions at the site of an! nature, different materially from those ordinarily encountered and generally recognized a! in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materiall) 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 I procedures described in this contract. In the event that a dispute arises between City alnd Contractor whether the conditions differ, or involve hazardous waste, or cause a decrease or increase in the contractor's ( 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 w performed under the contract. Contractor shall retain any and all rights provided either b or by law which pertain to the resolution of disputes and protests between the contracting [ 7. Immigration Reform and Control Act. Contractor certifies it is aware of the req 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 eli employment of all agents, employees, subcontractors, and consultants that are includ Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Depi Industrial Relations has determined the general prevailing rate of per diem wages in ac with California Labor Code, section 1773 and a copy of a schedule of said general preva rates is on file in the office of the City Engineer, arid is incorporated by reference herein. to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor copies of all applicable prevailing wages on the job site. 9. Indemnification. Contractor shall assume tlhe defense of, pay all expenses of del indemnify and hold harmless the City, and its officers and employees, from all claims, loss injury and liability of every kind, nature and description, directly or indirectly arising 1 I connection with the performance of the Contract or work; or from any failure or allegec em 1 tS 2/26/97 Contract No. 3482 Page 27 0 I I 0 0 d 8 1 1 I 1 I I I I t t 8 8 1 I 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 may be caused, resulting directly or indirectly from the nature of the work covered by the except for loss or damage caused by the sole or active negligence or willful misconduct of The expenses of defense include all costs and expenses including attorneys' fees for arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the aw: contract to Contractor, and Contractor will pay all costs, including defense costs for Defense costs include the cost of separate counsel for City, if City requests separate counr IO. Insurance. Contractor shall procure and maintain for the duration of the contract against claims for injuries to persons or damage to1 property which may arise from or in c with the performance of the work hereunder by the Contractor, his or her agents, repres employees or subcontractors. Said insurance shall1 meet the City's policy for insurance a: Resolution No. 91 -403. (A) Coverages And Limits Contractor shall mainltain the types of coverages and minin 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, i aggregate in the amounts specified shall be established for the risks for which the City or I officers or employees are additional insured. b. Automobile Liability Insurance: $1,000,00~0 combined single limit per accident 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 t whether scheduled or non-scheduled. The auto insurance certificate must state the cove "any auto" and cannot be limited in any manner. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensz 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 Insurana acceptable to the City. (B) Additional Provisions. Contractor shall ensitire that the policies of insurance requ this agreement contain, or are endorsed to contain, the following provisions. Gener: Employers' Liability and Automobile Liability Coverages: a. The City, its officials, employees and volunteers are to be covered as additional i respects: liability arising out of activities performed by or on behalf of the Contractor; prc completed operations of the contractor; premises owned, leased, hired or borrowc contractor. The coverage shall contain no special limitations on the scope of protection i the City, its officials, employees or volunteers. All additional insured endorsements evidenced using separate documents attached to the certificate of insurance; one for eact affording general liability, employers' liability and auto liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects th officials, employees and volunteers. Any insurance or self-insurance maintained by tt officials, employees or volunteers shall be in excess of the contractor's insurance anc u 0 I a contribute with it. 4- I p,# 2/26/97 Contract No. 3482 Page 21 0 I c. Any failure to comply with reporting provision!; of the policies shall not affect coverag to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to ea against whom claim is made or suit is brought, except with respect to the limits of th (C) "Claims Made" Policies. If the insurance IS provided on a "claims made" basis, shall be maintained for a period of three years follciwing the date of completion of the work (D) Notice Of Cancellation. Each insurance policy required by this agreement shall be to state that coverage shall not be nonrenewed, suspended, voided, canceled, or r coverage or limits except after thirty (30) days' prior written notice has been given to tl certified mail, return receipt requested. (E) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or s( retention levels must be declared to and approved by the City. At the option of the City, E insurer shall reduce or eliminate such deductible:; or self-insured retention levels as re: City, its officials and employees; or the contractoir shall procure a bond guaranteeing p losses and related investigation, claim administration and defense expenses. (F) Waiver Of Subrogation. All policies of insurance required under this agreement sh a waiver of all rights of subrogation the insurer may have or may acquire against the Cib its officials or employees. (G) Subcontractors. Contractor shall include all subcontractors as insured under its c shall furnish separate certificates and endorsements for each subcontractor. Cove subcontractors shall be subject to all of the requirements stated herein. (H) Acceptability Of Insurers. Insurance is to be placed with insurers that have a ratin{ Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the bi insurance by the State of California Insurance Commissioner as admitted carriers as evide listing in the official publication of the Department of Insurance of the State of Californ under the standards specified by the City Council in Resolution No. 91-403. (I) Verification Of Coverage. Contractor shall fimish the City with certificates of insur original endorsements affecting coverage required by this clause. The certifia endorsements for each insurance policy are to be signed by a person authorized by that bind coverage on its behalf. The certificates and endorsements are to be in forms approv City and are to be received and approved by the Cily before the Contract is executed by thc (J) Cost Of Insurance. The Cost of all insurance required under this agreement shall be in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be re accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, i (commencing with section 20104) which are incorporated by reference. A copy of Artic included in the Special Provisions I section. The contractor shall initially submit all cla $375,000 to the City using the informal dispute resolution process described in Public Code subsections 201 04.2(a), (c), (d). Notwithstanding the provisions of this section of the all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the ( Government Code) for any claim or cause of action for money or damages prior to filing an for breach of this agreement. ern a liability. I 1 1 I 1 I I I t I I 1 I 1 I 0 0 1 p,s 2/26/97 Contract No. 3482 Page 29 c I I 1 8 I c I i 1 0 I I 1 t u 1 * *** 1 (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted tc must be asserted as part of the contract process as set forth in this agreement ar anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, 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 false claim to a public entity. These provisions include false claims made with deliberate i of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to 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 R may subject the Contractor to an administrative debarment proceeding wherein the Contri 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 refer (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that deb: another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subc from participating in future contract bidding. I have read and understand all provisions of Section 11 above. 12. Maintenance of Records. Contractor shall maintain and make available at no c 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 acco the return of this Contract. Contractor shall notify the City by certified mail of any change c of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing wi 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 s 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 ensuire performance under this Contract. 15. Provisions Required by Law Deemed Inserted. Each and every provision c clause required by law to be inserted in this Contract shall be deemed to be inserted t included herein, and if, through mistake or otherwiise, any such provision is not inserted correctly inserted, then upon application of either party, the Contract shall forthwith be amended to make such insertion or correction. 1 o&/ (Initial) e 1 e= r.# 2/26/97 Contract No. 3482 Page 38 1. 16. Additional Provisions. Any additional provisions of this agreement are set foi “General Provisions” or “Special Provisions” attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES M I 1. ATTACHED R 1 (CORPORATE SEAL) I CONTRACTOR: L.4%%?5 m-c \hc/ 1 G;fZ By: (sign here) ATTEST: c (? TN~H 6 UW, -i’%ii&f- - I 1 1. I t 1 t 1 (print name and title) T&m By: (sign he re) (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: 1 RONALD R. BALL I City Attorney By: JAN DeP QW I. 1 p,# 2126197 Contract No. 3482 Page 31 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT before me, Name(s) of Signer(s) personally appeared Date T22.esA E ms donally known to me - OR - C proved to me on the basis of satisfactory evidence to be the per5 whose name(s) is/are subscribed to the within instri and acknowledged to me that he!she/they executc same in his/her/their authorized capacity(ies), and tt his/her/iheir signature(s) on the instrument the pers or the entity upon behalf of which the person(s) i executed the instrument. WITNESS my hand and official seal. Though the information below IS not required by law, it may prove vabJable to persons relymg on the document and could p fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) 0 Individual C1 Individual [7 Corporate Officer 0 Partner - 0 Limited 0 General -3 Partner - C Limited 7 General C1 Corporate Officer Title (s) : - C1 Attorney-in-Fact 0 Guardian or Conservator C1 Guardian or Conservator Signer Is Representing: Signer Is Representing: 0 1995 National Notary Association * 8236 Remmet Ave PO Box 7184 - Canoga Park CA 91309-7184 Prod No 5907 Reorder Call Tc EXECUTED IN DUPLICATE BOND NO. 40-0120-04252-97-2 - LABOR AND MATERIALS BON5 WHEREAS, the City Council of the City of Carisbad, State of California, by Res NO. 97-.479 , hdoptod JUNE 10, 1997 , has awar (hereinafter designated as the “Principal”), a Contract for: 0- a LEKOS ELECTRIC, 1NC. POINSEITA LANE AND BATIQUITOS DRIVE TRAFFiC SIGNAL CONTRACT NO. 3482 m in the City of Carisbad, in stkt conformity with the drawings and specifications, and other C Documents now on file in the Office of the City Clerk of the Cii of Carisbad and all of wh incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terrns require the furnishing of a bond, providing that if Prinapai or any of their subcontradon shal pay for any materials, provisions, provender or other supplies or teams used in. upon or ab performance of the work agreed to be done, or for any work or labor done the*n of any k Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, LEKOS ELECTRIC:, INC. as Principal, (hereinafter designated as the ‘Contractor“), and AND GUARANTY Cow\ANy as Surety, are held firmly bound unto the City of Carfsbad in the sum of FORTY SIX I Ip L I UNITED STATES FIDELITY UI I h r ($ 46,000-00 ). said sum being fiRy percent (50%) of the estimated amount pay the City of Carlsbad under the terns of the Contract, for which payment well and truly to bc we bind ourselves, our heirs, executors and adrntinistratars, successors, or assigns, join severally, firmly by these presents. THE CONDITION OF THIS 08LIGATION IS SUCH that if the person or hidher subcontrac to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or at performance of the work contracted to be done, or for any other work or tabor thereon of ai or for amounts due under the Unemployment Insurmce Code with respect to such work or Ii for any amounts required to be deducted, withheld, and paid over to the Employment Devel Department from the wages of employees of the amtractor and subcontractors pursuant to 13020 of the Unemployment insurance Code with respect to such work and labor that the Sc pay for the same, not to exceed the sum spedfied in the bond. and. also, in case suit is upon the bond, costs and reasonable expenses and fees, including reasonable attorney’s be fixed by the court, as required by the provisions of section 3248 of the California Civil COC This bond shall inure to the benefit of any and all /persons, companies and corporations er file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencing with section 3 Surety stipulates and agrees that no change, extension of time, alteration or addition to he the Contract. or to the work to be performed thereunder or the specifications accornpan same shall affect its obligations on this bond, arid it does hereby waive notice of any extension of time, alterations or addition to the terrns of the contract or to the work o specifications. THOUSAND AND N0/100------------------.------------------------~------- a - m d m c ILI e 1 2/26/97 Contract No. 348:2 Page 32 o CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of Cal i forni a County of San D i eqo 6-16-97 beforeme, Leticia San Martin, Notary Pub1 DATE NAME, TlTLE OF OFFICER - E-G ‘JANE DOE. NOTARY PUBLICs personally appeared Valerie M. Pearce NAME(S) OF SIGNER(S) personally known to me -WR&+Rc b- to be the person(+ whose name@) i subscribed to the within instrument an knowledged to me that Wshekheycexe the same in brk/her/tf-l;sir autho capacity(@, and that by txii/her, signature(s) on the instrument the pers or the entity upon be,half of whict person(sjl acted, executed the instrui Though the data below is not required by law, it may prove valuable to persons relying on the document and couli fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRlPTlON OF AITACHED DOCU c] CORPORATE OFFICER TITLE OR NPE OF DOCUMENT -(SI ATTORNEY-IN-FACT NUMBER OF PAGES 0 GUARDIAIWCONSERVATOR DATE OF DOCUMENT SIGNER IS REPRESENTING: SIGNER@) OTHER THAN NAMED AB 01993 NATIONAL NOTARY ASSOCIATION 8236 Remmet Ave., P.O. Box 7184 Canoga P: A In the event that Contractor is an individual, it is agreed hat the death of any such Contract( not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 16TH Executad by SURETY this 16TJ3 .” day of JUNE ... , 19%. of JUNE , l! d CONTRACTOR: SURElY: - LEKOS ELECTRIC, INC. UNITED STATES FIDELITY AND GUAl (name of Surety) P.O. BOX 2382 BREA, CA 92822-2382 *I (sign here) (address of Surety) (714) 985-3337 (telephone number of Surety) Ti& Eim5 P;ih+&jh(Irv-&aWVA (print name here} (title and organizatiob) of signatory) - a By: *L (sign here) VALERIE M. PEARCE, ATTORIKXY-iE (printed name of Attorney-in-Fad B (prfnt name here) (attach corporate resolution showing CL e power of attorney) (title and organization of signatory) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attach€ (President or vice-president and secretary or assislant secretary must sign for corporations one officer signs, the corporation must attach a resolution certified by the secretary or a secretary under Corporate seal empowering that offiicer to bind the corporation.) APPROVED AS TO FORM: City Attorney 0 II 13 P RONALD R. BALL m c * ,- c 4b. Page 33 c w 2/26/97 Contract No. 3482 a 150 // /'+/ 0 Power United of States Attorney Fidelity and Guaranty Company +IJ s No. 11007 1 Know all men by these presents That United States Fidelity and Guaranty Company, a corporat!on organized and existing under the laws 01 Maryland and havlng its principal office at the Civ of Baltimore, in the State of Maryland, does hereby constitute and appoint jerold D . Hall , : Warnock, Sandra J. Little, Bart B. Stewart and Valerie 11. Pearce ofthecityof San Diego its true and lawful Attorneds)-in-Fact, each in their separate capacib one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instn nature thereof on behalf of the Company in its business of quaranteeing the fidelity of persons, guaranteeing the performance of contracts. and executing or bonds and undertaking required or permitted in any actions or proceedings allowed by law In Witness Whereof, the said United States Fidelity and Guaranty Company, has caused this inStrument to be sealed with its corporate seal, du the signatures of its Vice President and Assistant Secretary, this 18th day of I , State of California October , A.D. 19 96. .................... State of Maryland 1 BaItimoreCii ) ss On this 18th day Guaranty Company, and Thomas J said, that they, the said Gary A WiI Guaranty Company, the corporatio This Power of Attorney IS granted under and Guaranty Company on September 24,1992. Resolved, that in connection with the fidelity and surety insurance business of the Company, all bonds. undertakings. contracts and other instrumel said business may be signed, executed, and acknowledged by persons or entities appointed as Attorneylstin-Fact pursuant to a Power of Attorney issued in aci these resolutions. Said Powerfs) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by or the President or an Executive Vice President. or a Senior Vice President, or a Vice President or an Assistant Vice President, jointly with the Secretary 01 Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed The signature of each of the foregoing 01 seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificaie relating thereto appointing Attomeybtin-Fact for purposes only c and attesting bonds and undertakings and other writings obligatory in the nature thereof, and, unless subsequently revoked and subject to any limitations set any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power So certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it IS validli Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakii writings obligatory in the nature thereof, and any such instrument executed by such Attorney(stin Fact shall be as binding upon the Company as if signed b\ Officer and sealed and attested to by the Secretary of the Company I, Thomas J FiQgerald, an Assistant Secretary of the United States Fidelity ;and Guaranty Company, do hereby certify that the foregoing are from the Resolutions of the said Company as adopted ty its Board of Directors on September 24,1992 and that these Resolutions are in full force and effect I, the undersigned Assistant Secretary of the United States Fidelity and Guairanty Company, do hereby certify that the foregoing Power of Attl force and effect and has not been revoked In Testimony Whereof, I have hereunto set my hand an onthis16l'H dayof JUNE .19 97 r' I I Resolved, That Attorneyistin-Fact shall have the power and authority, unless subsequently revoked and , in any case, subject to the terms and Iim he United States Fid 'ty and Guaranty Company, fJ-..-A/C... & ................................ Assistant Secretary kE-4 % *J (I). FS 3(5951 \+:- =.= --=-_ ~~ CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Uarne(s) of Signer@) personally appeared drsonally known to me - OR - C proved to me on the basis of satisfactory evidence to be the pen whose name(s) is/are subscribed to the within instri and acknowledged to me that he/she/they execute same in his/her/their authorized capacity(ies), and tl his/her/iheir signature(s) on the instrument the pers or the entity upon behalf of which the person(s) : executed the instrument. WITNESS my hand and official seal Though the information below is not required by law, it may prove valuable to persons relying on the document and could p fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) 11 Individual -1 Corporate Officer Tit1 e (s) : - C Individual E Corporate Officer G Partner - 0 Limited 0 General -1 Partner - C Limited 3 General 0 Attorney-in-Fact 0 Guardian or Conservator E1 Guardian or Conservator - C1 Attorn ey-i n - Fact Signer Is Representing: Signer Is Representing: %%%%%%a 0 1995 National Notary Association * 8236 Rernrnet Ave , PO Box 7184 * Canoga Park CA 91309 7184 Prod No 5907 Reorder Call Tc EXECUTED IN DUPLICATE BOND NO. 40-0120-04252-97- & FAITHFUL PERFORMANCEMARRANTY BOND WHEREAS, the City Council of the CiX of Carlsbad, State of California, by Re , has awa l (here designated as the "Principal"), a Contract for- No. 97-479 , adopted JU E 10, 19B7 LEKOS ELECTRIC, INC. e- P POlNSETTlA LANE AND BATlQUITOS DRNE TKAFFlC SIGNAL CONTRACT NO. 3482 m in the City of Carlsbad, in strict conformity with the contract. the drawings and specifi~atio other Contract Documents now on file in the Officf? of the City Clerk of the City of Carfsba which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, WEREFORE, WE, LEKOS ELECTRIC, INC- , as Pr (hereinafter designated as the "Contractot'), and JJNITED STATES FIDELITY rn mm COMPANY l as Surety, are held and firmly bound unto the City of C in the sum of NINETY TWO THOU.SANLDollan; ($92,000.00 )l said sum bein to one hundred percent (100%) of the estimated amount of the Contract, to be paid to Ci certain attorney, its successors and assigns; for which payment, well and truly to be made, ourselves, our heirs, executors and administrators, successors or assigns, jointiy and sz firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractc heirs, executors, administrators, successors or assigns, shall in all things stand to and abide well and truly keep and perform the covenants, conditions, and agreements in the Contract i alteration thereof made as therein provided on Weir part, to be kept and performed at the ti in the manner therein specified, and in all respects according to their true intent and meani shall indemnify and save harmless the City of Ciarisbad, .tS officers, employees and agc therein stipulated, then this obligation shall becomie null and void; otherwise it shall remai force and effed. As a part of the obligation secured hereby and in addition to the face amount specified t there shall be induded costs and reasonable expanses and fees, including reasonable at fees, incurred by the City in successfully enforcing such obligation, all to be taxed as cc included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the 1 the Contract, or to the work to be performed theireunder or the specifcations accompanl same shall affect its obligations on this bond, arid it does hereby waive notice of any extension of time, alterations or addition to the terms of the contract or to the work o .I n - PI I h 0 R I L CI m - specifications. m L 4= %? 2/26/97 Contract No. 3482 Page 34 of 0 i ' CALiFORNIA ALL-PURPOSE ACKNOWLEDGMENT County of San D i ego 6-16-97 before me, Let icia San Mart in, Notary Pub DATE NAME TlTLE OF OFFICER - EG, *JANE DOE. NOTARY WBU personally appeared Valerie M. Pearce NAME@) OF SIGNER(S1 personally known to me -QR-&mem thc basis cf - to be the person(+ whose name@) subscribed to the within instrument ai knowledged to me that Wshekkqexi the same in brbs/her/thir authc capacity(.k@, and that by txk/hel signature(s) on the instrument the pen or the entity upon behalf of whic person(s> acted, executed the instrL Though the data below is not required by law, it may prove valua1)le to persons relying on the document and cou fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTiON OF ATTACHED DOCU n CORPOwE OFFICER TITLE OR TYPE OF DOCUMENT mms) NUMBER OF PAGES - a GUARDIANCONSERVATOR DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED AB1 Q1993 NATIONAL NOTARY ASSOCIATION 8236 Remmet Ave., P.O. Box 7184 Can- Ps - In the event that Contractor is an individual, it is agreed that the death of any such Contractc not exonerate the Surety from its obligations under this bond. Executed by SWRW this 16TH d Executed by CONTRACTOR this 16TH - JUNE ,19= a- day of JUNE ,1997. .I SURETY: - 1JNI”IIED STATES FIDELITY AND GUARAI (name of Surety) CONTRACTOR: bus Elmc IW I (name of Contractor) P.O. BOX 2382 - - BREA, CA 92822-2382 By: KliLuWLb(L (address of Surety) Tz@% ?3 w (sign here) (print name here) A7141 985-3337 e I one number of Surety) * Eiy : wmp@+f@e4 ‘-77iiWm a (Title and Organization oi%gnatory) m 0y: (printed name of Attorney-in-Fact) VALERIE M. PEARCE, ATTORNEY-IN-E - ,- (sign here) (print name here) (Title and Organization of signatory) (Attach corporate resolution showing power of attorney.) 0 Ir - (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attache (President or vice-president and secretary or assistant secretary must sign for corporations. 1 one officer signs, the corporation must attach a resolution certified by the secretary or a secretary under corporate seal empowering that officer to bind the corporation.) a APPROVED AS TO FORM: RONALD R. BALL City Attorney By: JAN DeP - L .r” - e W w9m.n rnnt-+hln 1487 Qaaa 35 D 0 / 150 /. II) Power United of States Attorney hdelity and Guaranty Company +us No. 11007 1 Know all men by these presents That United States Fideii and Guaranty Company, a corporation organized and exlsting under the laws o Maryland and having its principal office at the City of Baltimore. in the State of Maryland, does hereby Constitute and appoint jerold D . Hall , L Warnock, Sandra J. Little, Bart B. Stewart and Valerie M. Pearce ofthecityof San Diego 11s true and lawful AttorneyIsj-in-Fact, each in their separate capacir one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings. contracts and other written instri nature thereof on behalf of the Company in its business of quaranteeing the fidelity of persons; guaranteeing the performance of contracts; and executing or bonds and undertaking required or permitted in any actions or proceedings allowed by law. In Witness Whereof, the said United States Fidelity and Guaranty Company, has caused this instrument to be sealed with its corporate seal, du the signatures of its Vice President and Assistant Secretary. this 18 th day of , Stateof California I Oc tober , A.D. 19 96. @ (Signed] By ..... .................... State of Maryland 1 BaltirnoreCi 1 ss On this 18th day of Guaranty Company, and Thomas J said, that they, the said Gary A WiI Guaranty Company, the corporatio to said Power of Attorney was such like order as Vice President and &si My Commission expires l aid United States This Power of Attorney is granted under and Guaranty Company on September 24,1992 Resolved, that in connection with the fidelity and surety insurance business of the Company, all bonds. undertakings, contracts and other instrumel said business may be signed, executed, and acknowledged by persons or entities appointed as Attorneylsj-in-Fact pursuant to a Power of Attorney issued in aci these resolutions. Said Powerts) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by or the President, or an Executive Vice President or a Senior Vice President, or a Vice President or an Assistant Vice President, jointly with the Secretary or Secretary, under their respective designations. The signature of such officers may be engravad, printed or lithographed. The signature of each of the foregoing of seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing AttorneyIsbn-Fact for purposes only a and attesting bonds and undertakings and other writings obligatoy in the nature thereof, ad unless subsequently revoked and subpct to any limitations set any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so Resolved, That Attorney(stin-Fact shall have the power and authority, unless subsequently revoked and , in any case, subject to the terms and limi Power of Attorney issued to them. to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakir writings obligatory in the nature thereof, and any such instrument executed by such AttorneyIstin Fact shall be as binding upon the Company as if signed by Officer and sealed and attested to by the Secretary of the Company I, Thomas J Fitzgerald, an Assistant Secretary of the United States Fidelity and Guaranty Company, do hereby certify that the foregoing are from the Resolutions of the said Company as adopted by its Board of Directors on September 24,1992 and that these Resolutions are in full force and effect I, the undersigned Assistant Secretary of the United States Fidelity and Guaianly Company, do hereby certify that the foregoing Power of Attc force and effect and has not been revoked In Testimony Whereof, I have hereunto set my hand an on this 16TEt day of JUNE ,1997 I certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validl) he United States Fid ‘ty and Guaranty Company, @ ................. ‘A d. !&si ... .............................. s tant Secretary % *d FS 3(5-95) - ____ - ~__ CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Name(s) of Signer(s) personally appeared Bf&sonally known to me - OR - 3 proved to me on the basis of satisfactory evidence to be the pers whose rlame(s) is/are subscribed to the within instru and acknowledged to me that he/she/they execute same in his/her/their authorized capacity(ies), and tk his/her/their signature(s) on the instrument the persc or the entity upon behalf of which the person(s) e executed the instrument. WITNESS my hand and official seal Though the /nformat/on below is not required by law, /t may prove valuable to persons relying on the document and could p fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) 0 Individual C1 Individual 0 Corporate Officer 3 Partner - 0 Limited 0 General 2 Attorney-in-Fact 0 Guardian or Conservator El Corporate Officer C Partner - 0 Limited C General Tit le (s) : E1 Guardian or Conservator Signer Is Representing: Sligner Is Representing: %%%e<%*+%* 0 1995 National Notary Association * 8236 Remmet Ave PO Box 7184 - Canoga Park CA 91309 7184 Prod No 5907 Reorder Call Tc I li W I1 It I II I1 II II II 1 II 11 II I1 CITY OF CARLSBAD Purchasing Department 1200 Carlsbad Village Drive e Carlsbad CA 92008 REP RES E NTATIO N AN D C E RTI FI CAT1 0 N The following representation and certification shall be completed, signed and returned 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 REPRESENTATION 6): Mark all applicable blanks. This offeror reprc part of this offer that: This firm is-, is notLa minority busine This firm is-, is not1 a woman-owned 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 pow policy decisions. Operation is defined i involved in the day-to-day management. FIRM'S PRIMARY PRODUCTS OR SERVIC / NO - DEFINITIONS: M IN 0 R ITY B US IN E S S E N TE R P R I S E : " M ino rity Business" is defined as a business, at least 51 percent of which is owned, operated and controlled by minority group members, or in the case of publicly owned businesses, at least 51 percent of which is owned, operated and controlled by minority group members. The Small Business Administration CoNSTRUCTloN CoNTRACToR: defines the socially and economically disadvantaged (minorities) as Black American, Hispanic American, Native Americans (Le. American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian-Pacific LlCENSE NUMBER: Americans (Le., 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). CERTIFICATION: The information furnished is certified to be factual and correct as of the date submitted. am" G0bd-V (1 a CLASSIF1CAT1ON(S): c4 L7 5-8641 0 TAXPAYERS I.D. NO. 33-&34@5$ m aGfrie lw 3%?% Ern cq!!BNp;#8&w Ld! _'rnR&Y 49'82s ADBEb fi &18 wybe IDATE 1 1 4 CIT TA TELEPHONE NUMBER em It a II p,s 2/26/97 Contract No. 3482 Page 36 ( IL1.L.J "LJI\J.LI IYIA ROBERT F. DRIVER CO., INC. 1620 5TH AVENUE 0 SAN DIEGO, CA 92101-2703 FIREMAN'S FUND INS. COMPANY 4 CALIF. COMPENSATION INS. CO. Lekos Electric, Inc. 1370 Pioneer Avenue CA 92020 -- iEN REDUCED BY PAID CLAIMS. UM17 EFFECTIVE WUCY EXPIRATION IMIDDIYY) DATE (MMIDDNY) 311 6/98 GENERAL AGGREGATE MERCIAL GENERAL LIABlLlN PRODUCTS - COMPlOP AGG PERSONAL & ADV INJURY EACH OCCURRENCE FIRE DAMAGE [Any one fire) MED EXP (Any one personl COMBINED SINGLE LIMIT ER'S & CONTRACTOR'S PRDT 3/1 6'98 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS [Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE AUTO ONLY - EA ACCIDENT OTHER THAN AUTO ONLY: EACH ACCIDENT AGGREGATE EACH OCCURRENCE UMBRELLA FORM AGGREGATE WC STATU- OTH. - R EL EACH ACCIDENT EL DISEASE - POLICY LIMIT EL DISEASE - EA EMPLOYEE ATTACHED ENDORSEMENT. CITY OF CARLSBAD PURCHASING DEPARTMENT 2 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER 1200 CARLSBAD VILLAGE DR CARLSBAD, CA 92008 CONTRACTOR'S - SPECXAL COVERAGE ENDORSEMENT' 0 'ilk endorsanent modifies insarancr: provided under the folIowmg: COMMERCIAL GENERAL LIABIILITY COVERAW PART l.) AMENDMXWGWEBALA~GATE IBfES OF INSURANCE TO APPLY PERPXOJECI The Geaaal Aggresatc Limit lmder LIMns OF lNSURANca (SECTION m) appk scpar&y to each of your projects asmy &om premises owned by or rmted to you 2.) BIANKET ADDITIONAL MSUICEDS-EEQmRED BY CONTRACT OR XSSUAXCE OF A PERn (A) WHO IS ANINSUREI) (S&nIl) is amcaded to include as ~fl insuTed any person, organi2ation, tmstec, estate or gwennnentd mtiry to whom or 10 which yon are obligarcd, by virtue ofawritten cmtzact ur agncmart or by Virtut of the issuance or existence of a pt~~tit, U] pxvvide insurance SR& as is a&rded by this policy, bur dy with respect to liability arising out Of: I. "Your work'' for the additional insured(s) or fbr which a govemmmtai entify bas issued a pemrit, or Acts or omissionS of the additional tnsured(s) in Comrection with their generaI supervision of 'Lour work" at the location shown m the. 2. SCheXiUIe; 0 then onIy for the Iimits of kb;lity spec%& in such mmct or ageemem, but in no event for limits of liability in exczss of the slppticablc limits of liability of this policy, provided that 1. such person, organization, trumx, mrte or govewmd entity W be au insured dy with rcqm~ to occurrences * place gRer such Writtea contractor agreenem has been, execated or such pd has been . issued,and 2. a) the name of such person, orPan(7atibq trustee, esfate or go- cxtity has been fixrnishcd to the cmnpany as of the e&& datc ofthe policy, lor b) (i') such contrad or agrefsment takes &cr or such permit is issd during the policy pericd, and Page 1 of4 Copy&#, First SWc hlsnaqcaxnt Groop, Inc., 1995 (InJuda cqlp@!d matslaI oflnsatamr mccl office wth its pamissioa. copylight, Ins-= Service OEiCc, 1985) 0 (5) the named iasured mitifics us, witfiin 180 days afk the dEdive date OE the contrac or agreaneat or ttre issuance date dthc pcmrif of the date as of w€lic€x such person orgmkatb4 ~,~orgovemmentalentitysfialIbe inCInMaranM. ' 0 (B) W& respect to any such p~lson, organizrrtian, trustee, estate or governmental errtiry included as an insured by virboc ofthis pmvisioq the hnamed insnrcd is autbald 'to act on behatfof sa& an insrued with respedr to all matras tdazing to tkis *. such masem inch& the giving and e of nrmce of cancdh 'on or nun- and the this shali rmt reiieve an insured of the &tits sct firth in cbndihn 2. (Duties m tfic Eveat of Occarnace, CIaim or Suit) of the policy. For the purpose of this pmvision, Tbst NarnedInnucd" maansthe person or r-on kit named m thc Dekatio M oftfiz policy- wah respect to bre izmralm a&fided these additid insureds, thc SoIIaVrriog additicaa prwisions apply: 1. Under be- 4. -hiom (a), (4, (e>, 0, W), (9 4 (m), apply to JdChgaf- kldlCpOfiCym Whh Ifie COmpafS - ; pmvided, -, (C) tiis insurance and any ocher exdusions added by endorsement to the policy w#i& mend the prcvious exchsians or are added in addition Additionai Exclusions. This innrrana: does not apply to: (a) 9diy injury" or "property damage" &br which rhe additional insIued(s) arc obligatcd to pay damages by reason of tfit assumption ofliability in a cmtma or agnzmem This exclusion docs not apply to :liabiltty fir damaga that the additid insured(s) would have in the absence of tb camact or agreement. "Bodily injury'' or upmp"y damage" occurrbq after: (i) AU work on the project (OW than service, maim% or qak> to be pdrmd by ur on behalf of the additional ilsnred(s) at the si^ of the covd operations has barn cornpi- or fii) Thai portion of "your wollc" out of which the injury or damage arises has bear pur LO its intended use by any person or CII-~OKI 0th~ than another wnmctor ar subconmor weed in performing operaiions for a principai as parr of the same orojcct. 2. 0 (b) .. , PageZOfA Co&ghc. Ci Shie .Managexx: Group. h., 1995 with its pcrmisiun Cqynghi, bsuxancc Scrnczs Ofice, 1985) ~ciude3 cqyngiltcd rostciai oilasunncc scnicts office a (c) 'Bodily mjury"or 'mpercy daxrugc''atising out af any act or omisgion of the additioznrl insured(6) or ;my of thcir anptoyees, &er than tile geeaeral ,sqmvkim of work perfouned fbr the additionaf bsured(s) by you. 0 (d) llPmpertydamagento: (9 Properly owned, =ai or ccuxpicd by or rerrted ts the addirionaf insured($); (iii Property in tbc care, mbdy, or cbml of the add3icmi.d insured($ or aver which the additioaal insured(s) are fir any pnrlmse eesising physical wmok or (iii) "your wdc" hr tbe dciitianal insared(s) "8adily in." or "propaty damage"atising out of fhc sole negligence of a lcssor of leased q+nm.t or to any equipment lease. (e) c~dcarrreacenwhicfi takes place aibr the eqiratim of an (D) Coverage provided by this caiors- w the AdditionaI hsured(s) shall be primarv by thc Additional krsaRd(s) shall be excess axxi non-combry. .. insurance. Anyohrinsurance~ @ 34 DUTTJEINTHEEYENTOFOC~CE (A) ne - in condidan 2.a (sectian nr) that p mrtst see to it tw wC w notified of an 'Locmncc'' applies only dm the "ocnmence" is hom to: (I) Yo& ifyou are an individual: (2) (3) TIE reguire4leat in Condition 2.b. that you must see ta it that we receive noxce of a ciah or %"will not be considered bdd unless the brcach occurs afkr such daim or "suit" is known to: (1) (2) 13 1 A parrner, if you are a partnms~p; OT An cxewtive offi-r or insurance manager, if you are a qotatian. (B) You, if you clre an individud: A partner, if you arc a partnership; or An executrve o%cer or insurance manager, if you are a corporatiun: Page3of4 coprighs Fm state bfaZL3g-t Gmq. hC.* 1995 ~ludes~materialoC~rSaviasmoc with its pzmimon. Copyright., Insowrcc SCIY&S oflice, 1985) e 0 4.) AClXONSINREM wo I$ AN msm {section n) is am&S include: 5. Anymsd owned, opaated by or for you or c-byorfiwyau with rtspikzta a~ actiap in run stralt be treaied in the same lnanner as though the acrion wen ia m-wyaa. 5.) PROPERTY DAMAGE -BORROWED EQmpMercrr (A) Extrusion j. &COVERAGE A (Sedan I) is atnrnriki as fbllaws: PaIagqh (4) ofthis exshsim docs not apply to ‘property Clam2ge-Co borrowed qaipmmt de nct king nsd xo pe&m qm~ifim~ attbejoi? sirs. This insnrance is excess wer smry other did and collectr’bIe prapcrty insarance (iiluding any dedumile portion thexa@ avsilable to the insured whether primary, e?rcess, axKingas or any orherbasis. onfy witfr rcspu2 to tiis acwhJ.d - dm Each 0a;Urreace Limit &om. kr $re @) * (c) DC&J&~OZIS k amepded t~ read 375,000. (S~CD III - Limits) 0 Page4of4 Copyright. FirsC Stste &farragmatt (hap, hC., I995 wi~h moa copyigkk Ihmncc EIervices Offig 1985) ~l&~ghbamaDzinlof~innt~ccnmw ‘-*09 (’ 2‘95) 0 1 8 1 I 1 I 1 I 1 I I I 1 I OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS Ihl LIEU OF RETENTIQN This Escrow Agreement is made and entered into by and between the City of Carlsb; address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "( whose ac hereinai "Contractor" and whose a( he ca I I ed "Escrow Agent . 'I For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as 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 sub! retention earnings required to be withheld by the City pursuant to the Construction Contrac into between the City and Contractor for Poinsettia Lane and Batiquitos Drive Traff Contract No. 3482, in the amount of (hereinafter referred to as the "Contract"). Alternatively, on written request of the contr City shall make payments of the retention earnings directly to the escrow agent. \ Contractor deposits the securities as a substitute for Contract earnings, the Escrow A! notify the City within 10 days of the deposit. The IEscrow Agent shall maintain insurancc negligent acts and omissions of the escrow agent in connection with the handling of under these sections in an amount not less than !~100,000 per contract. The market va securities at the time of the substitution shall be a least equal to the cash amount then r( be withheld as retention under the terms of the contract between the City and Co Securities shall be held in the name of the designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which othetv be withheld from progress payments pursuant to the Contract provisions, provided that tt 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 payn securities. All terms and conditions of this agreement and the rights and responsibilit parties shall be equally applicable and binding when the City pays the escrow agent direct1 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. io 1 dated 1 3 I *w p,s 2/26/97 Contract No. 348;! Page 37 I. 1 1 1 1 I 1 I I 8 i. 1 1 1 6. Contractor shall have the right to withdraw all or any part of the principal in the EscroM only by written notice to Escrow Agent accompanied by written authorization from City to th Agent that City consents to the withdrawal of the arriount sought to be withdrawn by Contra 7. The City shall have a right to draw upon the securities in the event of default by the Cc Upon seven days' written notice to the Escrow Agent from the City of the default, the Escr shall immediately convert the securities to cash arid shall distribute the cash as instructt City. 8. Upon receipt of written notification from the City certifying that the Contract is final and and that the Contractor has complied with all requirements and procedures applicab Contract, the Escrow Agent shall release to Contractor all securities and interest on del escrow fees and charges of the Escrow Account. The escrow shall be closed immedia 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 ( pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor Escrow Agent harmless from Escrow Agent's release, conversion and disbursemei securities and interest as set forth above. IO. The names of the persons who are authorized to give written notices or to receii notice on behalf of the City and on behalf of Csntractor in connection with the foreg exemplars of their respective signatures are as follows: For City: Title - Name - Signature Address 0 I For Contractor: Title - Name - Signature Address For Escrow Agent: Title - Name - Signature 8 Address I At the time the Escrow Account is opened, the City and Contractor shall deliver to the Esc a fully executed counterpart of this Agreement. I em 1. i p,# 2126197 Contract No. 3482 Page 3f I IN WITNESS WHEREOF, the parties have executed this Agreement by their proper office date first set forth above. R For City: Title - Name - Signature Address I. I I 1 I I ma I I I 1 1 I 1 For Contractor: Title - Name - I Signature Add res:; For Escrow Agent: Title - Name - Signatulre Address e- l. Contract No. 3482 Page 39 I e@ 2/26/97 I D 1 I I I c R E I I I I 1 resolution. E t& 2/26/97 Contract No. 3482 Page 40 c PART 1. GENERAL PROVISIONS FOR POINSETTIA LANE AND BATIQUITOS DRIVE TRAFFIC SIGNA CONTRACT NO. 3482 SUPPLEMENTAL F'ROVISIONS TO I. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUC SECTION 1 - TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS Add the following section: 1-1 .I Reference to Drawings, Where words "shown", "indicated", "detailed", "noted", "sc or words of similar import are used, it shall be understood that reference is made to accompanying these provisions, unless stated otherwise. Add the following section: 1-1.2 Directions, Where words "directed", "designated", "selected", or words of similar i 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 hport 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 Contract expense, shall perform all operations, labor, tools and equipment, and further, inch furnishing and installing of materials that are indicated, specified or required to mean Contractor, at its expense, shall furnish and install the work, complete in place and read, 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 Carllsbad or hidher approved representativc Dispute Board -- persons designated by the City IManager to hear and advise the City Mal claims submitted by the Contractor. The City Manager is the last appeal level for informa I 1 IC e- Engineer -- the City Engineer of the City of Carlsbad or hidher approved representative. The C Engineer is the third level of appeal for informal dispute resolution. Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the origir Contract Price bid. Own Organization - When used in Section 2-3.1 -- Employees of the Contractcrr who are hirc directed, supervised and paid by the Contractor to accomplish the completion of thle Work. Furthc such employees have their employment taxes, State disability insurance payments, State a Federal income taxes paid and administered, as applicable, by the Contractor. When used Section 2-3.1 ”own organization” means construction equipment that the Contractcr owns or leas and uses to accomplish the Work. Equipment that is owner operated or leased equipment with operator is not part of the Contractor‘s Own Organization and will not be included for the purpose compliance with section 2-3.1 of the Standard Specifications and these Special Provisions. Owner Operator/Lessor - Any person who provides equipment or tools with an operator providt who is employed by neither the Contractor nor a subcontractor and is neither an agent or employt of the Agency or a public utility. Principal Inspector - The Senior Inspector’s immediate supervisor and second level of appeal f informal dispute resolution. Project Inspector - the Engineer’s desilgnated 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 t’o the provisions requiring the Contractor to complete 5 percent of the contract price with its own organization, the Agency may at its sole discretion elect 1 cancel the contract or to deduct an amount equal to 10 percent of the value of the work performe in excess of 50 percent of the contract price by other than the Contractor’s own olrganization. Tt- City Council shall be the sole body for determination of a violation of these prclvisions. In ar proceedings under this section, the primie contractor shall be entitled to a public hearing before tt- City Council and shall be notified ten (IO) days in advance of the time and location of said hearing The determination of the City Council ShAl be final. 2-4 CONTRACT BONDS, modify as follows: Delete the third sentence of the first paragrap having to do with a surety being listed in the latest revision of U.S. Department of Treasury Circulz 570. Modify Paragraphs three and four to read: The Contractor shall provide a faithfi performance/warranty bond and payment bond (labor and materials bond) for this contract. Thi faithful performance/warranty bond shall be in the amount of 100 percent of the contract price an1 the payment bond shall be in the amount of 50 percent of the contract price. Eloth bonds sha extend in full force and effect and be retained by the Agency during this project until they arl released according to the provisions of this section. 4- p,s 2/26/97 Contract No. 3482 Page 41 of 112 u I 1 D 1 u I 1 The faithful performance/warranty bond will be reduced to 25 percent of the original amour 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 The 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: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, b other instrument entitling or authorizing the person who executed the bond to do so A certified copy of the certificate of authority of the insurer issued by the commissioner. 0 2) If the bid is accepted, the Agency may require a financial statement of the assets and li: the 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 state! be verified by the oath of the principal officer or manager residing within the United States. 1 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General, add the following: The specifications for the work include the Specifications for Public Works Construction, (SISPWC), 1997 Edition, hereinafter dr "SSPWC", as issued by the Southern California Chapter of the American Public Works As and as amended by the Special Provisions section of this contract. The construction plans consist of two sheets, Drawing No. 352-1. The standard drawings this project are the latest edition of the San Diegct Area Regional Standard Drawings, hi designated SDRS, as issued by the San Diego County Department of Public Works, togt the CALTRANS standard drawings, and City of Carlsbad Supplemental Standard Drawing5 of some of the pertinent standard drawings are enclosed as an appendix to thesc Provisions. 2-5.2 Precedence of Contract Documents, add the following: Where CALTRANS spec are used to modify the SSPWC or added to the SSPWC by any of the contract docur CALTRANS specifications shall have precedence only to the materials and construction referred to in the CALTRANS specifications. The Invitation to Bid, Contract for Public Wor of these Special Provisions and Part 1 of the SSPWC in the order of precedence in sectio the SSPWC shall prevail over the CALTRANS specifications. 2-5.3.3 Submittals, add the following: When submitted for the Engineer's revie Drawings shall bear the Contractor's certification that he has reviewed, checked, and appi 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 0 R 1 I 1 I e I *- I* I p,# 2/26/97 Contract No. 3482 Page 42 1 "I hereby certify that the (equipment, material) shown and marked in this submittal is that propost to be incorporated into this Project, is in compliance with the Contract Documents, can be installt in the allocated spaces, and is submitted for approval. By: - Title: Date: Company Name: Add the following: 2-5.4 Record Drawings, The Contractor shall provide and keep up-to-date a complete "as-buil record set of blue-line prints, which shall be corrected in red daily and show every change from tt- original drawings and specifications and the exact "as-built'' locations, sizes and kinds of equipmer underground piping, valves, and all other work not visible at surface grade. Prints for this purpo: may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall t 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 ar no additional payment will be made therefor. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers, substitute the following: The Contractor shall not distur permanent survey monuments or benchmarks without the consent of the Engineer. Where th Engineer concurs, in writing, with the Contractor that protecting an existing monument in place i impractical, the Contractor shall employ a licensed land surveyor to establish the location of th monument before it is disturbed. The Contractor shall have the monument replaced by a license land surveyor no later than thirty (30) days after construction at the site of the replacement i completed. The Licensed Land Surveyor shall file corner record(s) as required by §§ 8772 an 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 l'rame and cove to the new grade. Monument frames and covers shall be protected during street sealing or paintin! projects or be cleaned to the satisfaction of the Engineer. 2-9.3 Survey Service, substitute the following: The Contractor shall hire and pay for the service' of a land surveyor licensed in the State of California, hereinafter Surveyor, to plerform all worl necessary for establishing control, construction staking, records research and all other surveyin! work necessary to construct the work, provide surveying services as required herein and providt surveying, drafting and other professional services required to satisfy the requirements of the Lanc Surveyors Act. Surveyor shall be resident on the site during all surveying operations and sha 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 the requirements of section 2-5.3.3, "Submittals", herein. The Contractor shall submit (grade sheets tc the Engineer before commencing work in the area affected by the grade sheets. The Contractoi shall submit field notes for all surveying required herein to the Engineer within ten days o performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 81/2n by 11" paper. The field notes, calculations and data shall be cleai e= Page 43 of 112 '8 2/26/97 Contract No. 3482 8 8 I I I 4 1 E 1 1 @ E I 8 D I 1 and complete with name of field party chief, field crew members, preparer, date of obse calculation, consecutive page numbers and shall be readable without resort to any elee computer program or documentation for any computer program. The field notes shall be in conformance with the CALTRANS “Surveys Manual”. The Contractor shall have a I Survey prepared and filed in conformance with 33 8700 - 8805 of the State of California and Professions Code showing all SDRS M-10 morluments set. The record of survey shall location and justification of location of all permanent monuments set and their relation to right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer’s review and before submittal to the County Surveyor and before submittal to the County Recorder, Add the following section: 2-9.3.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer intervals as measured along the project stationing unless a lesser interval is specifiec Rough sub-grade stakes on slopes shall be set at top of cuts, toe of fills, or slope catch p street crown lines where no median exists. Large slopes shall have line point set construction of the slope. Rough sub-grade stakes for roadway section shall be set a pavement and top of curbs. Finish sub-grade stakes shall be set prior to placing su aggregate base for the roadway section. The stakes shall be set at edge of pavement a curbs. Finish subgrade stakes for the aggregate base for the roadway section shall be , intervals at edge of pavement and top of curbs and crown line where no mediar Intermediate stakes between edge of pavement and top of curb shall be set at 15-foot in the surveyor. Finish aggregate subbase and aggregate base grade stakes shall be i intervals at top of curb, edge of pavement, and ail1 crown lines and grade breaks. Inti stakes between edge of pavement and top of curb shall be set at 15-foot intervals. St staking shall be done at 25-foot intervals. Catch basins shall be staked at centerline and of the local depression. Curbdcurbs and gutter shall be staked at 25-foot intervals, cen driveways, and 1/4, 1/2, 3/4 delta on returns. Fills to finish grade at 25-foot intervals by tl pass width shall be painted on the pavement prior to placing each lift of asphalt on thickness pavement overlays requiring leveling ccwrses. Intersections showing specific asphalt grids shall be painted per the grid. Stakes; shall be set to show the location and future curbs adjacent to traffic signal locations where the curb is not being built as a p; contract. Surveyor shall mark the removal limits and limits of work line shown on the pli markings shall consist of continuous painted lines on asphalt and concrete surfaces and re or painted laths spaced on centers no more than twenty-five feet on unimproved are markings shall be completed by Surveyor and inspected and approved by the Engineer t: start of construction in the area marked. Centerline monuments shall be laid out, 1 stamped, and a Record of Survey satisfactory to the Engineer filed with the County in ac with the Professional Land Surveyors Act. Water and sewer line stakes shall be set i intervals with offsets referencing the top and centerline of pipe on main line and lateral pipeline work the pipe and each access hole, pipe material change, lateral connectic appurtenance, or hydrant location with elevations shall be staked and provided with grac designating the offset of the reference point, station, elevation of reference point, cut (0 feature of pipe that is referenced. Habitat mitigation sites and other areas to be preserve1 shown on the plans shall be staked and flagged at 25 foot intervals prior to the start of i activities within the limits of the work. Add the following section: 2-9.3.3 Payment for Survey, Payment for work performed to satisfy the requirements of 2-9.1 through 2-9.3.2 shall be included in the actual bid items requiring the survey worl additional payment will be made. Extension OF unit prices for extra work shall inc compensation for attendant survey work and no additional payment will be made therefor. 0 u * 4-m 9. p,s 2/26/97 Contract No. 3482 Page 44 I for the replacement of disturbed monuments and the filing of corner records shall be incidental the work necessitating the disturbance of said monuments and no additional paymient will be mac therefor. 2-10 AUTHORITY OF BOARD AND ENGINEER Add the following section: 2-10.1 Availability of Records. The Contractor shall provide copies of all records in tt Contractor’s or subcontractor’s possession pertaining to the work that the Engineer inay request. Add the following section: 2-10.2 Audit And Inspection. Contractor agrees to maintain and/or make available, to tt Engineer, within San Diego County, alccurate books and accounting records relative to all i, activities. The Engineer shall have the right to monitor, assess, and evaluate Contractor performance pursuant to this Agreement, said monitoring, assessments, and evaluations to includc but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interview of Contractor’s staff. At any time during normal business hours and as often as thie Engineer mz deem necessary, upon reasonable advance notice, Contractor shall make available to the Enginec for examination, all of its records with respect to all matters covered by this Contract and will perr the Engineer to audit, examine, copy and make excerpts or transcripts from such data and record! and to make audits of all invoices, mateirials, payrolls, records of personnel, and other data relatin to all matters covered by this Contract. However, any such activities shall be carried out in manner so as to not unreasonably interfere with Contractor’s ongoing business operations. Contractor shall maintain such data and records for as long as may be required by applicable law and regulations. SECTION 3 - CHANGES IN WORK 3-3 EXTRAWORK. 3-2.2.1 Contract Unit Prices, add the following: In the case of an increase or decrease in a minc Bid Item, the use of this basis for the adjustment of payment will be limited to that portion of thi change, which together will all previous changes to that item is not in excess of 25 percent of thc total cost of such item based on the original quantity and Contract Unit Price. Adjustments ii excess of 25 percent may, at the optioin of the Engineer, be paid pursuant to section 3-3, Extr, Work. 3-3.2.2 ( c ) Tool and Equipment Renital, second paragraph, modify as follows: Regardless c ownership, the rates and right-of-way delay factors to be used in determining rental and delay cost shall be the edition of the, “Labor Surcharge & Equipment Rental Rates” published by CALTFWNS current at the time of the actual use of the tool or equipment. The right-of-way dela<y factors thereii shall be used as multipliers of the rental rates for determining the value of costs for delay to thi Contractor and subcontractors, if any, The labor rates published therein are not a part of thi con tract. 3-3.2.3 Markup, Delete section 3-3.2.3 from the 1995 and 1996 Supplements to the SSPWC ant replace with the following: (a) Work by Contractor. The following percentages shall be addec to the Contractor’s costs and shall constitute the markup for all overhead and profits: 1) Labor ................................... 20 2) Materials ............................. 15 3) Equipment Rental ................... 15 4) Other Items and Expenditures .. ’15 4- p,s 2/26/97 Contract No. 3482 Page 45 of 112 I 1 II 1 IC B 8 T R I t 1 I I ff 1 1E To the sum of the costs and markups provided for in this section, 1 percent shall be (b) When all or any part of the extra work is perforr 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 por extra work and a markup of 5 percent on work added in excess of $5,000 of the sub( portion of the extra work may be added by the Conlractor. 3-3.3 Daily Reports by Contractor, add the following after the second sentence: Pa extra work will not be made until such time that the Contractor submits completed daily re all supporting documents to the Engineer. 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 change order, or for the happening of any event, thing, occurrence, or other cause, unles have first given the Engineer due written notice of potential claim as hereinafter s Compliance with this section shall not be required as a prerequisite to notice provisions 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measu errors of computation as to contract quantities. The written notice of potential claim for conditions shall be submitted by the Contractor to the Engineer upon their discovery and p time that the Contractor performs the work giving rise to the potential claim. The Contractc to give written notice of potential claim for changed conditions to the agency upon their and before they are disturbed shall constitute a waiver of all claims in connection therewith The Contractor shall provide the City with a written document containing a descriptil particular circumstances giving rise to the potential claim, the reasons for which the C 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 cc Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False CI Government Code Sections 12650-1 2655. “The undersigned certifies that the above statements are made in full cognizance of the False Claims Act, Government Code sections 12650-12655. The undersigned further unc and agrees that this potential claim, unless resolved, must be restated as a claim in respor City’s proposed final estimate in order for it to be further considered.” The Contractor’s estimate of costs may be updateid when actual costs are known. The C shall submit substantiation of its actual costs to the Engineer within 20 working days affected work is completed. Failure to do so shiall be sufficient cause for denial of i subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by the contract be brought to the attention of the Enrgineer at the earliest possible time in c such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. Add the following: The Contractor shall give the agency writt of potential claim prior to commencing any disputed work. Failure to give said notice shall ( a waiver of all claims in connection therewith. compensation for bonding. Work by Subcontractor. I e 0 4- 8 p,s 2/26/97 Contract No. 3482 Page 46 1 Delete second sentence of paragraph one and add the following: Prior to proceeding with dispul resolution pursuant to Public Contract Code (PCC) provisions specified hereinafter, the contract( shall attempt to resolve all disputes informally through the following dispute resolution chain ( com man d : 1. Project Inspector 2. Senior Inspector 3. Principal Inspector 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of tt- disputed work stating its position on the claim, the contractual basis for the clairn, 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 clair review the Contractor's report and respond with a position, request additional inforrriation or reque that the Contractor meet and present its report. When additional information or a meeting requested the City will provide its position within 10 working days of receipt off said addition information or Contractor's presentatioin of its report. The Contractor may appeal each level position up to the City Manager after which he may proceed under the provisioins of the Pub1 Contract Code. The authority within the dispute resolution chain of command is limited to recommending resolution to a claim to the City Manager. Actual approval of the claim is subject to the change ordc provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with tt- procedures in the Public Contract Code, Division 2, Part 3, Chapter 1 1 Article 1.5 (commencing wii Section 20104) which is set forth below: Article 1.5 Resolution of Construction Claims 20104. (a)(l) This article applies to all public works claims of three hundred seventy-five thousan dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and public agency when the public agency has elected to resolve any disputes pursuant to Article 7. (commencing with Section 10240) of Chapter 1 of Part 2. (b)(l) "Public work" has the same meaniing as in Sections 3100 and 3106 of the Civil Code, excel that "public work" does not include any work or improvement contracted for by the state or tt- Regents of the University of California. (2) "Claim" means a separate demand 1Sy the contractor for (A) a time extension, (B) payment c money or damages arising from work done by, or on behalf of, the contractor pursuant to tt- contract for a public work and payment of which is not otherwise expressly provided for or th claimant is not otherwise entitled to, or ((2) an amount the payment of which is disputed by the loc agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specificatior 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 substaintiate the clain em r,s 2/26/97 Contract No. 3482 Page 47 of 11 2 I Claims must be filed on or before the date of final payment. Nothing in this subdivision is in1 I extend the time limit or supersede notice requirements otherwise provided by contract for (b)(l) For claims of less than fifty thousand dollars ($50,000), the local agency shall re a e writing Of c1aims* to any written claim within 45 days of receipt of the claim, or may request, in writir 30 days of receipt of the claim, any additional documentation supporting the claim or rc defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursua subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be sub the claimant within 15 days after receipt of the further documentation or within a period Oi greater than that taken by the claimant in producing the additional information, whichever is (c)(l) For claims of over fifty thousand dollars ($50,000) and less than or equal to three seventy-five thousand dollars ($375,000), the locall agency shall respond in writing to a claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of r the claim, any additional documentation supporting the claim or relating to defenses to the ( local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursua subdivision, upon mutual agreement of the local agency and the claimant. (1) The local agency's written response to the claim, as further documented, shall be sub1 the claimant within 30 days after receipt of the further documentation, or within a perioc no greater than that taken by the claimant in producing the additional information or rz documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to within the time prescribed, the claimant may so notify the local agency, in writing, either v days of receipt of the local agency's response or within 15 days of the local agency's f< respond within the time prescribed, respectively, and demand an informal conference to TT confer for settlement of the issues in dispute. Upon a demand, the local agency shall sct meet and confer conference within 30 days for settleiment of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in disg claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and CI (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Cc purposes of those provisions, the running of the period of time within which a claim must shall be tolled from the time the claimant submits his or her written claim pursuant to subdiv until the time that claim is denied as a result of the meet and confer process, including any F time utilized by the meet and confer process. (9 This article does not apply to tort claims and nlothing in this article is intended nor 1 construed to change the time periods for filing tort claims or actions specified by Ct' (commencing with Section 900) and Chapter 2 (commencing with Section 910) of P Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, tl shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both The mediation process shall provide for the selection within 15 days by both partie disinterested third person as mediator, shall be commenced within 30 days of the submit shall be concluded within 15 days from the comtmencement of the mediation unless requirement is extended upon a good cause showing to the court or by stipulation of both Pi the parties fail to select a mediator within the 15-diay period, any party may petition the appoint the mediator. (b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pur: Chapter 2.5 (commencing with Section 1141 .lo) of Title 3 of Part 3 of the Code of Civil Pro notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (AI I %? 2/26/97 Contract No. 3482 Page 48 of a I 1 I I 1 I 1 5 8 I d 11 I I @ *- (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedui shall apply to any proceeding brought under the subdivision consistent with the rules pertaining judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appoint for purposes of this article shall be experienced in construction law, and, upon stipulation of t parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not exceed their customary rate, and such fees and expenses shall be paid equally by the partic except in the case of arbitration where the arbitrator, for good cause, determines a different divisic In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141 .IO) Title 3 of Part 3 of the Code Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but do not obtain a more favorable judgment shall, in addition to payment of costs ancl fees under tt chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in1 the mediation arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisput except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed ir court of law. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.3.1 General, add the following: The Contractor shall provide the Engineer free and sal access to any and all parts of work at any time. Contractor shall furnish Engineer with suc information as may be necessary to keep the Engineer fully informed regarding progress an manner of work and character of materials. Inspection or testing of the whole or any portion of th work or materials incorporated in the work shall not relieve Contractor from any obligation to fulf this Contract. 4-1.4 Test of Materials, add the following: Except as specified in these Special Provisions, t Agency will bear the cost of testing materials and/or workmanship where the results of such te: meet or exceed the requirements indicated in the Standard Specifications and the Spec Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the sourcc? of supply of each of the materials shall be approved by h before the delivery is started. All materials proposed for use may be inspected or tested at any tir during their preparation and use. If, after incorporating such materials into the Work, it is found tt sources of supply that have been approved do not furnish a uniform product, or if the product frc any source proves unacceptable at an'y time, the Contractor shall furnish approved material frc other approved sources. If any product proves unacceptable after improper storage, handling or any other reason it shall be rejected, not incorporated into the work and shall be removed from t project site all at the Contractor's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed t requirements of the specifications shall be borne by the Agency. Said tests may be made at a place along the work as deemed necessary by the Engineer. The costs of any retests ma necessary by noncompliance with the specifications shall be borne by the Contractor. Q- p,s 2/26/97 Contract No. 3482 Page 49 of 112 1 I I 1 11 E I I 1. I s I t E I 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 Engin substitution is determined to be unsatisfactory in performance, durability, compatib associated items, availability of repair parts and suitability of application the Contrac remove the substituted item and replace it with !he originally specified item at no co! Agency. 0 1 SECTION 5 - UTILITIES 5-1 LOCATION. Add the following: The Agency and affected utility companies h search of known records, endeavored to locate arid indicate on the Plans, all utilities w within the limits of the work. However, the accuracy and/or completeness of the nature, s location of utilities indicated on the Plans is not guaranteed. 5-4 RELOCATION. Add the following: In order to minimize delays to the Contractor ( the failure of other parties to relocate utilities that interfere with the construction, the C upon request to the Engineer, may be permitted to temporarily omit the portion of work a, the utility. Such omission shall be for the Contractor's convenience and no additional coml will be allowed therefor. The portion thus omlitted shall be constructed by the C immediately following the relocation of the utility involved unless otherwise directed by the I 5-6 COOPERATION. Add the following: Contractor shall coordinate with SDG&E to enc signal. SECTION 6 - PROSECUITION, PROGRESS & ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete subse and substitute the following: The Contractor shall1 begin work within ten (10) calendar d receipt of the "Notice to Proceed". Add the following section: 6-1.1 Pre-Construction Meeting, After, or upon, notification of contract award, the En! set the time and location for the Preconstruction Meeting. Attendance of the Cc management personnel responsible for the management, administration, and executic project is mandatory for the meeting to be convened. Failure of the Contractor to Contractor's responsible project personnel attend the Preconstruction Meeting will be grc default by Contractor per section 6-4. No separate payment will be made for the Co attendance at the meeting. The notice to proceed will only be issued on or after the com the preconstruction meeting. Add the following section: 6-1.2.3 Bar Chart, Contractor shall prepare and submit to the Engineer a Gant or B showing individual tasks and their durations arranged with the tasks on the vertical axis anc on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line i show the critical path. E @- I. r,s 2/26/97 Contract No. 3482 Page 50 6-2 PROSECUTION OF WORK. Add the following section: 6-2.1 Order of Work, The work to tie done shall consist of furnishing all labor, equipment ai materials, and performing all operations necessary to complete the Project Work iX shown on tl Project Plans and as specified in the Specifications. The work includes construiction of a traf signal at the intersection of Poinsettia Lane and Batiquitos Drive. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.4 Written Notice and Report, modify as follows: The Contractor shall provide written notil to the Engineer within two hours of the beginning of any period that the Contractor has placed ai workers or equipment on standby for any reason that the Contractor has determined to be caus~ by the Agency or by any organization that the Agency may otherwise be obligated by. Tt Contractor shall provide continuing daily written notice to the Engineer, each working da throughout the duration of such period of delay. The initial and continuing written notices Shi include the classification of each workman and supervisor and the make and model of each piece equipment placed on standby, the cumulative duration of the standby, the Contractor’s opinion the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay t reasonable means. Should the Contractor fail to provide the notice(s) required by this section tt Contractor agrees that no delay has occlurred and that it will not submit any claim@) therefor. 6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute thc work to completion within ninety (90) working days after the starting date specified in the Notice tc Proceed. 6-7.2 Working Bay, add the following: Unless otherwise approved in writing by the Engineer, tt hours of work shall be between the hours of 700 a.m. and 4:OO p.m. on Mondays through Friday excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if th Contractor desires to work outside said hours or at any time during weekends and/or holidays. Thi written permission must be obtained at least 48 hours prior to such work The Engineer ma approve work outside the hours and/or days stated herein when, in his/her sole opinion, such WOI conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shz pay the inspection costs of such work. 6-8 COMPLETION AND ACCEPTANCE. Add the following: All work shall be warranted for on€ (1 ) year after recordation of a “Notice of Completion” and any faulty work or materials discoverec during the warranty period shall be repaiired or replaced by the Contractor, at its expense. Twenty five percent of the faithful performance bond shall be retained as a warranty bond for the one yea1 warranty period. 6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first sentenc of the second paragraph and add the following: For each consecutive calendar day in excess ( the time specified for completion of Work, as adjusted in accordance with 6-6, the Contractor sha pay the Agency, or have withheld monies due it, the sum of $500 per each calendar day beyond thc project completion time specified in the notice to proceed. Execution of the Contract shall constitute agreement by the Agency and Contractor that ($500) pe day is the minimum value of costs and actual damages caused by the Contractor to complete thi Work within the allotted time. Any progress payments made after the specified completion date sha not constitute a waiver of this paragraph or of any damages. 4- t.# 2/26/97 Contract No. 3482 F’age 51 of 11 2 I I I 8 I B 1 1 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-3 LIABILITY INSURANCE. Aadd the following: AI1 insurance is to be placed with ins1 have a rating in Best's Key Rating Guide of at least A-:V and are admitted and auth conduct business in the state of California and are listed in the official publication of the DE of Insurance of the State of California. 7-4 WORKERS' COMPENSATION INSURANCE., Add the following: All insurance placed with insurers that are admitted and authorized to conduct business in the state of and are listed in the official publication of the Department of Insurance of the State of C Policies issued by the State Compensation Fund meet the requirement for workers' cOml insurance. 7-5 PERMITS. Except as specified herein the as obtain, at no cost to the Contractor, all encroachmlent, right-of-way, grading, and buildin! necessary to perform work for this contract on Agency property, in streets, highways (exc highway right-of-way), railways or other rights-of-way. Contractor shall not begin wori permits incidental to the work are obtained. The Contractor shall obtain and pay for all pc the disposal of all materials removed from the project. The cost of said permit(s) shall be in the price bid for the appropriate bid item and no additional compensation will be allowed 1 Modify the first sentence to rea& 7-7 COOPERATION AND COLLATERAL WORK. Add the following section: 7-7.1 Coordination, The Contractor shall coordiriate and cooperate with all the utility c( during the relocation or construction of their lines. The Contractor may be granted a time ( if, in the opinion of the Engineer, a delay is caused by the utility company. No i compensation will be made to the Contractor for any such delay. n g @ II 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control, add the following: Cleanup and dust control requirt shall also be executed on weekends and other non-working days when needed to pre: health safety or welfare of the public. The Contractor shall conduct effective cleanup control throughout the duration of the Contract. The Engineer may require increased cleanup and dust control that, in hidher sole discretion, are necessary to preserve the heal and welfare of the public. Cleanup and dust control shall be considered incidental to the work that they are associated with and no additional payment will be made therefor. 7-8.5 Temporary Light, Power and Water, add the following: The Contractor shall construction meter for water used for the construction, plant establishment, maintenance, testing and all other work requiring water related to this contract. The Contractor shall cc appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, meter and any, and all, other charges, deposits and/or fees therefor. considered incidental to the items of work that they are associated with and no additional will be made therefor. 1 I 1 I I t Said costs em I. I p,# 2/26/97 Contract No. 3482 Page 52 ( Add the following section: 7-8.8 Noise Control, All internal corribustion engines used in the construction shall be equippc with mufflers in good repair when in use on the project with special attention to the City Noi Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-1 0.3 Street Closures, Detours, Barricades, add the following: Traffic controls shall be accordance with the plans, Chapter 5 of the California Department of Transportation "Manual Traffic Controls," 1996 edition and these Special Provisions. If any component in the traffic conti system is displaced, or ceases to operate or function as specified, from any cause, during tl progress of the work, the Contractor shall immediately repair said component to its original conditic or replace said component and shall restore the component to its original location. In the event tt. the Contractor fails to install and/or maintain barricades or such other traffic signs, marking delineation or devices as may be requiired herein, the Engineer may, at hidher sole option, inst; the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($20.01 per day per traffic sign or device, or the actual cost of providing such traffic: control facilit whichever is the greater. Add the following section: 7-1 0.3.1 Construction Area Signs, Warning and advisory signs, lights and devices installed I placed to provide traffic control, direction and/or warning shall be furnished, installed, maintainc and removed by the Contractor when no longer required. Care shall be used in performir excavation for signs in order to protect underground facilities. Warning and advisory signs th remain in place overnight shall be stationary mounted signs. Stationary signs thiat warn of no existent conditions shall be removed frorn the traveled way or shielded from the view of the travelir public during such periods that their message does not pertain to existing conditions. All excavatic: required to install stationary construction area signs shall be performed by hand methods witho the use of power equipment. Warning and advisory signs that are used only during working houi may be portable signs. Portable signs shall be removed from the traveled way arid shielded fro1 the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Codt portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance wil the provisions in Section 12-3.06B, "Portable Signs", of the CALTRANS Standard Specifications; ( Reflexite vinyl microprism reflective sheeting signs; or 3M high intensity reflectorized sheeting o aluminum substrate signs of Seibulite Brand Ultralite Grade Series, encapsulated lens retroreflectiv sheeting signs; or equal. Stationary mounted signs used for traffic control during construction of the Work shall be installe on break-away sign posts as shown on !3DRS drawing M-45 or on wood posts in the same mannc shown on CALTRANS Standard Plans FIS 1, RS 2, RS 3 and RS 4 for installation OF roadside sign! except as follows: (a) Back braces and blocks for sign panels will not be required. (b) The height to the bottom of the sign panel above the edge of traveled way shall be at least 7 feet. (c) Construction area sign posts may be installed on above ground temporary platform sig supports as approved by the Engiineer, or the signs may be installed on existing lightini standards or other supports as approved by the Engineer. (d) When construction area signs are installed on existing lighting standards, holes shall not bl made in the standards to support the sign. (e) The post embedment shall be 0.8-111 if post holes are backfilled around the posts with 500-C 2500 concrete. e- p,s 2/26/97 Contract No. 3482 F'age 53 of l 12 1 (9 When break-away sign posts (SDRS M-45) are used one post shall be provided for e; square meters of sign area. For wood posts post size and number of posts shall be as shown on CALTRANS Standarc 2. Lumber for wood posts shall be as for sight posts. Sign panels for stationary mounted signs shall conform to the requirements of Sectio “Reflective Sheeting Aluminum Signs”, and the following: (a) All rectangular sheet aluminum signs over 4.5 feet measured along the horizontal ax diamond-shaped sheet aluminum signs 5 feet and larger shall be framed unless specified. (b) Frames shall be constructed in accordance wiith “Framing Details for Sheet AluminL Sheets 1 through 4 and Table 1 on Sheet 5, as published by CALTRANS. (c) Sign panel fastening hardware shall be commercial quality. Each portable sign shall consist of a base, standard or framework and a sign panel. The I be capable of being delivered to the site of use and placed in immediate operation. Sign 1 portable signs shall conform to the requirements of sign panels for stationary mounted sigi 7, “Reflective Sheeting Aluminum Signs”, or shall be Type IV reflective sheeting, cotton ( flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used ( hours of darkness. Size, color, and legend requirernents for portable signs shall be as des stationary mounted sign panels in Section 206-7, “Reflective Sheeting Aluminum Sig height to the bottom of the sign panel above the edge of traveled way shall be at least parts of the sign standard or framework shall be finished with 2 applications of an oranc which will match the color of the sign panel background. Testing of paint will not be re portable signs are displaced or overturned, from any cause, during the progress of the Contractor shall immediately replace the signs in their original locations. Add the following section: 7-10.3.2 Maintaining Traffic, Attention is directed to Sections 7-10 SSPWC “Public Cor and Safety.” Nothing in these Special Provisions shall be construed as relieving the Contr: its responsibility as provided in said Section 7-10. If illuminated traffic cones rather than delineators are used during the hours of darkness, they shall be affixed or covered with cone sleeves as specified in CALTRANS “Standard Specifications”, except the sleeve$ seven (7) inches long. The Contractor’s personnel shall not work closer than six (6) feet, nor operate equipment’ (2) feet from any traffic lane occupied by traffic. For equipment the two (2) feet shall be I from the closest approach of any part of the equipment as it is operated and/or mane performing the work. This requirement may be waived when the Engineer has giw authorization to the reduction in clearance that is specific to the time, duration and locatio waiver or for the work of installing, maintaining and removing traffic control devices. As a of such waiver the Engineer may require the Contractor to detour traffic, adjust the wi. realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. Personal vehicles of the Contractor‘s employees shall not be parked within the traw including any section closed to public traffic. Whenever vehicles or equipment are park( shoulder within six (6) feet of a traffic lane, the shoulder area shall be closed with fluoresc cones or portable delineators placed on a taper in advance of the parked vehicles or equip along the edge of the pavement at 25-foot intervals to a point not less than 25 feet pas vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shal for the taper. A C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mc a telescoping flag tree with flags. The flag tree shall be placed where directed by the Eng 1 p,s 2/26/97 Contract No. 3482 Page 54 I I. 1 8 1 1 I 1 1. I 1 1 8 1 I I I 1. e= construction traffic control devices shall be maintained in good order and according to the pl throughout the duration of work. During the entire construction, a minimum of two paved traf lanes, not less than twelve (12) feet wide, shall be open for use by public traffic in each direction travel. Add the following section: 7-10.3.3 Traffic Control System for Lane Closure, A traffic control system consists of closi traffic lanes in accordance with the details shown on the plans, CALTRANS "Manual of Traf Control", 1996 edition and provisions under "Maintaining Traffic" elsewhere in these Spec Provisions. The provisions in this section will not relieve the Contractor from its responsibility provide such additional devices or taka? such measures as may be necessary to maintain pub safety. When lanes are closed for only the duration of work periods, all components of the traffic contr system, except portable delineators placed along open trenches or excavation 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 rnay be stored at selected central locations, approved by tt Engineer, within the limits of the right-of-way. Add the following section: 7-1 0.3.4 Traffic Control for Permanent and Temporary Traffic Striping, During traffic stril operations, traffic shall be controlled vvith lane closures, as provided for under "Traffic Contr System for Lane Closure" of these Special Provisions or by use of an alternative traffic control pla proposed by the Contractor and approved by the Engineer. The Contractor shall not start traff striping operations using an alternative plan until he has submitted its plan to the Engineer and hz received the Engineer's written approval of said plan. Add the following section: 7-10.3.5 Temporary Pavement Delineation, Temporary pavement delineation shall t: furnished, placed, maintained and removed in accordance with the minimum standards specified Chapter 5 of the "Traffic Manual", 1996 edition published by CALTRANS. Whtmever the WOI causes obliteration of pavement delineation, temporary or permanent pavement delineation shall t; in place prior to opening the traveled way to public traffic. Lane line or centerline pavemei delineation shall be provided at all times for traveled ways open to public traffic. All work necessarL including any required lines or marks, to establish the alignment of temporary pavement delineatio shall be performed by the Contractor. VVhen temporary pavement delineation is removed, all line and marks used to establish the alignment of the temporary pavement delineation shall be remove by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose materia Temporary pavement delineation shall not be applied over existing pavement delineation or othc temporary pavement delineation. Temporary pavement delineation shall be maintained unl superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, th temporary pavement delineation conflicts with the permanent pavement delineatioin or with a ne\ traffic pattern for the area and is no longer required for the direction of public traffic. Whei temporary pavement delineation is required to be removed, all lines and marks used to establisl the alignment of the temporary pavement delineation shall be removed. Add the following section: 7-1 0.3.6 Modifications and Additions to Traffic Control Plan Sheets, submit Traffic Control Plans (TCP) for the! Engineer's review for all construction activities. The Contractor shal *w p,# 2/26/97 Contract No. 3482 Page 55 of 112 II I 1 I I 1 1 1 7-1 0.3.7 Payment, The Contractor shall prepare and correct TCP and shall furnish all labor and materials tc install, maintain, replace and remove all traffic control as incidentals to the work with whicf associated. Payment for the traffic control plan shall be included in the lump sum bid pri traffic signal and no other compensation will be macle. Add the following section: 7-10.4.4 Safety and Protection of Workers and Public, The Contractor shall take all I precautions for the safety of employees on the work and shall comply with all applicable I of Federal, State and Municipal safety laws and building codes to prevent accidents o persons on, about, or adjacent to the premises where the work is being performed. The ( shall erect and properly maintain at all times, as required by the conditions and progre work, all necessary safeguards for the protection of workers and public, and shall use dar warning against hazards created by such features of construction as protruding nails, hc holes, and falling materials. 7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect include Chapter 11.06. Excavation and Grading. If this notice specifies locations or materials, such as borrow pits or gravel beds, for use in the proposed construction proj would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the ( established pursuant to Section 1601 et seq. of the Fish and Game Code shall become ( of the contract. 0 1 9-3 PAYMENT. 9-3.2 Partial and Final Payment, modify the second paragraph as follows: Each mc Engineer will make an approximate measurement of the work performed to the closure basis for making monthly progress payments. The estimated value will be based on coni prices, completed change order work and as provided for in Section 9-2 of the : Specifications (SSPWC). Progress payments shall be made no later than thirty (30) calem after the closure date. Five (5) working days following the closure date, the Enginc complete the detailed progress pay estimate and submit it to the Contractor for his infor Should the Contractor assert that additional payment is due, the Contractor shall within days of receipt of the progress estimate, submit a supplemental payment request to the f with adequate justification supporting the amount of supplemental payment request. Up01 of the supplemental payment request, the Engineer shall, as soon as practicable after determine whether the supplemental payment request is a proper payment request. Engineer determines that the supplemental payment request is not proper, then the re$u be returned to the Contractor as soon as practicable, but not later than seven (7) days aftei The returned request shall be accompanied by a document setting forth in writing the reas the supplemental payment request was not proper. In conformance with Public Contn Section 20104.50, the City shall make payments within thirty (30) days after receik undisputed and properly submitted supplemental payment request from the Contractor. If I of the undisputed supplemental payment request is not made within thirty (30) days after re the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate in subdivision (a) of Section 685.01 0 of the Code of Civil Procedure. a 0 I 1 1 1 I I I ern I. I p,s 2/26/97 Contract No. 3482 Page 56 1 SECTION 9 - MEASUREMENT & PAYMENT 9-3 PAYMENT. 9-3.2 Partial and Final Payment, modify the third paragraph as follows: The Agency shall reta 10 percent of such estimated value of the work done and 10 percent of the value of materials : estimated to have been furnished and delivered and unused or furnished and stored as aforesa as part security for the fulfillment of the contract by the Contractor, except that at any time after 2 percent of the work has been completled, if the Engineer finds that satisfactory progress is bein made, the Agency may reduce the total amount being retained from payment pursuant to th above requirements to 5 percent of the total estimated value of said work and materials and me also reduce the amount retained from any of the remaining parlial payments to 5 percent of th estimated value of such work and materials. In addition, on any partial payment made after 9 percent of the work has been complleted, the Agency may reduce the amount withheld fro1 payment pursuant to the requirements of this Section to such lesser amounts as the Engine( determines is adequate security for the fulfillment of the balance of the work and othc requirements of the contract, but in no event will said amount be reduced to less than 125 percei of the estimated value of the work yet to be completed as determined by the Engineer. Suc reduction will only be made upon the written request of the Contractor and shall be approved il writing by the surety on the Performance Bond and by the surety on the Payment Bond. Thl approval of the surety shall be submitteld to the Engineer; the signature of the person executing thl approval for the surety shall be properly acknowledged and the power of attorney authorizing hir to give such consent must either accompany the document or be on file with the Agiency. 9-3.2 Partial and Final Payment, add paragraph 6 et seq. as follows: After final inspection, tt Engineer will make a Final Payment Estimate and process a corresponding payment. This estima will be in writing and shall be for the total amount owed the Contractor as determined by tt Engineer and shall be itemized by the contract bid item and change order item with quantities ar payment amounts and shall show all deductions made or to be made for prior payments ar amounts to be deducted under provisioris of the contract. All prior estimates and progress paymen shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to mak written statement disputing any bid itern or change order item quantity or payment amount. TI- Contractor shall provide all documentation at the time of submitting the statement supporting i position. Should the Contractor fail to submit the statement and supporting documentation with the time specified, the Contractor acknowledges that full and final payment has been made for : contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, th Engineer will review the disputed item within 30 calendar days and make any appropriat adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by th Engineer will be subject to resolution as specified in subsection 3-5, Disputed Work. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain th basis and amount of said claims. The Engineer will consider and determine the Colntractor’s claim and it will be the responsibility of the Contractor to furnish within a reasonable time such furthc information and details as may be required by the Engineer to determine the facts or contention involved in its claims. Failure to submit such information and details will be sufficient cause fo denying the claims. e- t.@ 2126197 Contract No. 3482 Page 57 off l 12 8 I I 1 I 1 1 I 1 10 I I II t t I I 9-3.2.1 Payment for Claims. Add the following: Written statement shall be submitted to the Agency within 30 calendar days of receip Payment for all claims for the entire project. No claim will be considered that was not ir this written statement, nor will any claim be allowed for which written notice or protest i! under any provision of this contract including sectialns 3-4 Changed Conditions, 3-5 Dispu 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Coni Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to as( basis and amount of said claims. The Engineer will consider and determine the Contract0 and it will be the responsibility of the Contractor to furnish within a reasonable time SUI information and details as may be required by the Engineer to determine the facts or cc involved in its claims. Failure to submit such information and details will be sufficient denying the claims. Payment for claims shall be processed within 30 calendar days of receipt of the written sta further information, whichever is longer, for those claims approved by the Engineer. The ( shall proceed with informal dispute resolution under subsection 3-5, Disputed Work, for thc remaining in dispute. Add the following section: 9-3.3.1 Delivered Materials, into the work will not be included in the progress estimate. The cost of materials and equipment delivered but not incc *- 1. 1 p,s 2/26/97 Contract No. 3482 Page 58 4 Property Thickness Method Value ASTM D2103 5.0 mils Color Red Yellow Orange Blue Green Brown Purple Utility Marked Electric power, distribution, transmission, and municipal electric systemis. Gas and oil distribution and transmission, dangerous materials, product and steam. Telephone and telegraph systems, police and fire communications, and cable televisio Water systems. Sanitary and storm sewer systems, nonpotable. Force mains. Reclaimed water lines. a B. National Transportation Safety Board, Washington, DC, Special Study Prevention of D Pipelines. Adopted June 7, 1974. Report NTSB-PSS-73-1. C. American Petroleum Institute (API). Recommended practice for marking bur petroleum pipelines - APR RP 1109. D. General Services Administration, Washington, DC, Public Buildings Servic Specification for Mechanical and Electrical Equipmlent - PBS 4-1501, Amendment 2, Pag 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 Constructioin for remote and immediate hazards. 8 1 1 I 1 I I I 0 special provisions. 1 1 I I I SECTION 209 - ELECTF!ICAL COMPONENTS 209 ELECTRICAL COMPONENTS. add the following: Section 86, “Signals, Ligl Electrical Systems”, herein, shall replace Section 209, “Electrical Components”, of the SSF matters pertaining to the specifications for measurement, payment, warranty, and rnatc methods of construction for all elements of street lighting and traffic signals. 1 SECTION 86 - SIGNALS, LlGHTlNlG AND ELECTRICAL SYSTEC 86-1 GENERAL 86-1.01 Description. Electrical work shall consist of furnishing and installing, moc removing one or more traffic signals, traffic signal master controller assemblies and intercc facilities, flashing beacon systems, lighting systems, sign illumination systems, traffic n stations, communication systems, electrical equipment in structures, falsework lighting, F for future systems, or combinations thereof, all as shown on the plans, and as specified The locations of signals, beacons, standards, liighting fixtures, signs, controls, serv appurtenances shown on the plans are approximate and the exact locations will be estat: the Engineer in the field. All systems shall be complete and in operating condition at th acceptance of the contract. 86-1.01 5 Definitions. The following definitions pertain only to Section 86, “Signals, Ligl Electrical Systems.” Actuation.- The operation of any type of detector. Channel.- A discrete information path. Controller Assembly,- The complete assembly fior controlling the operation of a traffic other system, consisting of a controller unit, and all auxiliary equipment housed in a cabinet. Controller Unit.- That part of the controller assembly which performs the basic timing functions. Detector.- A device for indicating the passage or presence of vehicles or pedestrians. 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. I t em I. 1 6# 2/26/97 Contract No. 3482 Page 60 ( Flashing Beacon Control Assembly.-- A complete electrical mechanism for operating a warnii 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. Lighting Standard.- The pole and mast arm which support the luminaire. Luminaires- The assembly which houses the light source and controls the light emitted from tl light source. Magnetic Vehicle Detector.- A detector capable of being actuated by the induced voltage causi by the passage of a vehicle through the earth’s magnetic field. Magnetometer Vehicle Detector.- A detector capable of being actuated b’y the magnel disturbance caused by the passage or presence of a vehicle. Major Street.- The roadway approach or approaches at an intersection normally carrying tt major volume of vehicular traffic. Minor Street.- The roadway approach or approaches at an intersection normtally carrying tt minor volume of vehicular traffic. Pedestrian Detector.-A detector, usually of the push button type, capable of being operated 1 hand. Plans. - For this Section (Section 86) plans shall include all documents listed in Section 2.5, “Plar and Specifications”, et seq. as well as the “STANDARD PLANS”, 1995 edition as promulgated L the State of California, Department of Transportation. Pre-timed Controller Assembly.- A controller assembly for operating traffic signals in accordanc with a pre-determined cycle length. Signal Face.-That part of a signal head provided for controlling traffic in a single direction at- 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 ai combination ( sections or other devices at the same time. Signal Section.- A complete unit for providing a signal indication consisting of a housing, len: reflector, lamp receptacle and lamp. Traffic-Actuated Controller Assembly.- A controller assembly for operating 1.rafFic signals i accordance with the varying demands of traffic as registered with the controller unit by detectors. Traffic Phase.-The right of way, change and clearance intervals assigned to a traffic movemer or combination of movements. Vehicle.- Any motor vehicle normally licensed for highway use. em Page 61 of 112 \# 2126197 Contract No. 3482 I 1 1 I I t 1 t 86-1.02 Regulations and Code. All electrical equipment shall conform to the standal National Electrical Manufacturers Association (NEMA), the Underwriters’ Laboratories Inc. Electrical Testing Laboratories (ETL), the National Electrical Testing Association, Inc. (NET Electronic Industries Association (EIA), wherever applicable. In addition to the requireme plans, these special provisions, all materials and workmanship shall conform to the requirc the National Electrical Code, hereinafter referred tlo as the Code; California Code of Re Title 8, Chapter 4, Subchapter 5, Electrical Safety Orders; Rules for Overhead Elect Construction, General Order No. 95 of the Public lltilities Commission; Standards of the Society for Testing and Materials (ASTM); American National Standards Institute (ANSI) local ordinances which may apply. Wherever reference is made to any of the standards mentioned above, the reference construed to mean the code, order, or standard that is in effect on the day the Notice to Cc for the work is dated. 86-1.03 Equipment List and Drawings. Unless otherwise permitted in writing by the ’ the Contractor shall, within 15 days following award of the contract, submit to the En< review a list of equipment and materials which the Contractor proposes to install as sp Section 2-5.3, “Shop Drawings and Submittals.” manufacturer, size and identifying number of each item. The list shall be supplementec other data as may be required, including schematic wiring diagrams and scale drawings 01 showing location and spacing of shelves, terminal blocks and equipment, including dimei All of the above data shall be submitted, install as specified in Section 2-5.3, “Shop Drav Submittals”, for review. Where electrical equipment is constructed as detailed on the 1 submission of detailed drawings and diagrams will not be required. The Contractor shall furnish 5 sets of controller cabinet schematic wiring diagrams made t blueprint, white background process using iron-sensitized paper, (2) the offset lithograph pr (3) the electrostatic process. The diagrams shall show the location of the installation and all equipment installed in each controller cabinet In addition, for each signal install; Contractor shall furnish an intersection sketch showing poles, detectors, field wire connecti nals and phasing as shown on the plans. All schematic wiring diagrams of the controller unit!; and auxiliary equipment, all cabinet c and all operation manuals shall be submitted at the time the controller assemblies are deli testing. The schematic wiring diagram shall show in detail all circuits and parts. All par thereon shall be identified by name or number and in such manner as to be readily interpr diagrams, plans and drawings shall be prepared using graphic symbols shown in ANSI p Y32.2, entitled “IEEE Standard and American National Standard Graphic Symbols for Elec Electronic Diagrams.” 86-1.04 Warranties, Guaranties and Instruction Sheets. Manufacturers’ warrar guaranties furnished for materials used in the work and instruction sheets and parts lists with materials shall be delivered to the Engineer prior to acceptance of the project. 86-1.05 Maintaining Existing and Temporary Electrical Systems. Existing electrical (traffic signal, street lighting, flashing beacon, traffic monitoring, sign illumination and other 1 or approved temporary replacements thereof, shall be kept in effective operation for the I the traveling public during the progress of the work, except when shutdown is permitted, to alterations or final removal of the systems. The traffic signal shutdowns shall be limited i working hours. Lighting system shutdowns shall not interfere with the regular lighting I e The list shall be complete as to 1 B I I I 1: I I I Q= I. R p,s 2/26/97 Contract No. 3482 Page 62 f unless otherwise permitted by the Engineer. The Contractor shall notify the EEngineer prior performing any work on existing systenns. The Contractor shall notify the local traffic enforceme agency prior to any operational shutdown of a traffic signal. Where an existing system or temporaqi 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 kel all or any part of the system in effective operation will be paid for as extra work as provided Section 3-3 “Extra Work.”. The Agency will: 1 ) Continue the operation and maintenance of existing electrical facilities. 2) Continue to provide for electrical enelrgy 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 thait are undergoir the functional tests described in Section 86-2.14C, “Functional Testing.” The Contractor shall ascertain the exact location and depth of existing detectors, conduits, pi boxes and other electrical facilities before using any tools or equipment that may damage tho! facilities or interfere with any electrical system. Where damage is caused by the Contractoi operations, the Contractor shall, at the Contractor’s expense, repair or replace damaged facilitic promptly in accordance with these specifications. If any existing loop conductor, including tl portion leading to the detector hand hale or termination pull box, is damaged by the Contractor operations, the Contractor shall immedliately notify the Engineer. The affected detectors shall t replaced at the Contractor’s expense and as directed by the Engineer within 24 hours. If tt Contractor fails to complete the repairs within this period, the repairs will be made by Agency forcc at the Contractor’s expense. Should the Contractor fail to perform the required repairs or replac ments, the cost of performing the repairs or replacements will be deducted from any moneys due to become due the Contractor. Where roadways are to remain open to traffic and existing lighting systems are to be modified, th lighting systems shall remain in operation and the final connection to the modified circuit shall t made so that the modified circuit will tie in operation by nightfall of the same clay. Temporal electrical installations shall be kept in effective operation until the temporary installations are n longer required for the traveling public. Removal of temporary installations shall’ conform to tt- provisions in Section 86-7, “Removing., Reinstalling or Salvaging Electrical Equipment.’’ Thes provisions will not relieve the Contractor in any manner of the Contractor’s responsibilities i provided in Sections 4-1.1, “General” and 4-1.2, “Protection of Work and Materials.” During traffic signal system shutdown thle Contractor shall place “STOP AHEAD” and “STOP” sigr to direct vehicle and pedestrian traffic through the intersection. All signal faces shall be covere when the system is shut down overnighit. Temporary “STOP AHEAD” and “STOF’” signs shall k either covered or removed when the system is turned on. “STOP AHEAD” and ”STOP” signs sh; be furnished by the Contractor and shall conform to the provisions in Section 7-10.3, “Strec Closures, Detours, Barricades.” Minimum size of “STOP” signs shall be 29.53”. One “STOi AHEAD” sign and one “STOP” sign shall be placed for each direction of traffic. For two Ian approaches, two “STOP” signs shall be placed. Location of the signs shall be as directed by th Engineer. 86-1.06 Scheduling of Work. No above ground work, except service equipment, shall b performed until the Contractor has all materials on hand to complete that particular signal location c lighting circuit. Work shall be so scheduled that each traffic signal, lighting and sign illurninatio system shall be completed and ready for operation prior to opening the corresponding section of th roadway to traffic. *- p,# 2/26/97 Contract No. 3482 F’age 63 of 112 1 1 I 8 1 1 I I 1 Traffic signals shall not be placed in operation for use by public traffic without the written a1 the Engineer. The Contractor shall obtain the written approval of the Engineer no less t days prior to placing any traffic signal in operation. Traffic signals shall not be placed in operation for use by public traffic without the ene street lighting at the intersection to be controlled if street lighting exists or is being in conjunction with the traffic signals. Traffic signals shall not be placed in operation until the roadways to be controlled are oper traffic, unless otherwise directed by the Engineer. [Lighting and traffic signals shall not be operation, including flashing operation, prior to commencement of the functional te specified in Section 86-2.14, “Testing,” unless ordered otherwise by the Engineer. Conductors shall not be pulled into conduit until piill boxes are set to grade, crushed ro installed, mortar placed around conduit, concrete bottom of pull boxes placed, and metal1 bonded. The initial turn-on shall be made only between the hours of 9:OO a.m. and 2:OO p.m. and through Thursday unless otherwise approved, in writing, by the Engineer. Prior to tu equipment as shown on the plans shall be installed and operable including pedestriar pedestrian push buttons, vehicle detectors, lighting, signs and pavement delineation. AI visors, and signal faces shall be directed to provide maximum visibility. Functional tests : on any working day except Friday, or the day preceding a legal holiday. 86-1.07 Safety Precautions. Attention is directed to Section 7-1 0.4.1, “Safety Orders. starting work on existing series street lighting circuits, the Contractor shall obtain daily circuit clearance from the serving utility. By-pass switch plugs shall be pulled and “Men signs posted at switch boxes before any work is done. 8 0 1 86-2 MATERIALS AND INSTALLATION 86-2.01 Excavating and Backfilling. The excavations required for the installation o foundations, and other appurtenances shall be performed in such a manner as to i unnecessary damage to streets, sidewalks, landscaping, and other improvements. The shall not be excavated wider than necessary for the proper installation of the appurtenances and foundations. Excavation shall not be performed until immediate installation of conduit and other appurtenances. The material from the excavation shall be a position that will not cause damage or obstruction to vehicular and pedestrian traffic nor with surface drainage. Unless otherwise permitted in writing by the Engineer, all surplus excavated material removed and disposed of, within 48 hours, outside the highway right of way in accordance provisions in Sections 7-8.1, “Cleanup and Dust Control”, 300-1.3, “Removal and Di: Materials’’ and 302-6, “Surplus Material”, dependimg on the origin and nature of the mater removed and disposed. The excavations shall be backfilled in conformalnce with the provisions in Sections “Structure Backfill” or 306-1.3, “Backfill and Desification,” depending on the nature of the st1 conduit that the excavation being backfilled accommodates. Excavations after backfillins kept well filled and maintained in a smooth and well-drained condition until permanent re made. All excavations shall be filled, and sidewalks, pavement, and landscaping restorel intersection prior to excavating at any other infersection, unless otherwise permittel I tS 2/26/97 Contract No. 3482 Page 64 1 I I I 1 I 1 0 @= Engineer. Excavations in the street or highway shall be performed in such a manner that not mc than one traffic lane is restricted at any time, unless otherwise by the Engineer. 86-2.02 Removing and Replacing Improvements. In addition to the requirenients of sectio 7-9, “Protection and Restoration of Existing Improvements” and 306-1.5, “Trench Resurfacir Improvements such as sidewalks, curbs, gutters, portland cement concrete and asphalt concre pavement, underlying material, lawns and plants, and any other improvements removed, broken damaged by the Contractor’s operations, shall be replaced or reconstructed with ,the same kind material as found on the work or with materials of equal quality. The new work shall be left in serviceable condition. Whenever a part of a square or slab of existing concrete sidewalk, curb, gutter, or driveway broken or damaged, the entire square, section or slab shall be removed aind the concre reconstructed as above specified. The outline of all areas to be removed in portland ceme concrete sidewalks and driveways and in pavements shall be cut to a minimum depth of 2 in. w an abrasive type saw prior to removing the sidewalk, driveways and pavement material. Cuts sh be neat and true along score lines, with no shatter outside the removal area. 86-2.03 Foundations. Portland cement materials and construction methods shall conform Section 201, “Concrete, Mortar and Rlelated concrete Materials,” for Materials and Section 30 “Concrete and Masonry Construction,” for construction methods. Concrete foundations shall rest ( firm ground. Except when located on structures, foundations for posts, standards, and pedestals, not shown ( the plans to have mortar pads, shall be placed “in the solid” and monolithic except for the top (2 which shall be placed after the post, standard or pedestal is in proper position. After each PO: standard, or pedestal on structures, andl 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 expost portions shall be formed to present a neat appearance. Mortar shall consist of one part by volun of portland cement and 3 parts of clean sand, shall contain only sufficient moisture 1.0 permit packir and shall be cured by keeping it damp fcir 3 days. Reinforced cast-in-drilled-hole concrete pile foundations for traffic signal and lighting standards Shi conform to the provisions in Section 205-3.3, ”Cast-in-Place Concrete Piles,” except that materi resulting from drilling holes shall be disposed of as provided in Section 86-2.01, “Excavating ar 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 speci foundations, shall be finished to curb or sidewalk grade or as directed by the Engineer. Forms Shi be rigid and securely braced in place. Conduit ends and anchor bolts shall be placed in propt position and to proper height, and shall be held in place by means of a template until the concrel sets. Anchor bars or studs and nuts, except for Type 30 and Type 31 lighting standards, shall conform 1 ASTM Designation: A 307. Headed anchor bolts for foundations shall conform to the specificatior of ASTM Designation: A 307, Grade B with S1 supplementary requirements. At the option of tt Contractor, nonheaded anchor bolts for foundations shall conform either to the specifications I ASTM Designation: A 307, Grade C or to the provisions in AASHTO Designation: IW 314, Grade 2 or 55 with S1 supplementary requirements. When nonheaded anchor bolts conforming to tt specifications of ASTM Designation: A 307, Grade C are furnished, the end of each ffabricate anchor bolt shall be either coded by end stamping as required in ASTM Designation: A 307 or tt end that projects from the concrete ishall be permanently coded with a green color by tt manufacturer. High strength anchor lbolts, bars, or studs for Type 30 and Type 31 lightir standards shall conform to ASTM Designation: A 325, A 325M or A 449 and shall comply with tt *w Page 65 of 112 r,# 2/26/97 Contract No. 3482 1 1 t I I I I I I II I 1 I I B mechanical requirements of ASTM Designation: A 325 or A 325M after galvanizing. washers for high strength anchor bolts shall conform to ASTM Designations: A 563 or A 5 F 476 or F 476M, respectively. In addition to the requirements of ASTM Designation: A 4 shall be marked on either end as required for bolt heads. All steel parts shall be galvanized in accordance with the provisions in Section 210-3.6, “Gi for Traffic Signal Facilities.” The upper threaded portion of all anchor bolts shall be provided with 2 nuts and 2 washc Anchor bars or studs shall be provided with 3 nuts and washers each. Welding sh: performed on any portion of the body of high-strength anchor bolts, anchor bars, or studs. Plumbing of the standards shall be accomplished1 by adjusting the leveling nuts beforc mortar or before the foundation is finished to final grade. Shims, or other similar devices be used for plumbing or raking of posts, standards cr pedestals. Both forms and ground which will be in contact with the concrete shall be thoroughly n before placing concrete. Forms shall not be rernoved until the concrete has thorouc Ordinary surface finish, as specified in Section 303-1.9.2, “Ordinary Surface Finish,’’ shall b to exposed surfaces of concrete. Where obstructions prevent the construction of a planned foundation, the Contractor shall an effective foundation as directed by the Engineer. The foundations shown on the plan: extended if conditions require additional depth, and the additional work, if ordered by the I will be paid for as extra work as provided in Section 3-2, “Changes Initiated By The Agency Unless otherwise specified or shown on the plans, foundations not to be reused shall be r When a foundation is shown on the plans to be abandoned, the top of foundation, anchor t conduits shall be removed to a depth of not less than 3.25 ft. below surface of sid unimproved ground. The resulting hole shall lie backfilled with material equivalen surrounding material. Unless otherwise shown on the plans, all standards to be relocatec provided with new foundations and anchor bolts of the proper type and size. Posts, poles, standards, pedestals, and cabinets shall not be erected until the foundation t least 7 days, and shall be plumbed or raked, as directed by the Engineer. In unpaved 3.25 ft. square, 4 in. thick or of the size shown on the plans, whichever is the larger, raise portland cement concrete shall be placed in front of each controller cabinet. 86-2.04 Standards, Steel Pedestals and Posts. Standards for traffic signals and ligh steel pedestals for cabinets and other similar equipment shall be located as shown on th Workmanship and finish shall be equal to the best general practice of metal fabrication SI welding shall conform to AWS DI.1, “Structural Welding Code,” and to the requiremen Section 86-2.04. All welds joining the shafts of the standards and mast arms to their ba. shall be as shown on the plans, however, alternative weld joint details may be approve Engineer, Approval of alternative weld joint details will be contingent upon the proposed \ passing both weld procedure and nondestructive testing as deemed necessary by the Engi costs of the supplemental testing shall be borne by the Contractor. All standards except Type 1, and all signal mast arms, shall have an aluminum identificati as noted on the plans, attached with stainless steel rivets or screws. Type 1 standards i pedestals for controller cabinets shall be constructed of 0.12 in. or thicker galvanized stee standard weight galvanized, steel pipe or Size 103, Type 1 conduit, with the top desi post-top slip-fitter. Standard weight galvanized, Steel pipe shall conform to the specific I p,s 2/26/97 Contract No. 3482 Page 66 ( 0 1 t 0 1 @ 4- ASTM Designation: A 53. Materials and construction methods for all ferrous metal parts of standards, with shaft length 15 ft. and longer, shall conform to the details shown on the plans, the requirements of Sections 20 “Miscellaneous Metal Items,” for Materials and Section 304, “Metals Fabrication arid Constructior for construction methods except as otherwise noted, and the following requirements: 1) Except as otherwise specified, standards shall be fabricated from sheet steel off weldable grac having a minimum yield strength of 40,000 psi, after fabrication. Certified test reports which veri conformance to the minimum yield strength requirements shall be submitted to the Engineer. Tt test reports may be the mill test reports for the as-received steel or, when the as-received steel h: a lower yield strength than required, the Contractor shall provide supportive test data which providt assurance that the Contractor’s method of cold forming will consistently increase the tensi properties of the steel to meet the specified minimum yield strength. The supportive test data shz include tensile properties of the steel 130th before and after cold forming for specific heats an thicknesses. 2) When a single-ply 0.31 in. thick pole is specified, a 2-ply pole with equivalent section moduli may be substituted. Standards may be! fabricated of full-length sheets or shorter sections. Eac section shall be fabricated from not more than 2 pieces of sheet steel. Where 2 pieces are usec the longitudinal welded seams shall be directly opposite one another. When the sections are but welded together, the longitudinal welded seams on adjacent sections shall be placed to fori continuous straight seams from base to 1:op of standard. 3) Butt-welded transverse joints shall be strengthened by inserting a metal sleeve ai: each joint. Th sleeve shall be 0.12 in. nominal thickness, or thicker, steel having the same chemical compositic as the steel in the standard. When the sections to be joined have different specified minimum yiel strengths, the steel in the sleeve shall have the same chemical composition as the higher minimui yield strength steel to be joined. The imetal sleeve shall have a minimum length of 12 in. Th sleeve shall be centered at the joint and have the same taper as the standard with the outside of th sleeve in full contact with the inside of the standard throughout the sleeve length and circumference All welds shall be continuous. The weld metal at the transverse joint shall extend to the sleevc making the sleeve an integral part of the joint. Longitudinal welds in steel tubular sections will bl tested in accordance with California Test 664. The sampling frequency shall be as determined b the Engineer. The welds may be made by the electric resistance welding process. All exposel welds, except fillet and fatigue resistant welds and welds on top of mast arms, shall be ground flus with the base metal. 4) All exposed edges of the plates which make up the base assembly shall be finislhed smooth an1 all exposed corners of the plates shall Ibe neatly rounded unless otherwise shown on the plans. Shafts shall be provided with slip-fitter shaft caps. Standards shall be straight, with a permissiv variation not to exceed 1 in. measured at the midpoint of a 29.5 feet or 36 feet standard and not t exceed 0.79 in. measured at the midpoint of a 16.5 feet through 20 feet standard. Variation sha not exceed 1 in. at a point 15 feet above the base plate for Type 35 and Type 36 standards. 5) All galvanized nuts, used on assemblies with a specified preload or torque, shall be lubricated i accordance with the requirements specified for galvanized Grade DH nuts in ASTM Designation: A 563 or A 563M. 6) Standards with an outside diameter of 12 in. or less shall be round. Standards with an outsidt diameter greater than 12 in. shall be round or multisided. Multisided standards shall have i minimum of 10 sides which shall be convex and shall have a minimum bend radius of 4 in. 7) Mast arms for standards, shall be fabricated from material as specified for standards and shal conform to the dimensions shown on the plans. 8) The cast steel option for slip bases shall be fabricated from material coriforming to thc requirements of ASTM Designation: A 2;7/A 27M, Grade 70-40. Other comparable rmaterial may bf used if written permission is given by the! Engineer. The casting tolerances shall be in accsrdana with the Steel Founder’s Society of Amerrica recommendations (green sand molding). One castin( 4- p,s 2/26/97 Contract No. 3482 Page 67 of 112 Standard Type 15-SB 30 31 36-20A I Torque (Feet-Pound) 150 150 200 165 When directed by the Engineer, existing standards to be relocated or reused in place shall repaired. Large dents shall be removed, shafts shall be straightened, and portions which are poor condition due to corrosion or damage, shall be replaced. Extent of repairs or replacements v be determined by the Engineer and the repairs or replacements ordered by the Engineer will be p: for as extra work as provided in Section 3-2, “Changes Initiated By The Agency.” Anchor bolts or bars and nuts required for relocating existing standards shall be furnished by tl Contractor. When a standard or mast arm is relocated, or when a used standard or mast arm is Agenc furnished, new nuts, bolts, cap screws aind washers shall be provided and, if the standard has a SI base, a new keeper plate shall be provided. New hardware shall conform to the requirements f hardware used with new standards. New standards, mast arms, posts and other ferrous materials shall be galvanized as provided Section 21 0-3.6, “Galvanizing for Traffic Signal Facilities.’’ 86-2.05 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 the plans and as specified in this Section 86-2.05. addition, the Contractor may, as an option at the Contractor’s expense, use conduit of a larger si; than that shown or specified, provided the larger size is used for the entire length of the run fro1 outlet to outlet. Reducing couplings will not be permitted. New conduit shall niot pass throuc foundations for standards. 86-2.05A Material. Conduit and conduit fittings shall be UL or ETL listed and shall conform to tt following: 86-2.058 Use. 1) From an electrolier to the adjacent pull box shall be Size 41. 2) From a pedestrian push button post to the adjacent pull box shall be Size 27. 3) From a signal standard to the adjacent pull box shall be Size 53. 4) From a controller cabinet to the adjacent pull box shall be Size 78. 5) For detector runs shall be Size 41. 6) Not otherwise specified shall be Size 41. 86-2.05C Installation. Conduit shall be installed in conformance with the codes and regulation listed in Section 86-1.02, “Regulations and Code.” Conduit runs shown on the! plans may b changed to avoid underground obstructions with written approval by the Engineer. The ends of a conduits, whether shop or field cut, shall be reamed to remove burrs and rough edlges. Cuts sha be made square and true. Slip joints or running threads will not be permitted for coupling conduit. The ends of conduit shall be threaded and shall be capped with standard pipe CapS or “pennies” t protect the raceway against dirt and concrete until wiring is started. When caps or “pennies” ar removed, the ends of conduit and conduit fittings shall be provided with conduit bushings. Condu terminating in pull boxes or foundations shall be provided with insulated bonding bushings. A No. 12 copper pull wire or a pull rope shall be installed in all conduits which are to receive futun conductors. The pull rope shall be nylon or polypropylene with a minimum tensile strength of 50( pounds. At least 0.6-m of pull wire or rope shall be doubled back into the conduit at eacl termination. Existing underground condluit to be incorporated into a new system shall be cleanec with a mandrel or cylindrical wire brush and blown out with compressed air. em \? 2/26/97 Contract No. 3482 Page 69 of 112 1 t i 1 1 I II 1 1 R I 1 I I I 1 Conduit shall be laid to a depth of not less than 1i3 in. below grade in portland cement sidewalk areas and curbed paved median areas, and not less than 2.5 feet below finishec all other areas. Conduit may be laid on top of the existing pavement within new curbed being constructed on top of the existing pavement. Conduit couplings shall be located at I 86-2.06 Pull Boxes. Pull boxes shall be installed at the locations shown on the plz specified. The Contractor may, as an option, at the Contractor’s expense, use pull boxes c standard size than that shown or specified. 86-2.06A Materials. Pull boxes, covers and extensions for installation in the gro sidewalk areas shall be of the sizes and details shown on the plans and shall be I reinforced portland cement concrete (PCC). The designated concentrated force shall be 1 f for a No. 3-1/2 pull box and shall be 100 pounds for a No. 5 or No. 6 pull box. When a ver of 6500 N is applied, through a 0.5 in. x 3 in. x 6 in. steel plate, to a non-PCC cover in plact box, the cover shall not fail and shall not deflect mare than 0.25. The steel plate shall bc on Covers, , shall be secured with 0.35 in. bolts, cap screws, or studs, and nuts which I brass, stainless steel or other non-corroding metal material. Stainless steel holddown screws or studs, and nuts and washers shall have a chromium content of not less than 1 and a nickel content of not less than 8 percent. All ferrous metal parts shall be galvanized in accordance with the provisions in Section “Galvanizing for Traffic Signal Facilities.” 86-2.06B Cover Marking. Covers for pull boxes, except covers for ceiling pull boxes marked as shown on the plans. Marking shall be dearly defined and uniform in depth ar placed parallel to either the long or short sides of the cover. Marking letters shall be bet\ and 3 in. high. Marking shall be applied to each steel or cast iron cover prior to galvanizir of the following methods: (a) Cast iron strips, at least 0.24 in. thick, with the lletters raised a minimum of 0.06”. Strip fastened to covers with 0.24 in. flat-head stainless steel machine bolts and nuts. Bolt peened after tightening. (b) Sheet steel strips at least 0.03 in. with the letters raised a minimum of 0.06 in. i surrounding surface of the strips. Strips shall be fastened to covers by spot welc welding or brazing, with 0.24 in. stainless steel rivets, or with 0.24 in. roundhead stain machine bolts and nuts. Bolts shall be peened after tightening. (c) Bead welding the letters on the covers. The letters shall be raised at least 0.08”. 86-2.066 Installation and Use. Pull boxes shall be installed at the locations shown on and, in conduit runs exceeding 200 feet, shall be spaced at not over 200 foot interv Contractor may, at the Contractor’s expense, install additional pull boxes to facilitate the Y bottoms of pull boxes installed in the ground or in siclewalk areas, shall be bedded in crusht shown on the plans and shall be grouted prior to the installation of conductors. The grou between 0.5 in. and 1 in. thick and shall be sloped toward the drain hole. A layer of roof shall be placed between the grout and the crushed pock sump. A one in. drain hole shall be in the center of the pull box through the grout and the roofing paper. Where the sump of a pull box is disturbed by the Contractor’s operations, the sump shall be reconstructed and, if was grouted, the old grout shall be removed and new grout placed. 86-2.08 Conductors. Conductors shall be copper of the gage shown on the plans specified otherwise. Copper wire shall conform to the specifications of ASTM Designatic and B 8. 1 from face of foundation. 1 0 0 em I p,s 2/26/97 Contract No. 3482 Page 70 c 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 specific AWG diameter. Conductors used in loop detector lead-in cable shall conform to the specificatioi of ASTM Designation: B 286. A Certificate of Compliance conforming to the provisions in Sectic 4-1.5, “Certification,” shall be submitted by the manufacturer with each type of cable to be used on project. 86-2.08A Conductor Identification. All single conductors in cables, except detector lead- cables, shall have clear, distinctive and permanent markings on the outer surface throughout tl entire length showing the manufacturer’s name or trademark, insulation type letter designatio conductor size, voltage rating and the number of conductors if a cable. Conductor insulation sh be of a solid color or of basic colors with a permanent colored stripe as detailed in the followii table unless otherwise specified. Solid or basic colors shall be homogeneous through the full dep of insulation. Identification stripes shall be continuous over the entire length of the conductor. FC conductor sizes No. 2 and larger, the insulation may be black and the ends of the conductors shi be taped with electrical insulating tape of the required color for a minimum of 19.7” *= tS 2/26/97 Contract No. 3482 Page 71 of 112 1 8 1 I 1 I I i I e Lighting Ungrounded-Line 2 ......... Red None 1 1 t I I I I CONDUCTOR TABLE Insulation Colors Identification Circuit Signal Phase or Stripe Band Symbols Function Base (Note 1) (Note 6) I. 2,6 ................................... Red, Yellow, Eirown Black 2,6 ..................... 4,8 .................................... Red, Yellow, EIrown Orange 4,8 ..................... Vehicle Signals 13 ................................... Red, Yellow, EIrown None 1,5 ..................... (Note 4) 3,7 ................................... Red, Yellow, Brown Purple 3,7 ..................... Pedestrian Signals 4p,8p ............................... Red, Brown Orange 4p,8p ................. (Note 4) 1 p,5p ............................... Red, Brown None lp,5p ................. 3p,7p ............................... Red, Brown Purple 3p,7p ................. Buttons 4p,8p ............................... Blue Orange P-4,P-8 ............. (Note 4) 1 p3p ............................... Blue None P-1 ,P-5 ............. 2p,6p ............................... Red, Brown Black 2p,6p ................. Pedestrian Push 2p,6p ............................... Blue Black P-2,P-6 ............. ............. 3p,7p Blue Purple P-3,P-7 ............................... Traffic Signal Ungrounded between Black None CON-1 ............... Controller Cabinet Service ............................ Red None CON-2 ............... Highway Lighting Ungrounded-Line 1 ......... Black None No band required Pull Box to Ungrounded-Line 2 ......... Red None No band required Multiple Highway Ungrounded-Line 1 ......... Black None Switch & Cabinet .............. Luminaire (Note 9) Grounded .........................W hite None No band required ML1 ................... ML2 ................... Lighting Ungrounded to Photoelectric Unit (PEU) ..Black None Control Switching leg from PEU unit or SM transformer .... Red None Multiple Service Ungrounded-Line 1 Black None No band required (Signals) .......................... Red (Note IO) None Except per Note 5 Ungrounded-Line 2 (Lighting) c1 ..................... c2 ..................... Sign Lighting Ungrounded-Line 1 ......... Black None SL-1 .................. (Note 8) Ungrounded-Line 2 ......... Red None SL-2 .................. Flashing Beacons Ungrounded between F-Location No. (Note 7) Flasher and Beacons ..... Red or Yellow None (See Note 3) ... Pedestrian Push Buttons .White Black No band required Signals & Multiple Lightinwhite None No band required Grounded & Flashing Beacons & Sign White None No band required Lighting Control ................ White None No band required Multiple Service Common ........................... White None I ......................... Flash ................................ Orange None I-F ..................... Interconnect Dial 2 ................................ Orange None I-D2 ................... Dial 3 ................................ Orange None 1-03 ................... Common Lighting ............................. hite None c-3. ................... ................ Offset ............................... Orange None 1-0 ..................... Spares ......................... Black None No band required Railroad Pre-Emption.. Black None R ....................... 4- I. 1 p,s 2/26/97 Contract No. 3482 Page 72 Notes: 1. 2. 3. 4. 5. 6. 7. a. 9. 10. On overlaps, insulation is striped for first phase in designation, for example, a phase (2+3) conductor is strip as for phase 2. Band for overlap and special phases as required. Flashing beacons having separate service do not require banding. These requirements do not apply to signal cable. "S" if circuit is switched on line side of service equipment by utility. Band conductors in each pull box and near ends of termination points. On signal light circuit:;, a single band m be placed around 2 or 3 ungrounded conductors comprising a phase. Ungrounded conductors between service switch and flasher mechanism shall be black and banded as indica1 in this column. Conductors between ballasts and sign lighting lamps shall be No. 16 and color shall correspond to that of t ballast leads. Both conductors between external H.I.D. ballast and lamp socket shall be black. Black acceptable for size No. 2 and larger. Tape ends for 2.5 feet with indicated color. 86-2.088 Multiple Circuit Conductors.-- Conductors for multiple circuits shall be UL or ETL liste and rated for 600-V operation. The insulation for No. 14 through No. 4 conductors shall be one the following: 1) Type Tw polyvinyl chloride conforming to the requirements of ASTM Designation: D 221 9. 2) Type THW polyvinyl chloride. 3) Type USE, Type RHH or Type RHW cross-linked polyethylene. At any point, the minimum thickness of ;any Type TW, THW, USE, RHH or RHW insulation shall t 0.04 in. for conductor sizes No. 14 to Nlo. 10, inclusive, and 0.05 in. for No. 8 to No. 2, inclusive The insulation for No. 2 and larger conductors shall be one of the types listed above or shall 1: Type THWN. Conductors for wiring wall luminaires shall be stranded copper, with insulation rate for use at temperatures up to 125°C. Overhead lighting conductors shall be No. 8, or large medium hard drawn copper with weatherproof covering. 86-2.08C Series Circuit Conductors. Conductors for series circuits shall be No. 8, shall be rate for 5000-V operation and shall be insulated with 0.15 in. minimum thickness polyvirtyl chloride con pound conforming to the specifications of ASTM Designation: D 221 9, or polyethylene conforming t the specifications of ASTM Designation: D 1351. 86-2.08D Signal Cable. Signal cable shall be installed. Individual conductors are not allowed Signal cable shall conform to the following: 1) The cable jacket shall be black polyethylene with an inner polyester binder sheath, and shall b rated for 600- V and 75°C. All cables shall have clear, distinctive, and permanent markings o the outer surface throughout the entire length of the cable showing the manufacturer's name c trademark, insulation designation, nurnber of conductors, conductor sizes, and the voltage ratin of the jacket. Filler material, if used, shall be polyethylene material. Individual conductors in th cable shall be solid copper with Type THWN insulation, and shall conform to the requirements ii Section 86-2.08, "Conductors," and ASTM Designation: B 286. The minimum thickness of Typc THWN insulation, at any point, shall be 0.01 in. for conductor sizes No. 14 and No. 12, an1 0.02 in. for conductor size No. 10. The minimum thickness of the nylon jacket shall be 0.0004 in at any point. em %$ 2/26/97 Contract No. 3482 F'age 73 of 112 1 D 0 I i 1 1 I 1 8 1 I 1 1 I Three-Conductor Cable (3CSC). The 3-conductor signal cable shall consist of thret conductors. The cable jacket shall have a minimum average thickness of .04 in. and a thickness at any point of 0.04 in. The nominal outside diameter of the cable shall not exc in. The color code of the conductors shall be blue/black stripe, blue/orange stripe, and w stripe. The 3 conductor cable shall be used for pedestrian push buttons and a spare. FiveConductor Cable (SCSC). The 5-conductor signal cable shall consist of five conductors. The cable jacket shall have a minimum average thickness of 0.04 in and sh: minimum thickness at any point of 0.04 in. The nominal outside diameter of the cable exceed 0.51 in. The color code of the conductors shall be red, yellow, brown, black, and w Nine-Conductor Cable (SCSC). The 9-conductor cable shall consist of eight No. 14 cc and one No. 12 conductor. The cable jacket shall have a minimum average thickness of 0.1 shall have a minimum thickness at any point of 0.05 in. The nominal outside diameter of shall not exceed 0.67 in. The color code for the No. 12 conductor shall be white. The color the No. 14 conductors shall be as follows: Insulation Colors Stripe yellowlblack stripe ellow brown/black stripe brown black red/black stri e white/black stripe Twelve-Conductor Cable (12CSC). The 12-cond~ictor signal cable shall consist of eleve conductors and one No. 12 conductor. The cable jaicket shall have a minimum average thic .06 in and shall have a minimum thickness at any point of 0.05 in. The nominal outside diz the cable shall not exceed .67 in. The color code for the No. 12 conductor shall be white. - code and functional connections for the No. 14 conductors shall be as follows, unless c approved by the Engineer: 'k 1 0 e= I. 1 rrs 2/26/97 Contract No. 3482 Page 74 o Color Code red yellow brown red/black stripe yellow/black stripe brown/black stripe blacWred stripe black/white stripe black red/white stripe browdwhite stripe Termination Phase vehicle signal red vehicle signal yellow vehicle signal green 2,4, 6 or 8 2,4, 6 or 8 2,4, 6 or 8 vehicle signal red vehicle signal yellow vehicle signal green 1, 3, 5 or 7 1, 3, 5 or 7 1, 3, 5 or 7 spare, or use as required for red or Don’t Walk spare, or use as required for yellow spare, or use as required for green or Walk ped signal Don’t Walk ped signal Walk I I 1 I 1 I II I 1. I I I I 8 I 1 1) Twenty Eight-Conductor Cable (28CSC). The 28-conductor signal cable shall con No. 14 conductors and one No. 10 conductor. The cable jacket shall have a minimun thickness of .08 in and shall have a minimum thickness at any point of 0.06 in. Thc outside diameter of the cable shall not exceed 0.91 in. The color code for the No. 10 I shall be white. The color code and functional connections for the No. 14 conductors SI follows: I. 1) The signal commons in each 28-conductor cable shall be kept separate except at t 2) Each 28-conductor cable shall be labeled in each pull box “Cl” or “C2”,. 3) The cable identified “C1” shall be used for signal Phases 1, 2, 3 and 4. The cable identi 4) Each signal cable, except 28-conductor, shall be marked, in each pull box, showing tl con troller. shall be used for signal Phases 5, 6,7 and 8. standard to which it is connected. em I. I p,s 2/26/97 Contract No. 3482 Page 76 ( 86-2.08E Signal Interconnect Cable (SIC). Signal Interconnect Cable shall consist of six twelve No. 20, minimum, stranded tinned copper conductors as shown on the plans or requirl herein. Each conductor shall be insulated with 0.01 in., minimum nominal thickness, color code polypropylene material. Conductors shall be in twisted pairs. Color coding shall distinguish ea pair. Each pair shall be wrapped with an aluminum polyester shield and shall have a No. 22 larger, stranded, tinned copper drain wire inside the shielded pair. The cable jacket shall be blac high density polyethylene, rated for a niinimum of 300- V and 60°C, and shall have a nominal w thickness of 0.04 in., minimum. The cable jacket or the moisture-resistant tape dlirectly under tl outer jacket shall be marked with the manufacturer’s name, insulation type designation, number conductors and conductor size, and voltage and temperature ratings. Splices Shidl be made or where shown on the plans or in controller cabinets. A minimum of one meter of slack shall I provided at each splice and 6.5 feet at each controller cabinet. Splices of conductors shall L insulated with heat-shrink tubing of the appropriate size and shall overlap the conductor insulation least 0.59 in. The overall cable splice shall be covered with heat-shrink tubing, witlh at least 1.57 of overlap of the cable jacket. 86-2.09 Wiring. All conductors shall be run in conduit, except overhead and tempora installations and where conductors are run inside poles. Wiring shall be done in conformance wi the regulations and code listed in Section 86-1.02, “Regulations and Code,” and the followir additional requirements: 86-2.09A Circuitry. Sufficient traffic signal light conductors shall be provided to perform tk functional operation of the signal and, in addition thereto, 3 spare conductors shall tie provided in i conduits containing traffic signal light conductors, unless shown otherwise on the plans. Trafl signal light conductors shall not run to a terminal block on a standard unless they are to t connected to a signal head that is mouinted thereon. Connection to each terminal of a pedestri: push button shall be by a single conductor. The common for pedestrian push bulton circuits Shi be separate from the traffic signal light circuit grounded conductors. Where ballasts or transformei are used, series conductors shall be run from ballast to ballast, transformer to transformer, and fro1 ballast or transformer to service. 86-2.09B Installation. A UL or ETL listed inert lubricant shall be used in placing conductors I conduit. Conductors shall be pulled into conduit by hand and the use of winches or other pow( actuated pulling equipment will not be permitted. When new conductors are to be added to existin conductors in a conduit, all conductors shall be removed; the conduit shall be cleaned as provided i Section 86-2.05C, “Installation”; and both old and new conductors shall be pulled into the conduit E a unit. Where traffic signal light conductors are run in lighting standards containing street lightin conductors from a different service point, either the traffic signal light conductors or the lightin conductors shall be encased in flexible or rigid metal conduit, to a point where the 2 types ( conductors are no longer in the same raiceway. Temporary conductors less than 3 m above grad shall be enclosed in flexible or rigid metal conduit. At least one foot of slack shall be left .for each conductor at each signal or lighting standard, c combined standard, and at least 3 feet of slack at each pull box. At least 3 feet of slack shall be le for each conductor at each splice. Ends of spare conductors or conductors terminated in pull boxe shall be taped to provide a watertight seal. Qm p,s 2/26/97 Contract No. 3482 Page 77 of 1 12 I I I E I 1 I I 1. I I E 1 0 0 1 I Conductors within fixtures or service cabinets shall be neatly arranged and shall be cablec with self-clinching nylon cable ties, or other method approved by the Engineer. Traffic s conductors, interconnect conductors, service conductors, detector conductors and controller cabinets and flashing beacon cabinets shall be neatly arranged, and shall t together with self-clinching nylon cable ties, or enclosed in plastic tubing or raceway. Conductor identification shall be provided under the following conditions: 1) Where signal phase or circuit are not clearly indicated by conductor insulation color anc detailed in the conductor table in Section 86-2.08, ‘Conductors,” or when identification s not available, marking shall be as detailed in the conductor table for special and overlap 2) Where metered and unmetered conductors occupy the same pull box, the unmeter conductors shall be identified, “UNMETERED-STREET LTG,” “UNMETEREI STATION,” or as appropriate to describe the unnietered circuit. Conductors shall be permanently identified as to function. Identification shall be placed conductor, or each group of conductors comprising a signal phase, in each pull box and end of terminated conductors. Identification shall be by direct labeling, tags or bands fa the conductors in such a manner that they will not move along the conductors. Labeling SI mechanical methods. 86-2.09C Connectors and Terminals. Conductors shall be joined by the use of UL or E crimp type connectors as shown on the plans. Connectors and terminals shall be appliec proper type tool as recommended by the manufacturer of the connector or terminal beii Finished connections and terminals shall comply with the requirements of Military Specifia T-7928. All stranded conductors smaller than No 14 shall be terminated in crimp stylc lugs. All connectors and terminal lugs for conductlor sizes No. 8 and smaller shall be so the hot iron, pouring or dipping method. Open flame soldering will not be permitted. 86-2.090 Splicing and Terminations. Unless specified otherwise or permitted by the I splices shall conform to the details shown on the plans and will be permitted only in the types of circuits at the following locations: I) 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 location or in the bases of Type 21 standards. \Nhere electroliers are more than 400 ft splices will be permitted in pull boxes at 400 feet, or greater, intervals. 4) When traffic signals are being modified, ungrounded traffic signal light conductors may k in pull boxes at locations shown on the plans. 5) Ungrounded traffic signal light conductors to a terminal compartment or signal he standard may be spliced to through conductors of the same phase in the pull box adjaa standard. 6) All splices and terminal lugs for conductor sizes No. 8 and smaller shall be soldered k iron, pouring or dipping method. Open flame soldering will not be permitted. 0 1 86-2.09E Splice Insulation. All splices shall be capable of satisfactory operatic continuous submersion in water. MuIti-conductor cisbies shall be spliced and insulated to I 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 i and taping shall be applied between the conductors in such a manner as to provide a v joint. Splice insulation shall conform to the details shown on the plans. Low-voltage tape shall be UL or ETL listed and shall1 be the following types: 0 43 Page 78 ( I p;s 2/26/97 Contract No. 3482 Property Shrinkage Ratio: Dielectric St re ng t h Resistivity: Tensile St re ng t h : Operating Temperature: Water Absorption: Requirement 33 percent, maximum, of supplied diameter when heated to 125°C and allowed to cool to25”C. 140 kV per .39 in., minimum. 1013 ’/2. mnn, minimum. 14 MPa, minimum. -40°C to 90°C (1 35°C Emergency). 0.5 percent, maximum. I I I 1p I 1 1 I I I I 1 e I The splice connector shall completely enclose the fuse and shall protect the fuse againsl from water and weather. The contact between the iuse and fuseholder shall be by spring The terminals of the splice connector shall be rigidly crimped, using a tool of the type recor by the manufacturer of the fused splice connector, onto the line conductors and the conc the ballasts and shall be insulated and made waterproof in accordance with the splice c manufacturer’s recommendations. Fused splice connectors shall not be used in series Fuses shall be standard midget, ferrule type, with “Non-Time-Delay” feature, and shall 86-2.10 Bonding and Grounding. Metallic cable sheaths, metal pull box covers, meta equipment grounding conductors, ballast and transformer cases, service equipment, sign and metal poles and pedestals shall be made mechanically and electrically secure tc continuous system, and shall be effectively grounded. Bonding jumpers shall be copp~ copper braid of the same cross sectional area as No. 6 for series lighting systems and larger for all other systems. The jumper size shall be increased to match the load or t breaker size, or shall be as shown on the plans. Equipment grounding conductors shall coded to Code requirements or shall be bare. The bonding jumper in standards with handholes shall be attached by a 0.18 in. or larger I and shall be run to the conduit or bonding wire in the adjacent pull box. Standard handholes shall be bonded by a jumper attached to all anchor bolts, and shall be run to th or bonding wire in the adjacent pull box. Grounding jumper shall be visible after cap I placed on foundation. Where slip base standards or slip base inserts are installed, the jumper shall not intrude into the slip plane. Bonding shall be accomplished by a bonding s anchor bolts or a 0.18 in. or larger brass bolt installed in the bottom slip base plate. One side of the secondary circuit of series-multiple and step-down transformers shall be grl Grounding of metal conduit, service equipment and the grounded conductor at service poir accomplished as required by the Code and the serving utility, except that grounding conductor shall be No. 6, or larger. For equipment grounding purposes in Type 3 condui copper wire shall be run continuously in circuits used for series lighting, and a No. 8, I copper wire shall be run continuously in all other circuits. The bonding wire size shall be I to match the circuit breaker size, or shall be as shown on the plans. Where Type 3 condu installed for future conductors, the copper wire may be omitted. Equipment bonding and ( conductors are not required in conduits which contain only loop lead-in cable or signal intc cable or both. At each multiple service disconnect location, a ground electrode shall be furnished and Ground electrodes shall be one-piece lengths of galvanized steel rod or pipe not less thz diameter, or of copper clad steel rod not less than 0.59 in. in diameter. Ground electrode installed in accordance with the provisions of the Code. The service equipment shall be t the ground electrode by use of a ground clamp or exothermic weld and No. 6 or larger COI enclosed in a size 16 or larger diameter conduit. Ground clamp for service grounding and for groundling of equipment on wood poles shall b galvanized, malleable iron conduit hub with swivel feature. On wood poles, all metallic E mounted less than 8 feet above ground surface shall be grounded. Bonding of metallic non-metallic pull boxes shall be by means of bonding bushings and bonding jumpers. B metallic conduit in metal pull boxes shall be by means of locknuts, one inside and one out5 0 I in-x 1.50 in. I 0 i box. *m p,s 2/26/97 Contract No. 3482 Page 80 I. I 86-2.13 Sign Control. Each sign illumination installation shall be provided with a disconnc circuit breaker mounted on the sign standard or structure, as shown on the plans. Where the si1 lighting is served from a series lighting circuit through a series-multiple transfcirmer, the circ breaker shall be installed in the secondary circuit. Where the sign lighting is served through multiple-multiple transformer, the circuit breaker shall be installed in the primary circuit. Circ breakers shall meet the requirements for circuit breakers in Section 86-2.1 1, “Service.” Enclosu for the circuit breaker shall be NEMA Type 3R, shall be galvanized or shall be cadmium plated, ai shall be provided with dead front panel and a hasp with a 0.43 in. diameter hole for a padlock. Pa locks will be furnished by others. When the sign structure is to be painted, the circuit breaker sign switch enclosure shall be painted the same color as the sign structure on which it is mounted. 86-2.14 Testing. Attention is directed to Section 4-1.4, “Test of Materials.” Testimg shall confoi to the following: 86-2.14A Materials Testing. Material and equipment to be tested shall be delivered to a testir location designated by the Engineer. Testing will be performed by the Agency. Testing and qual control procedures for Model 170 and Model 2070 controller assemblies shall conform to tl requirements in “Transportation Electrical Equipment Specifications,” and “Traffic Signal Conti Equipment Specifications,” issued by the State of California, Department of Transportation, and all addendums thereto current at the time of project advertising. Testing and quality conti procedures for all other traffic signal controller assemblies shall conform to the requirements in tl NEMA TS Standards for Traffic Control Systems. In the event equipment submitted for testing does not comply with specifications, the Contract shall remove the equipment for repair within 5 working days after notification that the equipment rejected. In the event the equipment is not removed within that period, it may be shipped to tl Contractor at the Contractor’s expense. The Contractor shall allow 30 days for Agency testing frc the time the material or equipment is delivered to the Agency test site. When equipment beii tested has been rejected for failure to c:omply with the specifications, the Contraclor shall allow : days for Agency retesting. The retesting period shall begin when the corrected equipment is mac available at the test site. All testing subsequent to rejection of the equipment for failure to comply with specificatic requirements will be at the expense of lhe Contractor. Deductions to cover the cost of that testii will be made from any moneys due or which may become due the Contractor under the contrac 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 r quest and the Agency’s convenience, the Agency will pack and ship the equipment to the Contract or to the site of work. The sum of $100 or the actual cost of packing and shipping, 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. 86-2.148 Field Testing. Prior to start of functional testing, the Contractor shall perform tl following tests on all circuits, in the presence of the Engineer. 86-2.14B(I) Continuity. Each circuit shall be tested for continuity. 86-2.14B(2) Ground. Each circuit shalt1 be tested for grounds. 86-2.14B(3) Insulation Resistance. An insulation resistance test at 500 V DC shall be made c each circuit between the circuit and a ground. The insulation resistance shall not be less th; 10 M% on all circuits, except for inductive loop detector circuits which shall have an insulatic resistance value of not less than 100 MX. em ’s 2126f97 Coniract No. 3482 IPage 81 of 112 1 The insulation resistance test shall not be performed on magnetometer sensing elements in the pull box adjacent to the magnetometer sensing elements shall not be made pric forming the test on the lead-in conductors between the pull box and the controller cat terminals. 86-2.14C Functional Testing. Attention is directed to Section 86-1.06, “Scheduling ( regarding requirements for test periods. A functional test shall be made in which it is demonstrated that each and every part of th functions as specified. The functional test for each new or modified system shall consist c than 5 days of continuous, satisfactory operation If unsatisfactory performance of th develops, the condition shall be corrected and tine test shall be repeated until the f continuous, satisfactory operation is obtained. Turn-on of new or modified traffic signals shall be made only after all traffic signal circuits I- thoroughly tested as specified above. Except for new or modified portions of existing ligliting circuits and sign illumination sys Agency will maintain the system or systems during the test period and will pay the cost of energy for the operation of all of the facilities that are undergoing testing. The co! necessary maintenance performed by the Agency on new circuits or on the portions of e) cuits modified under the contract, except electrical energy, shall be at the Contractor’s exp will be deducted from any moneys due, or to become due, the Contractor. A shutdown of the electrical system resulting from damage caused by public traffic, from interruption or from unsatisfactory performance of Agency-furnished materials shall not discontinuity of the functional test. 86-2.1 5 Galvanizing. Galvanizing shall be in accordance with the provisions in Sectior “Galvanizing for Traffic Control Facilities,”except that cabinets may be constructed Oi galvanized prior to fabrication in conformance with the specifications of ASTM Designatic or A 525M, Coating Designation G 90, in which case all cut or damaged edges shall be pa at least 2 applications of approved unthinned zinc-rich primer (organic vehicle type) conf 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 Iron or steel pipe standards and pipe mast arms shall be hot-dip galvanized after fabi conformance with the specifications of ASTM Designation: A 53. Galvanized surfaces I spurs removed. Tie-rods, bolts, nuts, washers, clamps and other miscellaneous ferrous parts shall t galvanized after fabrication in accordance with the provisions in Section 21 0-3.6, “Galvz Traffic Control Facilities.” Not less than 10 in. of the upper end of the anchor bolts, anchor bars, or studs, and all washers shall be galvanized in accordance with the provisions in Section 21 0-3.6, “Galv: After galvanizing, the bolt threads shall accept galvanized standard nuts without requirin causing removal of protective coatings. Galvanizing of existing materials in an electrical installation will not be required. I 8 1 I 1 I 1 I 8. I 1 I 1 I i I I I Traffic Control Facilities.’’ 0 e= Page 82 aS 2/26/97 Contract No. 3484! 86-2.1 6 Painting. Painting of electrical equipment and materials shall conform to the provisions Section 31 0, “Painting,” with the following additions and modifications. Paint materials for electrical installations,, unless otherwise specified, shall conform to the provisior in Section 21 0, “Paint and Protective Coatings.” Factory or shop cleaning methods for metals will be acceptable if equal to the methods specific herein. In lieu of the temperature and seasonal restrictions for painting as provided in Section 31 “Painting,” paint may be applied to equipment and materials for electrical installations at any tin permitted by the Engineer. All ungalvanized ferrous surfaces to be painted shall be cleaned prior to applying the prime coal Blast cleaning will not be required. If an approved prime coat has been applied by the manufacturer, and it is in good condition, the fir primer application by the Contractor will not be required. Existing equipment to be painted in the field, including Agency-furnished equipment, shall t washed with a stiff bristle brush using a solution of water containing 7.5 ml. of heavy duty deterge powder per liter. After rinsing, all surfaces shall be wire brushed with a coarse, cup shaped, powe driven brush to remove all poorly bonded paint, rust, scale, corrosion, grease or dirt. Any dust ( residue remaining after wire brushing shalt also be removed prior to priming. Immediately aft( cleaning, all galvanized surfaces and all non-ferrous metal surfaces shall be coated with or application of Primer (Wash) Pre-Treatment, Section 210-1.5 or wash primer conforming to tt requirements of Military Specification MIL-P-153280. The wash primer shall be applied by sprayir or brushing to produce a uniform wet film on the surface. Galvanized equipment and wood poles for traffic signal or flashing beacon installations shall not t painted D New galvanized metal surfaces to be painted in the field shall be cleaned as specified for existir equipment before applying the prime coats specified. Wire brushing of new galvanized surfaces w not be required. After erection, all exterior surfaces shall be examined for damaged primer and the damage surfaces shall be cleaned and spot coated with primer. Galvanized metal guard posts shall not t painted. Painting of Agency-furnished controller cabinets will not be required. Types II and Ill steel service equipment enclosures shall be painted with a polymeiric or an enam coating system conforming to Color No. 14672 (light green) of Federal Standard 5958. All coatins shall be commercially smooth, substantially free of flow lines, paint washout, streaiks, blisters, ar other defects that would impair service’ability or detract from general appearance. The coatins shall comply with the following requirements: 1) Coating Hardness - The finish shall have a pencil lead hardness of HB minimum using an Eag Turquoise pencil. 2) Salt Spray Resistance - The undercutting of the film of the coating system shall not excee 0.12 in. average, from lines scored diagonally and deep enough to expose the base metal, aftc 250 hours exposure in a salt spray calbinet in accordance with ASTM Designation: B 117. 3) Adherence - There shall be no coating loss when tested by California Test 645. Compliance t the coating system to the above requirements may be determined by the application of tt em p,s 2/26/97 Contract No. 3482 Page 83 of 112 I I coating, to 4 in. x 8 in. x 0.02 in. test specimens of the same material as the cabine same manner as applied to the cabinets. A Certificate of Compliance shall be furnished in accordance with the provisions of Secti “Certification,” certifying that the coating system furnished complies in all respects with quirements. Interior of metal signal visors, louvers and front faces of back plates shall bf with 2 applications of lusterless black exterior grade latex paint formulated for application tc prepared metal surfaces, except that factory finish in good condition will be acceptable. Metal signal sections, signal head mountings, brackets and fittings, outside of visors, p push button housings, pedestrian signal sections and visors, and back faces of back plates finished with 2 applications of lusterless black or dark olive green exterior grade la formulated for application to properly prepared metal surfaces. Dark olive green color sh Color Chip No. 68 on file at the CALTRANS Transportation Laboratory. Conduit and conduit fittings above ground shall be prepared and finished in the same manr adjacent standard or post. Relocated, reset or modified equipment previously finished as in this Section 86-2.1 6, except for galvanized standards previously finished with traffic sigi enamel, shall be given a spot finishing application on newly primed areas, followed by onc application over the entire surface. If any signal faces or mounting brackets are requi painted under this Section, all signal faces and mounting brackets on the same mountin! repainted. Small rusted or repaired areas of relocated or reset galvanized equipment shall be cle painted as provided in Section 21 0-3.6, “Galvanizing for Traffic Control Facilities,”for damaged galvanized surfaces. Equipment number shall be neatly stenciled on the standard or adjacent structure. Thc designation will be determined by the Engineer. All paint shall be applied either by hand brushing or by spraying machines in the hands operators. The work shall be done in a neat and workmanlike manner. The Engineer res right to require the use of brushes for the application of paint, should the work done by spraying machine prove unsatisfactory or objectionable, as determined by the Engineer. I. 1 1 1 1 I I 1 I I 86-3 CONTROLLER ASSEMBLIES 86-3.01 Controller Assembly. A controller asseimbly shall consist of a complete mech controlling the operation of traffic signals or other systems, including the controller ur necessary auxiliary equipment, mounted in a cabinet. All equipment required to pr operation shown on the plans and as specified shall be provided. All field conductors N smaller shall terminate with spade type terminals. All field conductors No. 10 and la terminate in spade type or ring type terminals. 86-3.02 Type 90 Controller Assembly. Each Type 90 controller assembly shall coi complete traffic signal controller assembly which conforms to the requirements in the I Standards for Traffic Control Systems. The provisions of Sections 86-3.03, “Model 170 i 2070 Controller Assemblies,” 86-3.04, “Controller Cabinets,” 86-3.05, “Cabinet Accesso 86-3.06, ‘Components,” shall not apply to Type 90 controller assemblies. 86-3.03 Model 170 and Model 2070 Controller Assemblies. Model 170 and Model 20 170/2070) controller assemblies shall consist of a Model 170, 170E or 2070 controller un cabinet and all auxiliary equipment required to coritrol the system as shown on the plan a I f 1 0 4 0 I em p,@ 2/26/97 Contract No. 34841 Page 84 specified in these special provisions. Model 170/2070 controller assemblies shall conform to tt requirements in “Transportation Electrical Equipment Specifications,” (TEES) and “Traffic Sign Control Equipment Specifications” (TSCES), issued by the State of California, Department Transportation, and to all addendums thereto current at the time of project advertising. Unless otherwise specified or shown on the plans, controller assembly cabinets (housing) shall t Type 1 as shown in the TSCES. The provisions of Sections 86-3.04, “Controller Cabinets,” 86-3.0 “Cabinet Accessories,” and 86-3.06, “Components,” shall not apply to Model 17O/2070 controll assemblies. 86-3.04 Controller Cabinets. Unless otherwise specified, controller cabinets for other than Tyl 90 and Model 170/2070 controllers shall conform to the following: 86-3.04A Cabinet Construction. The cabinet shall be a rainproof cabinet with dimensions i shown on the plans. The cabinet top shall be crowned 0.51 in. or slanted to the rear to preve standing water. The cabinet and doors !shall be fabricated of either 0.07 in. minimum thickness co rolled steel, 0.07 in. minimum thickness stainless steel or 0.12 in. minimum thickness aluminum. I exterior seams for cold rolled steel and aluminum cabinets and doors shall be contiinuously weldec All overlapping exterior seams for stainless steel cabinets and doors shall meet the requirements f Type 4 enclosures in the NEMA Enclosure Standards. All exterior welds shall be ground smoott All edges shall be filed to a radius of 0.31 in., minimum. Cabinets fabricated from cold rolled steel shall be finished with a polymeric or an enamel coatir system conforming to Color No. 14672 of Federal Standard 595B. All coatings shall t commercially smooth, substantially free of flow lines, paint washout, streaks, blisters, and othl defects that would impair serviceability or detract from general appearance. The coatings Shi comply with the following requirements: 1) Coating Hardness- The finish shall have a pencil lead hardness of HB minimum using an Eag Turquoise pencil. 2) Salt Spray Resistance- The undercutting of the film of the coating system shall not exceed 0.1 in. average, from lines scored diagorially and deep enough to expose the base metal, after 3: hours exposure in a salt spray cabinet in accordance with ASTM Designation: B 11 7. 3) The cabinet shall suffer no coating loss when subjected to the following: Two test specimen 4 in. x 8 in., of the same material and coating as the cabinet supplied, shall be furnished for tt tests. Two 9 in. diagonal scratches exposing bare metal will be made on a specimen. It will t soaked in demineralized water for 192 hours. A 1 in. wide strip of masking tape shall be tighl affixed to this surface and removed with one quick motion; evidence of blistering, softening, ( peeling of the paint or coating from the base metal shall be cause for rejection. 4) Testing will be in accordance with (California Test 645, except that conformance to the 1E Degree Bend Test will not be requiredl. 5) Metal preparation shall be the 3-step iron phosphate conversion coating bonderizing technique. The inside walls, doors and ceiling of the housing shall be finished the same as the outside finis1 Cabinets fabricated from stainless steel shall conform to the following: I. Annealed or quarter hard stainless steel sheet shall be used and shall comply with t requirements of ASTM Designation: A 666 for Type 304, Grades A or B, stainless steel sheet. II. Welding on stainless steel cabinets shall be by the gas tungsten arc welding (GTAW) prom using bare stainless steel welding electrodes. 111. Electrodes shall conform to the requirements of the American Welding Society (AWS) A5.9 ER308 chromium-nickel bare arc welding electrodes. *= p,s 2/26/97 Contract No. 3482 Page 85 of 11 2 c I 8 1 1 I 1 u I 1 I I I I IV. Procedures, welders and welding operators for welding on stainless steel shall confc requirements and practices recommended in AVJS C5.5. V. The exposed, exterior surfaces of stainless steel cabinets shall be ground or brushed tc to 1.3-pm finish using iron-free abrasives or stainless steel brushes. VI. The stainless steel cabinet, after grinding or brushing, shall not show any rust discolorr subjected to the following: A. Forty-eight hours of exposure in a salt spray cabinet in accordance with ASTM De! B 117; B. Twenty-four hours of exposure in a tap water spray cabinet with the water te between 38°C and 45°C. C. Any cabinet which shows any rust discoloration anywhere on its surface after the t rejected. D. Stainless steel cabinets that have been rejected because of surface discoloratio cleaned, passivated and resubmitted for testing. Cabinets fabricated from aluminum sheet shall conlorm to the requirements of ASTM Des B 209 or B 209M for 5052-H32 aluminum sheet. And the following: I. Welding on aluminum cabinets shall be done Iby the gas metal arc welding (GMAM using bare aluminum welding electrodes. Electrodes shall conform to the requireme American Welding Society (AWS) A5.10 for ER51356 aluminum alloy bare welding elect1 II. Procedures, welders and welding operators for welding on aluminum shall be q accordance with the requirements of AWS 83.0, "Welding Procedure and Pe Qualification," and to the practices recommended in AWS C5.6. 111. The surfaces of each aluminum cabinet shall be finished to conform to the requir Military Specification MIL-A-8625C "Anodic Coatings for Aluminum and Aluminum All Type II, Class I coating, except that the anodic coating shall have a minimum thi 0.00008 in. and a minimum coating weight of 0.04-mg/mm2. The anodic coating shall in a 5 percent aqueous solution of nickel acetate (pH 5.0 to 6.5) for 15 minutes at 97"( applying the anodic coating, the cabinets shall be cleaned and etched as follows: A. Clean by immersion in inhibited alkaline cleaner such as Oakite 61A or Diverst equivalent, 45-60 grams per liter, 71 "C for 5 minutes. B. Etch in a solution of 11 g of sodium fluoride, plus 30-45 g of sodium hydroxide 1 distilled water at 60-65°C for 5 minutes. C. Rinse in cold water. D. Desmut in a 50 percent by volume nitric acid solution at room temperature for 2 mir E. Rinse in cold water. ). P 1 0 1 The cabinet shall have a single front door equipped with a lock. The door width shall nc 44.09 in. When the door is closed and latched, the door shall be locked. The handle I provision for padlocking in the closed position. The handle shall have a minimum length oi shall be provided with a 0.59 in. minimum, steel shank. The handle shall be fabricate aluminum or of zinc-plated or cadmium-plated steel. The cabinet door frame shall be de that the latching mechanism will hold tension on and form a firm seal between door gash door frame. Cabinet locks shall be the solid brass, 6-pin tumbler rim type. The lock I *- p,# 2/26/97 Contract No. 3482 Page 86 0 1 rectangular, spring-loaded bolts. The locks shall be left hand, and rigidly mounted with stainle steel machine screws approximately 2 in. apart. Keys shall be removable in the locked and u locked positions, and 2 keys furnished with each cabinet. The front position of the lock shall extei 0.12-0.35 in. beyond the outside surface of the door. The latching mechanism shall be a 3-poi cabinet latch with nylon rollers. The center catch and pushrods shall be zinc-plated or cadmiur plated steel. Pushrods shall be turned edgewise at the outer supports and shall be 0.24 in. x 0.' in. minimum. The nylon rollers shall have a minimum diameter of 0.79 in. and shall be equippi with ball bearings. All cadmium plating shall meet the requirements of Military Specification MI QQ-416b. All zinc plating shall meet the requirements of Military Specification MIL-QQ-325b. The door's hinging shall be three-bolt biutt hinges. Each hinge shall have a fixed pin. Doors largl than 22 in. in width or 22 in2 in area shall be provided with catches to hold the door open at both E degrees and 180 degrees, plus or minus 10 degrees. The catches shall be 0.35 in. in diamete minimum, plated steel rods. The catches shall be capable of holding the door open at 90 degrees a 56 MPH wind at an angle perpendicular to the plane of the door. The police panel shall be mounted on the door as shown on the plans, and equipped with a lo( keyed for a master police key. Two keys shall be furnished with each cabinet for the police lock Each police key shall have a shaft at least 1.77 in. in length. Police panels shall not be furnished fc controller assemblies that do not control traffic signals. Door hinges, pins, and bolts shall be made of stainless steel. Hinges on aluminum cabinets may t aluminum with a stainless steel hinge pin. The hinges shall be bolted to the cabinet. The hinge pin and bolts shall not be accessible when door is closed. Gasketing shall be provided on all doc openings and shall be dusttight. Gaskets shall be permanently bonded to the metal. The matin surface of the gasketing shall be covered with a silicone lubricant to prevent sticking to the matin su rface . Details of alternative designs shall be submitted for review and approval prior to the fabrication ( the cabinets. Substantial metal shelves or brackets shall be provided to support controller unit and auxiliar equipment. Machine screws and bolts shall not protrude beyond the outside wall of the cabinet Conduit shall enter the controller cabinet at the front unless shown otherwise on the! plans. A pliabl seal, composed of caulking compound or mastic, shall be placed between each controller cabine and the concrete foundation to prevent water, dust and dirt from entering the cabinet. 86-3.048 Cabinet Ventilation. Each clontroller cabinet shall be provided with 8 screened, raintigh vent holes, 0.47in. in diameter or larger, in the lower side or bottom of the cabinet, or at the option c the Contractor, louvered vents with a permanent metal mesh or 4-ply woven polypropylene air filte held firmly in place, which will permit the fan to pass the volume of air specified, may be substituted Each controller cabinet shall be equipped with an electric fan with ball or roller bearings and i capacity of at least 2.83 m3/min. The fan shall be thermostatically controlled and shall be manuall adjustable to turn on between 32°C and 65°C with a differential of not more than 6°C betweei automatic turn on and turn off. The cabinet fan circuit shall be fused at 125 percent of the ampacif of the fan motor installed. The fan and cabinet vent holes shall be located with respect to eacl other so as to direct the bulk of the air flclw over the controller unit or through the ventilating holes o the controller unit where those holes exist. 86-3.04C Cabinet Wiring. All conductors used in controller cabinet wiring shall be No. 22, 01 larger, with a minimum of 19 strands. Conductors shall conform to Military Specification MIL-W, 16878D, Type B or better. The insulation shall have a minimum thickness of 0.01 in. and shall be nylon jacketed polyvinyl chloride or shall be irradiated cross-link polyvinyl chloride, polyhalocarbor em p,# 2/26/97 Contract No. 3482 Page 87 of 112 I 1 8 I 1 1 P 1 1 or polychloro-alkene, except that, at the Contractor’s option, conductors No. 14 and large UL Type THHN. At the Contractor’s option, flat cable may be used in lieu of individual cor Cable shall be constructed of No. 28, or larger, conductors. Conductor insulation shall bc 300 V and shall be rated for use at 105°C. Cables shall be provided with strain relief. Wirr controller cabinets shall be neatly arranged and laced, or enclosed in plastic tubing or racc conductors used in controller cabinet wiring shall conform to the following color-code requirc 1) The grounded conductor of a circuit shall be identified by a continuous white or nai color. 2) The equipment grounding conductor shall be identified by a continuous green colo continuous green color with one or more yellow stripes. 3) The ungrounded conductors shall be identified by any color not specified in 1 or 2 at Conductors used in cabinet wiring shall terminate with properly sized captive or spring sp terminals or shall be soldered to a through-panel solder lug on the rear side of the termin All crimp-style connectors shall be applied with a proper tool which prevents opening of the until the crimp is completed. An equipment grounding conductor bus shall be providec controller cabinet. The bus shall be grounded to the cabinet and shall be connected to t conduit system or other approved ground with a No 8, or larger, grounding conductor. WI cabinet equipment in place and connected, the resistance between the grounded conductoi bus and the equipment grounding conductor bus shall be 50 MZZ, minimum, when measure applied voltage of 150 V DC. If DC- is to be grounded, it shall be connected to equipmen only. Two or more terminal blocks shall be provided for field connections. Field terminals installed within 22 in. of the face of the cabinet and shall be oriented for screwdriver opera the door opening. All terminals shall be a minimum of 5 in. above the foundation. No mor conductors shall be brought to any one terminal. Two flat metal jumpers, straight or U sha! also be placed under a terminal screw. At least 2 full threads of all terminal screws shal engaged when the screw is tightened. No live parts shall extend beyond the barrier. Atl directed to Section 86-1.03, “Equipment List and Drawings,” regarding wiring diagrams. 86-3.05 Cabinet Accessories.- The following accessories shall be furnished with eact assembly for other than Type 90 and Model 170/2070 controllers: 86-3.05A Labels. A permanent printed, engraved or silk screened label shall be provide1 following equipment and for all other removable items of equipment: 1) Receptacles for relays and switching devices. 2) Switches, fuses and circuit breakers. Labels shall conform to the designations on the cabinet wiring diagram. Labels for all shelf-! equipment shall be on the face of the shelf below the item. Labels for wall-mounted equipm 86-3.05B Convenience Receptacle. A convenience receptacle shall be mounted in t 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. 86-3.05C Lighting Fixture. Each cabinet shall be provided with a fluorescent lightinl 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: QW r,s 2/26/97 Contract No. 3482 Page 88 o 0 1 1 1 I 1 1 u 1 I I be below the item. 0 1) 2) A toggle switch mounted on the inside door panel. A door-actuated switch that turns the light on when the door is open, and off when the do is closed. 86-3.051) Surge Arrestor. The surlge arrestor shall reduce the effects of power line volta! transients and shall have ratings as follolws: 1) Recurrent peak voltage 2) 184 V Energy rating, maximum 3) 20 JPower dissipation, average 4) 0.85-W Peak current for pulses less than 7 vs 5) 1250 AStandby current shall be one rnilliampere or less for 60 Hz sinusoidal input. 86-3.05E Terminal Blocks. All terminal blocks shall be rated 600 V, minimum, AC and shall 1 provided with nickel, silver, or cadmiurn plated brass binder head screw terminals. Heavy du terminal blocks shall be rated at 20 A and shall be provided with 12 poles with No. 'I 0 x 8-rnm nick plated brass binder head screws and nickel plated brass inserts. Each pole position shall I provided with 2 terminal positions. The terminal blocks shall be the barrier type, with shorting bai in each of the 12 positions, and shall be provided with integral type marking strips. Light du terminal blocks shall be rated at 5 A and shall be provided with 12 poles with No. 16 x 3-mm bindc head screws. Each pole position shall be provided with one terminal position. 86-3.06 Components. Components used in the construction of control equipment for other thz Type 90 and Model 170/2070 controllers shall conform to the following: 86-3.06A Toggle Switches. Toggle switches shall have poles as required and shall be rated 200 percent of circuit current for circuits of 10 A or less and 125 percent of circuit current for circui over 10 A. Circuit breakers u$ed as toggle switches shall be UL or ETL listed for switchir operation. 86-3.06B Cartridge Fuses. Cartridge .fuses shall be installed in panel mounted fuseholders. Fu: type and rating shall be as recommended by the fuse manufacturer for the type of load beir protected. 86-3.06C Circuit Breakers. Circuit breakers shall be as specified for circuit breakers in Sectic 86-2.1 1, "Service," except that the breakers shall have a minimum interrupting capacity of 5000 I rms. 86-3.06D Connectors. Connectors used for interconnecting various portions of circuits togethc shall be designed and constructed for the application involved. Connectors shall be designed t provide positive connection of all circuits, and easy insertion and removal of miating contacts. Connectors shall be permanently keyed to prevent improper connection of circuits. Connectors, c devices plugging into connectors, shall be provided with positive means to prevent any individu: circuit from being broken due to vibration, pull on connecting cable or similar disruptive force. 86-4 TRAFFIC SIGNAL FACES AND FlllTlNGS 86-4.01 Vehicle Signal Faces. Each vehicle signal face shall be of the adjustable typ conforming to the provisions in Institute of Traffic Engineers (ITE) Publication: ST-O08B, "Vehicl Traffic Control Signal Heads." Metal signal sections shall meet the requirements of California Te: 666. Any fracture within the housing assembly or a deflection of more than one-half the len diameter of the signal section during the wind load test will be considered structurail failure. Plasti em p,s 2/26/97 Contract No. 3482 Page 89 of 1 12 1 I II I I 1 I I 1 1. 1 E 1 I II 1 1 I signal sections shall meet the requirements of California Test 605. Any fracture within tht assembly, or a deflection of more than 10 degrees in either the vertical or horizontal plane wind load has been removed from the front of the signal face, or a deflection of mor degrees in either the vertical or horizontal plane after the wind load has been removed back of the signal face will be considered structural failure. Vehicle signal faces, except i "X faces, shall meet the requirements of California Test 604. Adjustment shall permit rl 360 degrees about a vertical axis. The number ancl type of sections shall be as specified as shown on the plans. Each vehicle signal face shall be installed at the location and m the manner shown on the plans. Unless otherwise shown on the plans, all vehicle signal f: contain 3 sections arranged vertically; red-top, yellow-center, green-bottom. All new vehi faces, except programmed visibility type, installed at any one intersection shall be of i manufacture and of the same material. 86-4.01A Optical Units. Each optical unit shall ccmist of a lens, a reflector or reflector a a lamp receptacle, and a clear traffic signal lamp. Lenses, reflectors, reflector assembl receptacles and wiring, and light distribution shall conform to the provisions in ITE Publicai 0088. Each lens shall be of best quality glass, true to color and free of imperfections. All reflectors shall conform to the provisions in ITE Publication: ST-008B except that reflec be made of silvered glass or of specular aluminum with an anodic coating. Reflector rir shall be made of cast aluminum. A single piece formed metal reflectorlring holder may t Top openings of signal faces shall be sealed with neoprene gaskets. 86-4.01B Signal Sections. Each signal section housing shall be either die-cast or pc mold-cast aluminum conforming to ITE Publication: ST-008B or structural plastic. Signal shall conform to the following: 1) 2) 3) 4) 5) 6) 7) 8) 9) 0 Maximum height of a signal section shall be 10.25 in. or each 8 in. section and each 12 in. section. The housing of each signal section shall be provided with a one-piece, hinged, shaped door designed to permit access to the section for relamping without the use The door shall be secured by a method that will hold the door closed during the loac specified in this Section. The lens shall be mounted in the door in a watertight manner. All exposed hardware, such as hinge pins and door latching devices, shall be Typ 305 stainless steel. All interior screws and fittings shall be stainless steel or steel with a corrosion plating or coating. An opening shall be provided in the top and bottom of each signal section to receiv pipe. The 8 in. and 12 in. signal sections of an inalividual manufacturer shall be capable to form a signal face in any combination. 'This interchangeability is not required metal and plastic signal sections. All gaskets, including those for the door, lens, reflector and lamp holder, shall be n material that is not affected when installed in a signal section with a metal or plastic that is operated continuously for 336 hours. 86-4.01B(1) Metal Signal Sections. Each metal signal section shall be provided with visor. Metal signal faces which require backplates shall be provided with metal backplates. 86-4.01B(2) Plastic Signal Sections. Housings :;hall be either molded in one piece or fabricated from 2 or more pieces joined into a single piece. The plastic shall have L stability, shall be unaffected by the heat of the lamp used and shall be self-extinguishing. I and doors shall be colored throughout and shall be black matching Color No. 17038, : I p,# 2/26/97 Contract No. 3482 Page 90 c 0 9- 37038 of Federal Standard 5958. Each section in a face shall be joined to the adjacent section one of the following methods: I. A minimum of 3 machine screws for 8 in. sections and 4 machine screws far 12 in. sectior installed through holes near the front and rear of the housings. Machine screws shall be h 10 and each shall be provided with a nut, flat washer and lock washer. Two machine screws (each withi a nut, flat washer and lock washer) installed through hol near the front of the housings, plus a fastening through the 1-112 in. pipe openings. T fastening shall consist of two large flat washers to distribute the load around the pi opening and three carriage bolts, each with a nut and lock washer. lirlinimum size machine screws shall be No. IO. Minimum size of carriage bolt shall be 0.24 in. II. The supporting section of each signal face supported solely at the top or bottom !;hall be provid with reinforcement. Reinforcement plates shall be either sheet aluminum, galvanized steel, or ci aluminum. Each plate shall be not less than 0.11 in thick and shall have a hole concentric with t 1-1/2 in. pipe mounting hole in the housing. Sheet aluminum reinforcement plates shall be plac both inside and outside the housing; galvanized steel reinforcement plates shall be placed insi only; and cast aluminum reinforcement plates shall be placed outside only. Reinforcement platc placed outside of the housing shall be finished to match the color of the signal housing and shall t designed to permit the proper serrated coupling between signal face and mounting hardware. minimum of three No. 10 machine screws shall be installed through holes in the plates ai matching holes in the housing. Each screw shall have a round or binder head and shall be providc with a nut and lock washer. Where a signal face is to be supported by a Type MAS side attachment slip-fitter inserted between sections, a spacer or spacers shall be placed between the 2 sections. The vertical dimension spacers shall permit proper seating of the serrations between the slip-fitter and the 2 sections Holes in spacers shall align with the front holes in the section housings. In addition to the fastenir through the large openings in the housings, the 2 sections shall be joined with at least 2 machir screws through holes near the front of the housings and the spacers, and through rnatching holes a reinforcing plate installed in each housing. Machine screws shall be No. 10 minimum size Spacers shall be made of the same material as the signal housings. Reinforcing plates ai machine screws shall be as specified above. Reinforcing plates will not be required where tt housing is provided with reinforcing welbs connecting the rear of the housing with the top, botto and sides. Holes for machine screws shall be either cast or drilled during fabrication of the signal sectior Each hole shall be surrounded by a 1/8 in. minimum width boss to permit contact between sign sections about the axis of the hole. Each plastic signal face shall be provided with plastic or met visors. Plastic signal faces which require backplates shall be provided with plastic backplates. serrated nylon washer shall be inserted between each plastic signal section and a1 metal mountir assembly. Each washer shall be not less than 0.16 in. nor more than 0.24 in thick. Serrations sh: match those on the signal section and the mounting assembly. 864.01 C Electrical Components. Lamp receptacles and wiring shall conform to ITE Publicatioi ST-008B. The threaded portion of the lamp receptacle shall be metal. Aluminum shall not be usec Each lamp receptacle shall be wired with a conductor, connected to the shell of the receptacle, wii white insulation, and a conductor, to the bottom or end terminal of the receptacle, with blat insulation or with insulation color-coded. e- %# 2/26/97 Contract No. 3482 Page 91 of 112 1 I I I I I 1 1 1 1. 1 1 I 1 1 1 I I These conductors shall, in turn, be connected to a lerminal block mounted inside at the bi housing. The terminal block shall have sufficient screw shall be permanently ide conductors shall be color coded to facilitate field wiiring. Lamp receptacle conductors sh: 18, or larger, 600-V, appliance wiring material (AWM), with 0.75-mm thickness insulat 105°C or with insulation that conforms to Military Specification MIL-W-16878 Dl Type B, nylon jacket rated 1 15°C. The manufacturer’s name or trademark, conductor size, insuk letter designation and temperature rating shall be marked on the insulation or a Cefl Compliance conforming to the provisions in Section 4-1.5, “Certification,” shall be submittc manufacturer with each shipment of traffic signal faces. 86-4.01D Visors. Each signal section shall be provided with a removable visor conformi Publication: ST-008B. Visors are classified, on the basis of lens enclosure, as full circ (bottom open), or cap (bottom and lower sides open). Unless otherwise specified, visors the full circle type. The visor shall be a minimum of 9.5 in. in length for nominal 300-n lenses and 7 in. in length for nominal 8 in. round lenses, with a downward tilt between 3 and 7 degrees. Metal visors shall be made front 0.05 in., minimum thickness, alumin sheets. Plastic visors shall conform to the following: 1) Visors shall be either formed from sheet plastic or assembled from one or more 2) Sections shall be joined using thermal, chemical or ultrasonic bonding or with alumini 3) Visors shall be of black homogeneous colored material with a lusterless finish. Each visor shall be secured to its door in a maniner that will prevent its removal or pc deformation when the wind load specified in California Test 605 for plastic visors or 666 visors is applied to the side of the visor for 24 hours. 86-4.02 Directional Louvers. Where shown on the plans, directional louvers shall be 1 and installed in signal visors. Directional louvers shall be so constructed as to have a snug signal visors. The outside cylinder shall be constructed of 0.03 in. nominal thickness, o sheet steel and the vanes shall be constructed of 0 02 in. nominal thickness, or thicker, sh or the cylinder and vanes shall be constructed of 5052-H32 aluminum alloy of equivalent th Dimensions of louvers and arrangements of vanes shall be as shown on the plans. 864.03 Backplates. Where shown on the plans, backplates shall be furnished and ins signal faces. Dimensions, materials and installatioln details shall be as shown on the pl background light shall show between the backplate i3nd the signal face or between sections backplates shall be either formed from sheet plastic or assembled from extruded, moldel sections. Sections shall be factory joined using (1) an appropriate solvent cement, (2) i rivets and washers painted or permanently colored to match the backplate, or (3) No. 10 screws with washer, lock washer and nut, painted to match the backplate. Backplates st black homogeneous colored material with a lusterless finish. Each plastic backplate secured to the plastic signal face in a manner that will prevent its removal or permanent def when the wind-load test is applied to either the front or the rear of the signal face. The PE deformation of any portion of the backplate shall not exceed 5 degrees forward or backw the wind loading has been applied for 24 hours. When a plastic backplate requires field assembly, it shall be joined with at least four No. 10 screws at each field assembled joint. Each machine screw shall be provided with an in captive flat washer, a hexagonal head slotted for a standard screwdriver, and either (1) a lot with an integral or captive flat washer, or (2) a nut, flat washer and lockwasher. Machine nuts and washers shall be stainless steel or steel with a zinc or black oxide finish. Where 0 rotational or blow molded plastic sections. and washers permanently colored to match the visor. 0 4- I p,# 2/26/97 Contract No. 3482 Page 92 c backplate consists of 2 or more sections, the sections shall be fastened with rivets or with alumini bolts peened after assembly to prevent loosening. In lieu of the screws shown on the plans, plas backplates may be fastened to the plastic signal face using self-threading No. 10 steel screws. T screws shall have an integral or captive flat washer and a hexagon head slotted for a stands screwdriver, and shall be stainless steel or steel with a zinc or black oxide finish. 86-4.04 Programmed Visibility Vehicle Signal Faces. Each programmed visibility signal fa and the installation thereof shall conform to the provisions in Sections 86-4.01, “Vehicle Sigr Faces,” 86-4.03, “Backplates,” and 436-4.06, “Signal Mounting Assemblies,” except that tl provisions in Section 86-4.01 A, “Opticail Units,” shall not apply. Each programmed visibility sigr section shall provide a nominal 12 in. diameter circular or arrow indication. Color arid arrow confis ration shall conform to ITE Publication: ST-008B. Each section shall be provided with a cap vis0 Each signal section shall be provided with an adjustable connection that permits incremental tiltii from 0 to 10 degrees above or below the horizontal while maintaining a comrnon vertical a: through couplers and mountings. Terminal connection shall permit external adjustment about ti mounting axis in 5 degree increments. The signal shall be mountable with ordinary tools and capable of being serviced without took Adjustment shall be preset at 4 degrees below the horizontal, unless otherwise specified. TI visibility of each programmed visibility :signal face shall be capable of adjustment or programmii within the face. When programmed, each signal face’s indication shall be visible only in those are or lanes to be controlled, except that during dusk and darkness a faint glow to each side will l permissible. Prior to programming, each signal section with a yellow indication shall provide minimum luminous intensity of 2500 cd on the optical axis, and a maximum intensity of 100 cd at degrees horizontal from the axis. Each signal section with a yellow indication shall be capable having its visibility programmed to achieve the following luminous intensities: a minimum of 2500 on the optical axis, a maximum of 100 cd at from 0.5 to 2 degrees horizontal froin the axis and maximum of 10 cd at from 2 to 15 degrees horizontal from the axis. Under the sarrie conditions, ti intensities of the red indication and the green indication shall be at least 19 and 38 percei respectively, of the yellow indication. Each signal face or each signal section shall include integi means for regulating its luminous intensity between limits in proportion to the indiviidual backgroui luminance. Lamp intensity shall not be less than 97 percent of uncontrolled intensity at 10 000 and shall reduce to 15 kt2 percent of maximum intensity at less than 10 Ix. The dimming devi shall operate over an applied voltage range of 95 to 130 V, 60 Hz and a temperature range of -40’ to 74°C. The Contractor shall prograrn the head as recommended by the manufacturer and directed by the Engineer. 86-4.05 Pedestrian Signal Faces. Mlessage symbols for pedestrian signal faces shall be wh WALKING PERSON and Portland orange UPRAISED HAND conforming to the requirements of tl Institute of Transportation Engineers Standards: “Pedestrian Traffic Control Signall Indications” ai the “Manual on Uniform Traffic Control Devices.’’ The height of each symbol shall be not less tha 10 in. and the width of each symbol shad be not less than 6.5 in. The luminance olf the UPRAISE HAND symbol shall be 3750 cd/m2, minimum, and the luminance of the WALKING PERSON symt shall be 5300 cd/m2, minimum, when tested in accordance with California Test 606. The uniformity ratio of an illuminated syinbol shall not exceed 4 to 1 between the highest luminan area and the lowest luminance area. The luminance difference between a nonilluminated symt and the background around the symbol shall be less than 30 percent when viewed with the vis and front screen in place and at a low sun angle. Brightness measurements for signals designed 1 an incandescent lamp will be made when the signal is equipped with an A-21 traffic signal Ian operated at a voltage to produce 665 Im. Each housing, including the front screen, shall ha 4- r,s 2/26/97 Contract No. 3482 Page 93 of 112 1 I B 8 I I D 1 I I I I 1 t maximum overall dimensions of 18.5 in. width, 19 in. height and 11.5 in. depth. All new p signal faces installed at any one intersection shall be the same make and type. Each p signal face shall be installed at the location and mounted in the manner shown on the plan3 86-4.05A Types. Pedestrian signal faces shall be Type A unless otherwise specified conform to the following: 86-4.05A(I) Type A. Each Type A signal shall consist of a housing, two-color messagc reflector assembly, 2 incandescent lamps with sockets and a front screen. Each mess shall be one piece and shall be made of 0.12 in. minimum thickness, ultraviolet I polycarbonate plastic or 0.19 in. tempered glass. The symbols shall be applied to the insidl surface of the message plate. Each reflector assembly shall consist of a double reflector o reflectors. Each reflector shall be made of either aluminum or plastic. All reflectors shall cc the provisions in Institute of Traffic Engineers Publication: ST-O08B, “Vehicle Traffic Conti Heads.” Plastic reflectors shall consist of molded or vacuum-formed plastic with a deposited aluminum reflecting surface. The plastic material shall not distort when the rc used with the lamp of the wattage normally fuirnished with the signal. In addition nonmechanical loading temperature of the material shall exceed, by at least 1O”C, the r temperature in the signal section with the lamp “ON” and measured in an ambient air tempc 25°C in accordance with UL Publication UL 7468. Each completed reflector shall, when with the appropriate lamp and lens, provide the message brightness specified. 86-4.05B Front Screen. One of the following types of front screen shall be provided 01 signal: 1) An aluminum honeycomb screen with 0.2 in. cells, 0.39 in. thick or a plastic screen 01 squares, 0.51 in. thick with wall thickness of 0.106 in. shall be installed tilting downwa angle of 15 k2 degrees out from the top. The screen shall completely cover the messat The screen shall have a clear front cover of 0.12 in. minimum thickness acrylic plastic 0.06 in. minimum thickness polycarbonate plastic:. Screen and cover shall be held firmlq by the use of stainless steel or aluminum clips or stainless steel metal screws. 2) A 1.5 in. deep eggcrate or Z-crate type screen of 0.03 in. nominal thickness polycarbon screening shall be mounted in a frame constructed of 0.04 in. minimum thickness alumir or polycarbonate. The screen shall be installed1 parallel to the face of the message t shall be held in place by the use of stainless steel screws. The visor described in Sel 4.05D, “Visors,” is not required with this type screen. @ I 0 The front screen shall not fracture, separate at the welds, or compress more than 0.12 in. \ in. diameter, 1.8-kg steel ball is dropped onto the screen from a height of 4 feet above the The screen will be lying in a horizontal position and supported on its edges for this te message plate will be removed from the pedestrian signal housing, when the pedestrian hi used to support the front screen during the test, so there will be no back support for the The screen and frame shall be fabricated from aluminum anodized flat black, or finis lusterless black exterior grade latex paint formulated for application to properly preparc surfaces, or shall be fabricated from flat black plastic. Alternate methods of screening substituted for the above screens provided that the results are at least equal to those obta the above specified screens as determined by the Engineer. 86-4.05C Housing. Pedestrian signal housings :;hall conform to the provisions in Sec I 1 4.01 B, “Signal Sections.” e= I* I $# 2J26l97 Contract No. 3482 Page 94 (3 86-4.05D Visors. The visor shall be of a material similar to the housing. The top of the visor sh extend a minimum length of 6 in. at the top and 5in. at the bottom when measured from the frc surface of the line. The front shall be ncmial to the top. 86-4.05E Finish. The exterior of each housing and visor and the interior of visors shall be paint in accordance with the provisions in Section 86-2.1 6, “Painting.” 86-4.05F Control. All pedestrian signals shall be capable of being controlled by the solid-st: switching devices specified for traffic signal controller assemblies. 86-4.05G Terminal Blocks. Each pedestrian signal face shall be provided with a light di terminal block conforming to the provisions in Section 86-4.01 6, “Electrical Components.” All field wiring shall connect to this termiinal block. 86-4.06 Signal Mounting Assemblies. Signal mounting assemblies shall consist of 2 in. stands weight steel galvanized pipe conforniing to the specifications of ASTM Designation: A : necessary fittings, slip-fitters and terminal compartments. Pipe fittings shall be ductile irc galvanized steel, aluminum alloy Type AC-84B No. 380, or bronze. Mast arm slip-fitters shall cast bronze or hot-dip galvanized ductile iron. Post top slip-fitters and terminal compartments sh be cast bronze, Type 356-T6 aluminum or hot-dip galvanized ductile iron. After installation, a exposed threads of galvanized pipe brackets and all areas of the brackets damaged by wrench vise jaws shall be cleaned with a wire brush and painted with 2 applications of approved unthinn zinc-rich primer (organic vehicle type) conforming to the requirements in Section1 210, “Paint a Protective Coatings.” Aerosol cans shall1 not be used. Each terminal compartment shall be fitled with a terminal block containing a minirnum of 12 pole each with 2 screw type terminals. Each terminal shall be designed to accommodate at least 5 h 14 conductors. A cover shall be providled on the compartment to give ready access to the termir block. Where used to bracket mount signals, the terminal compartment shall be designed to b securely to a pole or standard. The horizontal dimension of mounting assembly members betwe the vertical centerline of the terminal clompartment or slip-fitter and the vertical centerline of ea signal face, shall not exceed 11 in. except where required to provide proper signal l‘ace alignment permit programming of programmed visibility signal faces or when otherwise directed by t Engineer. Each mounting assembly shall be oriented to provide maximum horizontal clearance the adjacent roadway. All mounting assembly members shall be either plumb or level, syi metrically arranged and securely assembled. Construction shall be such as to permit all conductc to be concealed. Mounting assemblies shall be watertight and free of sharp edges or protrusions which mic damage conductor insulation. For post-top mounting of signals, a slip-fitter shall be used. Slip-fitter shall fit over a 0.6 in. outsil diameter pipe or tapered standard end. Each slip-fitter shall be provided with cadrnium-plated st€ set screws, arranged as shown on the plans. Each slip-fitter used to post-top mount signals w brackets shall be provided with an integral terminal compartment. Each mounting assembly shall l provided with positive locking, serrated fittings, which when mated with similar fittings on the sigr faces shall prevent faces from rotating Fittings shall permit fastening at increments of not mc than 7 degrees. Signal faces shall not be installed at any intersection until all other signal equipment, including tl complete controller assembly, is in place and ready for operation at that intersection, except that tl signal faces may be mounted if they are not directed toward traffic or if they are covered. e= r,s 2/26/97 Contract No. 3482 Page 95 of 112 1 I B i I 1 8 8 I 1 I 1 t I 1 86-4.07 Flashing Beacons. Each beacon shall consist of a single section traffic si1 conforming to the provisions in Section 86-4.01, “Vehicle Signal Faces,’’ with yellow or rc shown on the plans. The beacon flasher unit shall be independent of the intersection flasher unit. 86-4.07A Backplates. Each beacon shall be provided with a backplate conformii requirements in Section 86-4.03, “Backplates.” 86-4.07B Visors. Each beacon shall be provided with a full circle type visor conformi requirements in Section 86-4.01 D, “Visors.” 86-4.07C Flashing Beacon Control Assembly. Each flashing beacon control asser consist of switches, circuit breakers, terminal blocks, flasher, dimming relay, wiring and components necessary to provide proper operation of the beacons, all housed in a single E 86-4.07C(l) Enclosure. The enclosure shall be NEMA Type 3R, and shall be provided front panel and a hasp to permit padlocking of the cover. The padlock will be furnished t The enclosure shall be hot-dip galvanized or, at the option of the Contractor, shall be pro a factory applied rust resistant prime coat and finish coat. 86-4.076(2) Circuit Breakers and Switches. A 15-A circuit breaker shall be installed each ungrounded conductor entering the enclosure. A switch to permit manual operation c lighting circuit shall be provided. Switches shall be! of the single-hole-mounting toggle typ pole, single-throw, rated at 12 A, 120 V. Switches shall be furnished with an indicating n reading “Auto - Test” and shall be connected in parallel with the load contacts of the phc control circuit. A 15-A circuit breaker may be used in place of the toggle switch. 86-4.07C(3) Flasher. The flasher shall meet the requirements of Section 8, “Solid-state I of NEMA Standards Publication No. TS 1. The flasher shall be a solid-state device with r points or moving parts. The flasher shall provide 2 output circuits to permit alternate fl signal faces and shall be capable of carrying a minimum of 10 A per circuit at 120 V. 86-4.07C(4) Wiring. Conductors and wiring in the enclosure shall conform to the requirc Section 86-3.046, “Cabinet Wiring.” 86-4.07C(5) Terminal Blocks. Terminal blocks shall be rated at 25A, 600V, shall bc from phenolic or nylon material and shall be the barrier type with plated brass screw term integral type marking strips. 86-4.07C(6) Dimming Relay. A heavy duty dimming relay shall be provided to reduce th to the lamps at night. Heavy duty relays shall be designed for continuous duty. Re1 operate during ambient temperatures from -18°C to 71°C. Each relay shall operate in Jones-type socket shown on the plans. Relays shall be provided with double-pole, dou contacts. Contact points shall be of fine silver, silver-alloy, or superior alternative material. points and contact arms shall be capable of operation for 250 000 cycles with 20 A of tung per contact at 120 V, 60 Hz AC. Coils shall have a power consumption of 10 V.A or less be designed for continuous duty on 12OV AC. Heavy duty relays shall be enclose removable, clear plastic cover. 0 I 8 @ em I* I aS 2/26/97 Contract No. 3482 Page 96 I 86-5 DETECTORS 86-5.01 Vehicle Detectors. Vehicle detectors shall be the type or types shown on the plans. I sensor units, control units, and amplifiers shall meet the requirements of California Test 675. Tt units shall not be affected by transient voltages when tested in accordance with California Test 66 After a power interruption the units shall return to normal operation within one minute. Each unit shall be provided with a light or meter, for each output circuit, to indicate when tt detector is detecting a vehicle. Each detector shall operate over the range of volt,ages from 100 to 135 V at 60 Hz. Circuitry shall be solid-state except relays with normally closed contacts may t used for the output circuit. Units shall tie designed to provide ease of maintenance with easily a cessible electronic components. Each detector shall provide vehicle detection withlout readjustme from -18°C to 71°C. Units shall use printed circuit boards designed to facilitate identification components. This shall be done by either part identification markings or by providing a pictori diagram showing physical location and identification of each component. Each pririted circuit boa shall have the following minimum quality requirements: NEMA FR-4 glass cloth base epoxy res board, 0.06 in. minimum thickness, organic solder masking and gold plated contacts. lntercomponent wiring shall be copper track with a minimum mass of 600 g/m2. Printed circi design shall be such that components may be removed and replaced without permanent damage boards or tracks. Splices shall conform to the provisions in Section 86-2.09, “Wiring.” 86-5.01 A Inductive Loop Detectors. Inductive loop detectors shall conform to the following: 86-5.01A(I) General. The term “inductive loop detector“ applies to a complete installatic consisting of a loop or group of loops installed in the roadway, as shown on the plans, lead-in cab and a sensor unit with power supply inst(a1led in a controller cabinet. 86-5.01A(3) Sensor Unit Construction. “Card” type sensor units shall conform to tt requirements in “Traffic Signal Control E.quipment Specifications,” issued by the State of Californi Department of Transportation, and to all addendums thereto current at the time off proje advertising. Shelf mounted sensor units shall conform to the requirements in Section 11 of tt NEMA Standards Publication No. TS 1. Capacitors or inductors necessary for loop tuning shall n be mounted external to the sensor unit. 86-5.01A(4) Construction Materials. Conductor for each inductive loop detector shall t continuous and unspliced and shall conform to one of the following: 1) Type 1 loop wire shall be Type FtHW-USE neoprene-jacketed or Type USE cross-link€ polyethylene insulated, No. 12, stranded copper wire. The minimum insulation thickness at ar point shall be 0.04 in. 2) Type 2 loop wire shall consist of a conductor inside of plastic tubing. The conductor shall t Type THWN or Type XHHW, No. 14, stranded copper wire. The tubing shall be polyethylene vinyl, rated for use at 105”C, and shell be resistant to oil and gasoline. The tubing shall have maximum outside diameter of 0.28 in. and a minimum wall thickness of 0.03 in. The conducto shall not be spliced inside the tubing. Conductors for loop detector lead-in cable shall be 2 No. 16 (19 x 29) stranded tinned copper. Loc detector lead-in cable shall conform to the calculated cross sectional area of ASTM Designatior B 286, Table 1. The lead-in cable shall conform to one of the following: 1) Type B lead-in cable shall be insulated with 0.02 in. of high-density polyethylene. Tt conductors shall be twisted together with at least 6 turns per meter and the twisted pair shall t protected with a copper or aluminum polyester shield. A No. 20, minimum, copper drain wi em r,s 2/26/97 Contract No. 3482 Page 97 of 11 2 Property Hardness (indentation) Tensile Strength Elongation Flex at -40°C Weathering Resistance Salt-Spray Resistance Dielectric Constant - 1. I 1 I Measuring Standard Results Conditions (ASTM Designation) ASTM D 2240 Rex. 65-85 25°C @ 50% relative hui Type A, Model 1700 ASTM D 412 Die C, pulled at 20 in. per minui ASTM D 412 Die C, pulled at 20 in. per minu’ 0.6-mm Free Film No crack:; over 13-mm Mandrel Bend (1 80”) ASTM D 822 Slight chalking Weatherometer 350 h ASTM B 117 28 days at 38°C 400% minimum Elongation per minute ASTM D 150 3.45 MPa, minimum 400°/o, minimum Cured 7 days at 25°C @ 5% NaCI, Die C, pulled i over a temperature rang 30°C to 50°C 3.45 MPe, minimum tensile; Less than 25% change Property Cone Penetration Flow, 60°C Resilience Softening Point, Ductility, Flash Point, COC, "C Viscosity, Brookfield Thermosel, Measuring Standard (ASTM Designation) Results Conditions ASTM D 3407, Sec. 5 ASTM D 3407, Sec. 6 ,ASTM D 3407, Sec. 8 25%. min. 25°C ASTM D 36 82 "C, min. ASTM D 113 300 mm, min. 25°C 50 mmlmin ASTM D 92 288 "C, min. ASTM D 4402 2.5-3.5 Pas 3.5 mm, max. 5 mm, max. 25°C 150 g, 5 s No. 27 Spindle, 20 rpm, 1 90°C, MS Connector Circuit Magnetic Detector (-) Magnetic Detector (+) AC+, 120 V Chassis Ground Detector Common Output N.O. Output N.C. I I I AC-, Grounded Conductor 18-8 Pin A B C D E F G H 1) Switching unit shall have a stainless steel plunger actuator and shall be provided with U-frame 2) Switch shall have an operating force of 9 to 13 ounces and a minimum release force of 4 ounce 3) Pretravel shall be 1/64 in maximum. 4) Overtravel shall be 7/32 in minimum. 5) Differential travel shall be 0.0004 to 0.002 in. 6) Actuator shall have a minimum diameter of 1.97 in. Where a pedestrian push button is attached to a pole, the housing shall be shaped to fit t curvature of the pole and secured to provide a rigid installation. Saddles shall be provided to ma a neat fit when required. Where a pedestrian push button is to be mounted on top of a Size 1 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 Push button and sign shall be installed on the crosswalk side of the pole. Arrows on push buttc signs shall point in the same direction a!; the corresponding crosswalk. Where Type A push buttoi are specified, each push button assembly shall be equipped with red and green indicator lamp: Lamps shall be so connected that, when the push button has been activated, the red lamp shall t energized and continue so until the next pedestrian walk interval, at which time the green lamp sh, be energized in lieu of the red lamp. At the termination of the pedestrian walk interval, the lami shall be de-energized until the next actuation of the push button. Lenses for the lamps shall have visible diameter of approximately 1.25 in. and a length of approximately 0.87 in. On the Type A Type B push button assembly, the sign shall attach to and be securely supported by the framewor With Type C pedestrian push buttons, the instruction sign shall be mounted, using 2 straps ai saddle brackets, on the same standard as the push button assembly. Straps and saddle bracke shall be as shown on the plans and shall be corrosion-resisting chromium nickel steel conforming the specifications of ASTM Designation: A 167, Type 302. Theft-proof bolts shall be stainless ste with a chromium content of at least 17 percent and a nickel content of at least 8 percent. permit recessed mounting in push button housing. 86-6 LIGHTING 86-6.01 High Pressure Sodium Luminaires. High pressure sodium luminaires shall be th enclosed type with a horizontal burning lamp. Luminaires shall be the cutoff type. Each luminair shall consist of a housing, a reflector, i3 refractor or a lens, a lamp socket, an integral ballast, terminal strip and a lamp. Housings shall be fabricated from aluminum. Housings that are painte shall withstand a 1000-hour salt spray test as specified in ASTM Designation: E3 117. All otht metal parts of the housing shall be fabricated from metal at least equal in corrosion resistance an finish to the metal in the housing. Each housing shall be provided with a slip-fitter capable ( mounting on a 2 in. pipe tenon and of being adjusted 5 degrees from the axis of the tenon. Th clamping brackets of the slip-fitter shall not bottom out on the housing bosses when adjusted withi the *5 degree range. No part of the slip-fitter mounting brackets on the luminaires shall develop permanent set in excess of 0.02 in. when the four 0.4 in. diameter cap screws us,ed for mountin are tightened to 13 N.m. All luminaires to be mounted on horizontal mast arms, when tested I accordance with California Test 611, shall be capable of withstanding cyclic loading in (G Acceleration of Gravity): 1) a vertical plane at a minimum peak acceleration level of 3.0 G peak-to-peak siinusoidal loadin (same as 1.5 G peak) with the internal ballast removed, for a minimum of 2 millicin cycles withoi failure of any luminaire parts. 2) a horizontal plane perpendicular to the direction of the mast arm at a minimum peak acceleratio level of 1.5 G peak-to-peak sinusoidal loading (same as 0.75-G peak) with the internal balla: installed, for a minimum of 2 million cycles without failure of any luminaire parts. e= %? 2/26/97 Contract No. 3482 Page 101 of 112 '~ S50 S67 I 400 140 140 175 21 0 260 16 000 22 000 27 000 37 OOC) 50 OOC) 150 200 250 31 0 400 II i 1 I i 1 1 1 1 86-6.01A(l) Regulator Type Ballasts- Regulator type ballasts shall conform to the follov, 1) For nominal input voltage and lamp voltage, the ballast design center shall not vary n 7.5 percent from rated lamp watts. 2) The ballast shall be designed so that a capacitance variance of kt6 percent will not ca than a k8 percent variation in lamp wattage regulation throughout rated lamp life fo input voltage. 3) The lamp current crest factor shall not exceed ‘I .8 for input voltage variation of i10 F any lamp voltage from initial through life. Regulator type ballasts shall be lag-type or lead-type conforming to the following: 1) Lag-Type Regulator Ballasts.- Each lag-type regulator ballast shall have the pri secondary windings electrically isolated and, when operated with the appropriate la have the following characteristics and shall maintain the following lamp operation: a) The power factor shall be not less tharr 90 percent throughout the life of th nominal line voltage with a nominally rated reference lamp. Lamp wattage regulation spread at any lamp voltage from nominal through life vary by more than 18 percent for *lo percent input voltage variation. Lead-Type Regulator Ballasts.- Each lead-type regulator ballast (CWA-constanl autoregulator) shall, when operated withi the appropriate lamp, have the characteristics and shall maintain the following lamp operation: a) The power factor shall be not less than 90 percent when the ballast is operated i line voltage with a nominally rated reference lamp. b) Lamp wattage regulation spread at any lamp voltage from nominal through lifc vary by more than 30 percent for k10 percent input voltage variation. 86-6.01A(2) Autotransformer or Reactor Type Ballasts. Each nonregulating autotransformer, or high reactance ballast shall, when operated with the appropriate lamp, following characteristics and shall maintain the following lamp operations: 1) The power factor shall be not less than 90 percent when the ballast is operated at nor 2) Lamp wattage regulation spread at any lamp voltage from nominal through life shall no 3) For nominal input voltage and lamp voltage, the ballast design center shall not vary n 4) The lamp current crest factor shall not exceed 1.8 for input voltage variation of i5 perce 86-6.01 B High Pressure Sodium Lamps. High pressure sodium lamps shall conform to Standard: C 78, “Lamp Specifications, Physical and Electrical Characteristics of High- Discharge Lamps,” when tested in accordance with ANSI Standard: C 78.388, “ME Measurement of High Pressure Sodium Lamp Characteristics.” High-pressure sodium la1 have a minimum average rated life of 24 000 hours. 86-6.065 Internally Illuminated Street Name Siigns. Internally illuminated street nar shall conform to the details shown on the plans. The general design of signs shall be as s the plans. Minor details of construction shown are typical and may be modified subject to by the Engineer. The sign fixture shall be designed and constructed to prevent deforr failure when subjected to 11 3 km/h wind loads as set forth in the AASHTO publication, ‘I Specifications for Structural Supports of Highway Signs, Luminaires and Traffic Sign; amendments thereto. The sign panels shall not deform or warp under a 113 km/h wind lo Certificate of Compliance conforming to the provisions in Section 4-1 5, “Certification,” shal I %# 2/26/97 Contract No. 3482 Page 104 ( 2) 1 0 I voltage with a nominally rated reference lamp. more than 25 percent for k5 percent input voltage! variation. 7.5 percent from rated lamp watts. lamp voltage from initial through life. I 1 I I I 1 I 0 4- mitted by the manufacturer with each lot of internally illuminated street name signs,. The certifica shall state that the internally illuminateld street name signs meets the wind load requirements i described above. All material used in fabrication shall be new. If not covered herein, both tt material and workmanship shall be of the best quality consistent with the intended purpose. I ferrous parts shall be galvanized or cadmium plated, unless otherwise specified herein or shov otherwise on the plans. Signs shall be Type A or Type 6. 1) Housing.- The top and bottom shall be formed or extruded aluminum and shall be attached formed or cast aluminum end fittings;. The design shall provide continuous sealing between 1 and bottom assemblies and the end fittings. The housing shall be rigidly constructed to re: torsional twist and warp. Provisions shall be made for ease of maintenance of all cornponeni The opening or removal of one panel shall permit access to the interior of the sign and allow replacement of lamps, ballasts and fuses. Photoelectric unit sockets will not be allowed. 1 Type A signs, both sides shall be hinged at the top to permit installation or removal off the SI panels, and to permit access to the interior of the sign. On Type B signs, the sign panels shall slide-mounted into the housing. 2) Reflectors.-At the option of the Contractor, reflectors may be used to provide the required s brightness. Reflectors, if used, shall be formed aluminum with acrylic baked white enamel su& having a minimum reflectance of 0.851. 3) Sign Panels.-The sign panels shall be slide-mounted or rigid mounted in a frame, with wh legend, symbols, arrows, and border on each face, as shown on the plans. The background sh be green. The entire surface of the sign panel shall be evenly illuminated. The average brightness readings for the letters shall be 500 dm2, minimum. The light tran.; c mission factor the sign panel shall provide a letter to background brightness ratio of between 101 to 1 and 20 to The luminance of the background sihall not vary by more than 40 percent from the average background brightness reading. The luminance of the letters, symbols and arralws shall not vi by more than 20 percent from the average brightness reading of letters, symbols and arrows. T sign panels shall be translucent panlels of high impact resistant plastic of one of the followi types: a) Glass fiber reinforced acrylateld resin. b) Polycarbonate resin. c) Cellulose acetate butyrate plastic. d) Paint on the outside of the plastic shall be protected by a plastic film which shall seal t front surface of the panel andl filter out ultraviolet radiation. Paint shall be acrylic plas type. e) All surfaces shall be free of blemishes in the plastic or coating that may impair t serviceability or detract from the general appearance and color matching of the sign. 9 The white or green color shlall not fade or darken when the sign is exposed to accelerated test of ultraviolet light which is equivalent to 2 years of outdoor exposure. TI green color of the sign, when not illuminated, shall conform to Color No. 14109 of Fedei Standard 595B. g) The sign panels shall not crack or shatter when a 1 in. diameter, steel ball with a mass 67 grams is dropped from a height of 2.6 m above the sign panel to any point of the si! panel. The panels shall be lyiing in a horizontal position and supported within their fran for this test. 4) Gaskets.- On Type A signs, gaskets shall be installed between the sign panel frame and tt fixture housing to prevent the entrance of water between the frame and the fixture housins Gaskets shall be uniform and even textured and shall be the closed cell, sponge neoprene typ designed for use at temperatures between -20°C and +70"C. Gaskets shall be neatly applied thoroughly degreased, clean surfaces, with a suitable heat-resistant adhesive which willi not allc the gaskets to slip at temperatures between -20°C and +70"C. e- p,# 2/26/97 Contract No. 3482 Page 105of112 I i 1 B I I I 8 8 1 1 1 1 I 1 5) Ballask- Ballasts shall be of the high power factor type and shall be capable of s lamps at -20°C and above. Ballasts for Type ‘4 signs shall be rated at 200 mA. B Type B signs shall be rated at 430 mA. Ballasts shall be listed by UL or ETL for operati to 125 V, 60 Hz circuits, and shall conform to the requirements of ANSI Standard: C ANSI Standard: C 82.2. A separate ballast shall be provided for each lamp. 6) Lamp holders.- Lamp holders shall be listed by UL or ETL for outdoor use, shall be pra silver coated contacts and waterproofed entrance leads for use with a rapid-start f lamp. Removal of the lamp from the socket shall de-energize the primary of the ball; lamp holder shall be provided with a heat-resistant, circular cross section, partially neoprene ring to seal against the lamp ends and protect electrical contacts from moistu or other injurious elements. One lamp holder far each lamp shall be of the spring-loa The distance between the face of the lamp holders for each lamp shall provide a comr at least 0.1 in. on the spring-type lamp holder when the lamp is in place. The lamp : positive mechanical and electrical contact when the lamp is in place. The socket on tl type lamp holder shall have sufficient travel to permit installation of the lamp. Spring: holders shall not be part of the current carrying circuit. Lamp holders shall m: requirements and shall not increase cathode filament circuit resistance by more than 0.1 7) Lamps.-Lamps shall be of the types shown on the plans and shall meet the requirl ANSI Standard: C 78. 8) Terminal Blocks.- All wiring connections in the fixture shall be terminated on molded, barrier type, terminal blocks rated at 15 A, 1000 V, and shall have integral type, white, \ marking strips. All current carrying parts of the terminal block shall be insulated from with integral plugs or strips to provide an insulating value in excess of the line-to-ground voltage. If the Contractor elects to use sectionalized terminal blocks, each sectior provided with an integral barrier on each side and shall be capable of rigid mou alignment. Terminal screws shall be size No. 10, minimum. 9) Fuses.- Fuses shall be Type 3AG, miniature, slow blowing type with appropriate CI voltage ratings. Fuseholder shall be a panel-mounting type with threaded or bayonet which grips the fuse tightly for extraction. A separate fuse shall be provided for each bal 10) Weep Holes.- Screened weep holes shall be provided at strategic locations in all subject to the collection of moisture. Weep holes shall be shielded to prevent light leal the fixture. 11) Fasteners.- All fasteners, screws, and hardware shall be of passive stainless steel (Ty 304) or aluminum Type 6060-T6. 12) Mounting Assemblies.- The top of the fixture housing shall have 2 free-swinging brackets. Each of the brackets shall be adjustable vertically for leveling the sign tc straight or curved mast arm. The bracket assembly shall permit the fixture to swing per1 to the sign panel. Hinge pins for the free-swinging brackets shall have a minimum di 0.24 in. At least 15 feet clearance shall be provided between the bottom of the fixtur roadway. 13) Message.- The message, as shown on the plains, shall be displayed on both sign pan shown on the plans, the message, and the size of symbols or arrows will be furnish Engineer at the request of the Contractor. Unless shown otherwise, letters shall be 8 case and 6 in. lower case, Series E. 14) Mass.- The total mass of the complete sign assembly, including lamps, ballasts, brackets and appurtenances shall not exceed 30 kg. 15) Conductors.- All fixture conductors shall be UIL or ETL listed appliance wiring materi stranded copper wire with 0.03 in., minimum, thermoplastic insulation, rated at 1000 V for use at 90°C. Conductors shall be No. 16, minimum, and shall match the color cod ballast leads. The size of conductors from the sign disconnect to the fuse block shall be on the plans. All conductors within the fixture shall be secured with easily removable sp straps (not clamped) in the chassis or fixture. Straps shall be installed not more than I2 I. 1 0 *m I* 8 p,s 2/26/97 Contract No. 3482 Page 106 ( Stranded copper conductors connec1:ed to screw type terminals shall terminate in approved cri type ring connectors. Splices will not be permitted within the fixture unless approved in writing the Engineer. 16) Equipment List and Drawings.- Within 15 days following approval of contract, the Contrac shall submit 3 sets of shop drawings and a list of equipment and materials he proposes to inst as specified in Section 2-5, “Plans and Specifications.” The shop drawings shall show 4 message for each sign and shall include the size of letters, symbols or arrows, as shown on 1 plans or as furnished by the Engineer. The list of equipment shall include the name of 1 manufacturer of all materials and sufficient detail to identify the materials. If requested, 4 Contractor shall supply, without cost to the Agency, sufficient samples of materials to be usec the fabrication of the sign, or a complete sign assembly, to permit adequate testing and evaluat of conformance to the specified requirements. 86-6.07 Photoelectric Controls. Photoelectric controls, as specified in these special provisions as shown on the plans, shall be capable of switching multiple lighting systems directly. Type photoelectric control shall be used unless otherwise shown on the plans or required by these spec provisions and shall be installed in a recieptacle integral with the luminaire. 1) Type I photoelectric control shall consist of a remote photoelectric unit and a test switch housec an enclosure. 2) Type II photoelectric control shall consist of a remote photoelectric unit, a separate contac located in a service equipment enclosure, and a test switch located in the service equipmc enclosure unless shown otherwise. 3) Type III 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 IEEI-NEf twist lock. 86-6.07A Types. The types of photoelectric controls shall be as follows: located in a service equipment enclosure. a) receptacle integral with the lurninaire. b) Type V photoelectric control shall consist of a photoelectric unit, contactor and test swii A switch to permit manual operation of 1:he lighting circuit shall be provided for each Type 0, Type Type Ill, and Type V photoelectric control. Switches shall be of the single-hole mounting toggle tyl single-pole, single-throw, rated at 12 A and a voltage rating to match the circuit. Switches shall furnished with an indicating nameplate reading “Auto-Test“ and shall be connected in parallel v, the load contacts of the photoelectric unit. Test switch shall not have an “OFF” position. Photoelectric units for Types I, I1 and Ill photoelectric controls, shall be pole-top mounted unle otherwise specified. 86-6.078 Equipment Details. Equipment details shall conform to the following: 86-6.078(1) Photoelectric Unit. The photoelectric unit shall provide an output in response changing light levels. Components of the unit shall not require periodic replacement. Units Shi have a “turn-on” between 10 and 50 lux and a “turn-off’ at between 1.5 and 5 times “turn-on. Measurements shall be by the procedures set forth in EEI-NEMA Standards for Physical ar Electrical Interchangeability of Light-Sensitive Control Devices Used in the Control of Roadw: Lighting. Photoelectric controls, except Type IV and Type V, shall be furnished with a 4 in. minimu inside diameter pole-top mounting adaptor containing a terminal block and with cable supports 1 clamps to support pole wires. The photoelectric unit receptacle shall be the EEI-NEMA type Mounting brackets shall be used where pole-top mounting is not possible. Photoelectric contro shall be installed at the locations shown on the plans and oriented as directed by the Engineer. FI 4- p;s 2/26/97 Contract No. 3482 Piage 107 of 112 1 1 I 1 i I 1 I I 1 1 8 I 1 1 switching 480 V, 60 Hz circuits, a 100 V’A, minimuni, 4801120-V transformer shall be insta contactor enclosure to provide 120 V for the phcltoelectric control unit. Where more photoelectric unit is to be installed at the same location, a single transformer, with a vo rating capable of handling the total controlled load, may be used. Photoelectric units 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 36 V, 21 0-240 V, or 105-240 VI as speci. 2) The load rating shall be 800 W minimum, incandescent, mercury or fluorescent. 3) The operating temperature range shall be from -29°C to 65°C. 4) The power consumption shall be less than 10 W. 5) The unit shall be housed in a weatherproof enclosure. 6) The base of the unit shall be provided with a 3-prong1 EEI-NEMA standard, twist- mounting. 7) Units shall be provided with a “fail-on” feature. 86-6.07B(2) Contactor. The contactor shall have contacts rated to switch the specifie load and shall be normally open, unless otherwise specified. The contactor shall be f mechanical armature type or the mercury displacement type. The contacts of the m armature type contactor shall be either fine silver, silver alloy, or superior alternative mate contactor shall have a minimum rating of 30 A, per contact, inductive load. 86-6.078(3) Contactor and Test Switch Housing. The enclosure for Type I and photoelectric controls shall be NEMA Type 3R. The enclosure shall be provided with applied rust resistant prime coat and finish coat. Two applications of paint to match the co standard shall be applied as specified in Section 86-2.16, “Painting.” The enclosure may b galvanized in lieu of painting. A minimum of 2.56 in shall be provided between contactor and end of enclosure for wiring connections. The ericlosure shall be mounted on the same as the photoelectric unit at a height of approximately 6 feet above the base. 86-6.07B(4) Wiring. Conductors between the photoelectric unit and an external contact0 No. 14 and shall be run inside the lighting standard, or in conduit, unless otherwise show I I R plans. 86-6.07B(5) Terminal Blocks. Terminal blocks shall be rated at 25A, 600 V, shall be from phenolic or nylon material and shall be the barrier type with plated brass screw termi integral type marking strips. 86-6.09 Transformers. Multiple to multiple and series to multiple transformers shall t single-phase, dry type designed for operation on a 60 Hz supply. 86-6.09A Electrical Requirements. Transformer ratings shall be 120/480 V, 2401‘ 480/120 V for multiple to multiple units and 6.6 N120 V or 6.6 N480 V for series to multiplt other ratings as shown on the plans. Secondary 480-V windings shall be center tappe ampere ratings shall be as shown on the plans. Transformer efficiency shall exceed 95 PC multiple to multiple units and 80 percent for series to multiple units. Secondary voltage rf and tolerance shall be 23 percent from half load to full load for multiple to multiple units and cent (maximum) at no load to i3 percent at full load for series to multiple units. Transform have a decal showing a connection diagram. The diagram shall show either color coding o of wires with primary (HI, H2) or secondary (XI, X;!) markers, and shall also show the prir secondary voltage and volt-ampere rating. 0 *w I r,s 2/26/97 Contract No. 3482 Page 108 c 86-6.09B Physical Requirements. External leads for multiple to multiple and series to multip secondary connections shall be Type USE, No. IO, rated 600 V AC. Primary conductors for serif to multiple transformers shall be rated for use on 5000-V AC circuits. Transformer leads Shi extend a minimum of 11.8 in from the case. Transformer insulation shall be NEMA 185°C or bettc Series to multiple transformers shall withstand the application of 12 000 V AC from core to prima coil and from coil to coil for a one minute period. Series to multiple transformer secondaries ar multiple to multiple transformers shall withstand the application of 2200 V AC from core to coils an for multiple units only, from coil to coil for a one minute period. The above tests shall be mac immediately after operation of the transformer at full load for 24 hours. Non-submersib transformers shall be provided with metal half-shell coil protection, shall have mcisture resistar synthetic varnish impregnated windings and shall be suitable for outdoor operation in a raintig enclosure. Each transformer to be installled in a pull box shall be the submersible type and shall t provided with a handle and a hanger. 86-7 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT 86-7.01 Removing Electrical Equipment. Attention is directed to Section 7-9, “Protection ar Restoration of Existing Improvements.” Existing electrical equipment shown on the plans I specified in these special provisions to be removed and not reused or salvaged, and pull boxe conduit and detector frames not reused, shall become the property of the Contractor and shall t removed from the highway right of way in accordance with the provisions in 300-1, “Clearing ar Grubbing,” except, if not interfering with (other construction, underground conduit may be abandone in place after all conductors have been removed. Care shall be exercised in salvaging equipme so that it will not be damaged or destroyed and will remain in its existing condition whenevl possible. Mast arms shall be removed from standards. Luminaires, signal heads, and sign mounting assemblies shall be removed from standards and mast arms. Attention is directed to the provisions in Section 7-9, “Protection and Restoration of Existir Improvements” and 300-1.2, “Preservation of Property.” The Contractor will be required to repair ( replace, at the Contractor’s expense, any electrical equipment to be salvaged which, as determine by the Engineer, has been damaged or destroyed by reason of the Contractor’s operations Attention is directed to the provisions in Section 86-2.03, “Foundations,” regarding foundations to 1: abandoned or removed. Holes resulting from removing pull boxes and detector frames shall 1: filled with material equivalent to the surrounding material. 86-8 PAYMENT 86-8.01 Payment. The contract lump sum price or prices paid for signal, flashing beacon, lightin1 sign illumination, traffic monitoring station, closed circuit television systems, or combinations therec for modifying or removing those systems; for temporary systems; or the lump sum or unit pria paid for various units of those systems; or the lump sum or per meter price paid for conduit of tt various sizes, types and installation methods listed in the Engineer’s Estimate shall include fi compensation for furnishing all labor, m(aterials, tools, equipment and incidentals, and for doing i the work involved in furnishing and instailling, modifying, or removing the systems, combinations ( units thereof, as shown on the plans, as specified in these special provisions, and as directed by tt Engineer, including any necessary pull boxes (except when the type required is shown as separate contract item); excavation and backfill; concrete foundations (except when shown as separate contract item); pedestrian barricades; furnishing and installing illuminaied street narr signs; installing Agency-furnished sign panels on pedestrian barricades, on flashing beacc standards, and on traffic signal mast arms; restoring sidewalk, pavement and appurtenancc damaged or destroyed during construct ion; salvaging existing materials; and malting all require tests. 4- p,s 2/26/97 Contiract No. 3482 Page 109 of 112 1 I 1 I I 1 I I I I i 1 1 B 1 I Full compensation for all additional materials and lalbor, not shown on the plans or specifil are necessary to complete the installation of the various systems, shall be considered as ir the prices paid for the systems, or units thereof, and no additional compensation will bt therefor, except as provided in Section 86-1.05, “Maintaining Existing and Temporary When shown as a contract item, the contract price paid per meter for cast-in-drilled-hole pile (signal foundation) shall include full Compensation for furnishing all labor, materic equipment, and incidentals, and for doing all the work involved in constructing reinforced pile foundations of the size shown on the Engineer’s Estimate, including drilling holes, dis the material resulting from drilling holes, furnishing and placing anchor bolt assemblies forcing steel, complete in place, as shown on the plians, and as specified in these special 1 and as directed by the Engineer. When shown as a contract item, non-reinforced portland cement concrete foundation measured and paid for in the manner as provided in Section 303-1.1 1, “Payment.” When shown as a separate contract item by the lump sum or per meter, interconnection co conductor shall include all interconnection conductors, but shall only include conduit and p containing interconnection conductors and no other conductors. The quantity of intercc conduit and conductor to be paid for by the meter shall be the length of that conduit. Comi for conduit containing interconnection conductors and other conductors shall be consider cluded in the contract price paid for the item requiring the other conductors. Full compensation for furnishing, installing, maintaining and removing falsework lighting e shall be considered as included in the contract prices paid for the items of work involvj structure which requires the falsework lighting and no additional compensation will be @ 1 Systems.” 1 0 therefor. SECTION 21 0 - PAINT AND IPROTECTIVE COATINGS 21 0-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking, Modify as Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, c and curbs shall be rapid dry water borne conforming to CALTRANS Specification No. 8010 Paint for pavement legends, pavement symbols, pavement arrows, cross walks, par1 markings and stop bars shall be alkyd thermoplastic conforming to CALTRANS Specific; 8010-21C-19. Glass beads to be applied to the surface of the rapid dry water borne pain molten thermoplastic material shall conform to the requirements of CALTRANS Specific; 801 0-21 C-22 (Type 11). CALTRANS Specifications; for water borne paint, thermoplastic and glass beads may be obtained from the CALTRP,NS Transportation Laboratory, P.O. Bc 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 sha only to the preparation and galvanizing of traffic signal facilities. Galvanizing of products fi from rolled, pressed and forged steel shapes, plates, bars and strip 0.13 in thick or thid conform to the specifications of ASTM Designation,: A 123, except that complete seal w tightly contacting surfaces of these products prior to galvanizing is required only where sea is shown on the plans or specified in these special provisions. Except for pre-galvanized pipe, galvanizing of material 0.13 in thick or thicker shall be performed after fabrication 0 I largest practical sections. em a# 2/26/97 Contract No. 3482 Page 110 c At the option of the Contractor, mateirial thinner than 0.13 in shall be galvanized either befc fabrication in conformance with the requirements of ASTM Designation: A 525M, Coati Designation 2600, or after fabrication in conformance with the requirements of ASTM Designatio! A 123, except that the weight of zinc cciating shall average not less than 365 g per square meter actual surface area with no individual specimen having a coating weight of less than 305 g F square meter. Galvanizing of standard pipe shall colnform to the requirements of ASTM Designation: A 5 Galvanizing will not be required for stainless steel, monel metal and similar corrosion resistant pad Fabrication shall include all operations such as shearing, cutting, punching, forming, drilling, millir bending, welding and riveting. All welded areas shall be thoroughly cleaned prior to galvanizing remove all slag or other material that would interfere with the adherence of the zinc. When it necessary to straighten any sections after galvanizing, the work shall be performed1 without damal to the zinc coating. Galvanizing of iron and steel hardware and nuts and bolts, when specified or shown on the plar shall conform to the specifications of ASTM Designation: A 153, except whenever threaded stuc bolts, nuts, and washers are specified to conform to ASTM Designation: A 307, A 325, A 3251 A 449, A 563, A 563M, or F 436 and zinc coating is required, they shall be hot-dip zinc coated mechanically zinc coated in accordance with the requirements of the ASTM Designations. Unlei otherwise specified, galvanizing shall be performed after fabrication. Components of boltc assemblies shall be galvanized separately before assembly. Tapping of nuts oir other internal threaded parts to be used with zinc coated bolts, anchor bars or studs shall1 be done aft galvanizing and shall conform to the requirements for thread dimensions and overtappir allowances in ASTM Designation: A 563 or A 563M. When specified, painting of zinc coateld surfaces shall be in accordance with the procedures Section 21 0-1, “Paint.” Galvanized surfaces that are abraded or damaged at any time after the application of the zir coating shall be repaired by thoroughly wire brushing the damaged areas and removing all loo! and cracked coating, after which the cleaned areas shall be painted with 2 applications of unthinnc zinc-rich primer (organic vehicle type) conforming to the provisions in Section 21 10-3.5, ‘‘Repair Damaged Zinc Coating.” Aerosol cans slhall not be used. e-. p,s 2/26/97 Contract No. 3482 Pege 111 of 112 I 8 I I I 1 1 I I. I I I I 1 I 1 SU PPLEM ENTAL. P ROVlSlON S TO STANDARD SPECIFICATIOINS FOR PUBLIC WORKS CONSTRLJCTION PART 3, CONSTRUCTION METHODS I. SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS 307-3 STREET LIGHTING CONSTRUCTION. Modify as follows: Section 86, “Signals and Electrical Systems” found in section 209 herein, shall replace Section 307-3, It Components”, of the SSPWC in all matters pertaining to the specifications for mear payment, warranty, and methods of construction for all elements of street lighting and traffic 307-4 TRAFFIC SIGNAL CONSTRUCTION. Modify as follows: Section 86, “Signals, Ligi Electrical Systems” found in section 209 herein, shall replace Section 307-4, ‘I Components“, of the SSPWC in all matters pertaining to the specifications for meas payment, warranty, and methods of construction for all elements of street lighting and traffic e- 1. I p,s 2/26/97 Contract No. 3482 Page 112