Loading...
HomeMy WebLinkAboutHillcrest Contracting Inc; 2006-05-10; PWS06-20ENGDQC# 2007-0535157 RECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 AUG 10,2007 11:37 AM OFFICIAL RECORDS SAN DIEGO COUNTY RECORDER'S OFFICE Q R E Q 0 RY J. S MIT H. CO U N TY R E CO Fl D E R FEES: 0.00 PAGES: 1 Space above this line for Recorder's use. PARCEL NO: N/A NOTICE OF COMPLETION Notice is hereby given that: 1. 2. 3. 4. 5. 6. 7. The undersigned is owner of the interest or estate stated below in the property hereinafter described. The full name of the undersigned is City of Carlsbad, a municipal corporation. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. The nature of the title of the undersigned is: In fee. A work or improvement on the property hereinafter described was completed on June 29, 2007. The name of the contractor for such work or improvement is Hillcrest Contracting, Inc. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: El Camino Real/Faraday Avenue IntersectioR-fmprovemeftts, Faraday Avenue/Orion Street Traffic Signal, and Faraday Avenue/Priestly Drive Traffic Signal, Project Nos. 36071, 36211 and 63041. The street address of said property is in the City of Carlsbad. CITY OF CARLSBAD Robert T. John City Engineer VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Council of said City on 6fjjLt^J- 7 , 20<3 7 . accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on fljifjjL*>+ % , 2Qo~} , at Carlsbad, California. CITY OF CARLSBAD ;>^ n//^C^L, &^u^$ oy>'Y<\"V' ^ /LORF - > :>'fcjt''"TSfc\%^|§pK?> '''•x '* 'X f:£= /L :/»=/ Ci JE M.o City CIS *"'<„*>• Word\Masters\Forms\Notice of Completion (City)3/9/98 DOC# 2007-0535158 Recording requested by: CITY OF CARLSBAD When recorded mail to: City Clerk City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92008 AUG10,2007 11:37 AM OFFICIAL RECORDS SAN DIEGO COUNTY RECORDER'S OFFICE G R E G 0 RY J S MIT H, CO LI N T Y R E CO R D E R FEES: 0.00 PAGES: 1 Space above this line for Recorder's Use NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is Carlsbad Municipal Water District (CMWD), a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work of improvement on the property hereinafter described was completed on June 29, 2007. 6. The name of the contractor for such work of improvement is Hillcrest Contracting, Inc. 7. The property on which the work of improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as El Camino Real/Faraday Avenue Intersection Improvements, Faraday Avenue/Orion Street Traffic Signal, and Faraday Avenue/Priestly Drive Traffic Signal, Project Nos. 36071, 36211 and 63041. DISTRICT GLENN PRUIM Public Works Director VERIFICATION OF SECRETARY I, the undersigned, say: I am the Secretary of the Carlsbad Water Municipal District, 1200 Carlsbad Village Drive, Carlsbad, California, 92008. The Board of Directors of said District on 2007, accepted the above described work as completed and ordered that a Notice of Com pletion be filed. declare under penalty of perjury that the foregoing is true and correct. , 2007, at Carlsbad, California. ICIPAL WATER Executed on £LuajL£>]' Secretary .-•^c f CITY OF CARLSBAD PROJECT:# 3607 FARADAY AVENUE AND EL CAMINO REAL INTERSECTION IMPROVMENTES CONTRACT CHANGE ORDER NO. 6 CONTRACT NO. ~36~0...;....7 __ _ P.O. NO. P116988 ACCOUNT NO. 31070009060/360719066 (Faraday/ ECR} 31070009060/630419066 (Faraday I Orion) 15270009060/362119066 (Faraday I Priestly) CONTRACTOR: Hillcrest Contracting ADDRESS: 1487 Circle City Dr Corona Ca 92878 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to subsection 3-2.2, Contract Unit Prices, of the Standard Specification for Public Works Construction, (SSPWC), 2006 Edition, and the General and Special Provisions of this contract, perform the following: Item 1 : Adjust the actual quantities of contract bid items 8,9, 11, 12, 14, 15, 16, 19,20,25, and 27 as shown on the Attached Exhibit "A". The extension of these bid items as shown in Attachment "A" were paid on progress payments prior to March 2007 .. Increase to Contract Cost. ............................................................... $17,612.60/ Pursuant to subsection 3-2.5, Changed Conditions and 3-2.4 Agreed Prices, of the Standard Specification for Public Works Construction, (SSPWC), 2006 Edition, and the General and Special Provisions of this contract, perform the following: Item 2 : Contractor and City have agreed that ownership of the portable changeable message signs required by section 206-9 will not transfer over to the City at the end of the job as required by section 206-9.3. A credit in the amount of $3,706.60 will be given to the City in lieu of providing the City portable changeable message signs. Decrease to Contract Cost.. .................................................................... ($3,706.60) .APR-17-2007 TUE 08:45 AM ENGINSPECTION FAX:7604384178 P. 004/005 '. f . . " Pursuant to subsection 3-3, Extra Work of the Standard Specification for Public Works Construction, (SSPWC), 2006 Edition, and the General and Special Provisions of this contract, perform the following: Item 3 : Provide all labor, equipment, and materials required for excavation of additional material necessary to support the relocation and installation of necessary SDG&E facilities. Work was performed on a time & material basis and full compensation for all work perfonned, as submitted by Hillcrest Contracting dated March 23, 2007, is being paid for in the amount of $4,448.90 · Increase to Contract Cost.. ...................................................................... $4,448.90 / Pursuant to subsection 3-2.2, Contract Unit Prices, of the Standard Specification for Public Works Construction, (SSPWC), 2006 Edition, and the General and Special Provisions of this contract, perform the following: Item 4 : Provide all labor, equipment, and materials required to perform additional surveying required to verify Faraday Avenue has sufficient cross.fall as designed. Increase to Contract Cost.. ............................................... ~ ..................... $259 .. 33 / ' / ESTIMATED TOTAL INCREASE TO CONTRACT COST ..................................... $18,614.23 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE INCREASED AS A RESULT OF THIS CHANGE ORDER. RECOMMENDED BY: . , '-J-I 'o( D 7 (DATE) ~7 APPROVED BY: ~ CONTRACTOR ·,- ~ ANAGER/ MAYOR r-1-07 (DATE) S);p,/07 (DATE) DISTRUBUTION: INSPECTION FILE (ORIGINAL), PURCHASING, CONTRACTOR, DEPUTY CITY ENGINEER· DESIGN K:\CAPITAL-ACTIVB\3607 TS on Faraday BCR and Priestly\change orders\CCO 6.doc page 2/2 CITY OF CARLSBAD PROJECT:# 3607 FARADAY AVENUE AND EL CAMINO REAL INTERSECTION IMPROVMENTES CONTRACT CHANGE ORDER NO. 5 CONTRACT NO. 3607 P.O. NO. P116988 ACCOUNT NO. CONTRACTOR: ADDRESS: ----- 31070009060/360719066 (Faraday/ ECR) 31070009060/630419066 (Faraday / Orion) 15270009060/362119066 (Faraday / Priestly) Hillcrest Contracting 1487 Circle City Dr Corona Ca 92878 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to subsection 3-3, Extra Work, of the Standard Specification for Public Works Construction, (SSPWC), 2006 Edition, and the General and Special Provisions of this contract, perform the following: Item 1 : Provide all labor, equipment, materials, and disposal fees required to landscape all four phases of the Faraday Avenue and El Camino Real intersection The cost for all soil preparation, planting, irrigation adjustments, and 30 day guarantee period on all planting material shall be $15,604.60 as quoted in the proposal from Rancho Del Oro Landscape & Maintenance dated February 1, 2007, as submitted by Hillcrest Contracting dated February 09, 2007. Increase to Contract Cost. ............................................................... $15,604.60 / K:\CAPIT AL-ACTIVE\3607 TS on Faraday ECR and Priestly\change orders\CCO 5.doc page 2/2 .,. ' Pursuant to subsection 3-4, Changed Conditions and 3-2.4 Agreed Prices, of the Standard Specification for Public Works Construction, (SSPWC), 2006 Edition, and the General and Special Provisions of this contract, perform the following: Item 2 : Provide all labor, equipment, and materials required for construction of a keystone block retaining wall along the north side of Faraday Avenue just east of El Camino Real between the newly constructed sidewalk and the existing block wall noted as "protect in place" on sheet 4 of the contract drawings. The wall shall be constructed between the westerly corner of the existing wall, at approximately station 11 +25, and the large 24" diameter tree, at approximately station 12+00. Wall shall include an adequate number of blocks to create a wall 2' above the existing sidewalk grade and shall include a solid keystone cap unit. Wall construction shall include all items identified in cost proposal from Mark Whitaker Masonry dated March 21, 2007 as submitted by Hillcrest Contracting. Color of keystone block wall shall match the existing wall on the north side of Faraday Avenue just east of Orion Street. Increase to Contract Cost. ....................................................................... $7,859.03 /' ESTIMATED TOTAL INCREASE TO CONTRACT COST ..................................... $23,463.61 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE INCREASED AS A RESULT OF THIS CHANGE ORDER. RECOMMENDED BY: (DATE) CITY ENGINEE FINANCE DIRECTOR ~ 4/°i /o, CONTRACTOR (DATE) ~:_,~ef-;f/1 YANAGER/ MAYOR (DAE) DISTRUBUTION: INSPECTION FILE (ORIGINAL), PURCHASING, CONTRACTOR, DEPUTY CITY ENGINEER-DESIGN K:\CAPIT AL-ACTIVE\3607 TS on Faraday ECR and Priestly\change orders\CCO 5.doc CITY OF CARLSBAD PROJECT:# 3607 FARADAY AVENUE AND EL CAMINO REAL INTERSECTION IMPROVMENTES CONTRACT CHANGE ORDER NO. 4 CONTRACT NO. ""-'36"-"'0-'--7 __ _ P.O. NO. P116988 ACCOUNT NO. 31070009060/360719066 (Faraday/ ECR) 31070009060/630419066 (Faraday/ Orion) 15270009060/362119066 (Faraday I Priestly) CONTRACTOR: Hillcrest Contracting ADDRESS: 1487 Circle City Dr Corona Ca 92878 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to subsection 3-3, Extra Work, of the Standard Specification for Public Works Construction, (SSPWC), 2006 Edition, and the General and Special Provisions of this contract, perform the following: Item 1 : Provide all labor, equipment, and materials required for additional unclassified excavation necessary to grade the slope between station 12+56 and 13+94 of Faraday Avenue in Phase Ill of the project. The slope shall be graded to a 3:1 (horizontal:vertical) slope ratio rather than a 2: 1 slope ratio as shown on the approved plans. The cost for all additional unclassified excavation associated with the re-grading of this slope shall be $4,072.00 as quoted in the proposal from Hillcrest Contracting dated December 14, 2006. Increase to Contract Cost. ............................................................... $4,072.00/ Pursuant to subsection 3-4, Changed Conditions and 3-2.4 Agreed Prices, of the Standard Specification for Public Works Construction, (SSPWC), 2006 Edition, and the General and Special Provisions of this contract, perform the following: Item 2 : Provide all labor, equipment, and materials required for excavation of the unforeseen (changed condition) solid rock in the location of the signal foundations of poles D and C at the intersection of Faraday Ave and Orion Street. The cost for all additional labor, equipment and materials necessary to perform the necessary excavation shall be paid for at the rate of $635.25 per hour as quoted in the proposal from Select Electric Inc. and Hillcrest Contracting dated December 4, 2006. The estimated total cost associated with the required excavation shall be $7,623.00. Estimated Increase to Contract Cost. .................................................. $7,623.00 / ESTIMATED TOTAL INCREASE TO CONTRACT COST ..................................... $11,695.00 ./ TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE INCREASED AS A RESULT OF THIS CHANGE ORDER. RECOMMENDED BY: -olP .. 06 CONTRACTOR (DATE) ~-~ c1rMNAG?R/ MAYOR (DATE) Q--i~+T. CITY ENGINEE ~ FINANCE DIRECTOR fr& DISTRUBUTION: INSPECTION FILE (ORIGINAL), PURCHASING, CONTRACTOR, DEPUTY CITY ENGINEER-DESIGN K:\CAPIT AL-ACTIVE\3607 TS on Faraday ECR and Priestly\change orders\CCO 4.doc page 2/2 CITY OF CARLSBAD PROJECT:# 3607 FARADAY AVENUE AND EL CAMINO REAL INTERSECTION IMPROVMENTES CONTRACT CHANGE ORDER NO. 3 CONTRACT NO. 3607 ~-"-'----P.O. NO. P116988 ACCOUNT NO. CONTRACTOR: ADDRESS: 31070009060/360719066 (Faraday/ ECR) 31070009060/630419066 (Faraday I Orion) 15270009060/362119066 (Faraday I Priestly) Hillcrest Contracting 1487 Circle City Dr Corona Ca 92878 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to subsection 3-3, Extra Work, of the Standard Specification for Public Works Construction, (SSPWC), 2006 Edition, and the General and Special Provisions of this contract, perform the following: Item 1 : Provide all labor, equipment, and materials required for additional unclassified excavation necessary to re-grade the 2: 1 between station 8+00 and 9+50. The slope shall be regarded to a 3: 1 (horizontal:vertical) slope ratio. The cost for all additional unclassified excavation associated with the re-grading of this slope shall be $6,682.00 as quoted in the proposal from Hillcrest Contracting dated November 14, 2006. Estimated Increase to Contract Cost. .................................................. $6,682.00 K:\CAPITAL-ACTIVE\3607 TS on Faraday ECR and Priestly\change orders\CCO 3.doc page 2/2 v ESTIMATED TOTAL INCREASE TO CONTRACT COST ..................................... $6,682.00' TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE INCREASED AS A RESULT OF THIS CHANGE ORDER. RECOMMENDED BY: (DATE) (DATE) ANAGER/MAYOR (DATE) ~ ;?,/s/c,b FINANCE~CTOR (DATE) DISTRUBUTION: INSPECTION FILE (ORIGINAL), PURCHASING, CONTRACTOR, DEPUTY CITY ENGINEER-DESIGN K:\CAPITAL-ACTIVE\3607 TS on Faraday ECR and Priestly\change orders\CCO 3.doc CITY OF CARLSBAD PROJECT:# 3607 FARADAY AVENUE AND EL CAMINO REAL INTERSECTION IMPROVMENTES CONTRACT CHANGE ORDER NO. 2 CONTRACT NO. =-'36a..;;.0...;.....7 __ _ P.O. NO. P116988 ACCOUNT NO. CONTRACTOR: ADDRESS: 31070009060/360719066 (Faraday I ECR) 31070009060/630419066 (Faraday/ Orion) 15270009060/362119066 (Faraday I Priestly) Hillcrest Contracting 1487 Circle City Dr Corona Ca 92878 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to subsection 3-3, Extra Work, of the Standard Specification for Public Works Construction, (SSPWC), 2006 Edition, and the Provisions of this contract, perform the following: Item 1 : Provide all labor, equipment, and materials for required additional excavation necessary to allow for the installation of 6" of Class II Aggregate Base under and behind all new curb & gutter as well as for an increased structural section for the new pavement sections of Faraday Avenue and El Camino Real. The new pavement section (Bid Item No. 17) is 4" AC/14" Class II Aggregate Base. Perform additional Unclassified Excavation necessary to accommodate the installation of 6" of Class II Base under and behind all proposed curb & gutter and the revised roadway structural sections consisting of 4"AC over 14" Class II Aggregate Base. The cost for all additional excavation shall be $25,656.00 as quoted in the proposal from Hillcrest Contracting dated October 03, 2006. The estimated quantity of additional Class 11 Aggregate Base is 1010 tons. The cost for installation of new Class II Aggregate Base shall be paid at $63.00 per ton. The total estimated cost for the installation of all new Class II Aggregate Base is $63,630.00. Estimated Increase to Contract Cost. .................................................. $89,286.00 Pursuant to subsection 3-2.5, Eliminated Items, of the Standard Specification for Public Works Construction, (SSPWC), 2006 Edition, and the Provisions of this contract, perform the following: Item 2 : Delete bid item No. 41, Furnish and install 24" Box (Platanus Acerifolia-"Bloodgood") Trees. Material conforming to the plans and specifications has not been obtained by the Contractor, therefore the item is deleted in it's entirety without compensation for any actual costs. Decrease to Contract Cost.. ......................................................... $ (4,500.00) ·/ Pursuant to subsection 3-3, Extra Work, of the Standard Specification for Public Works Construction, (SSPWC), 2006 Edition, and the Provisions of this contract, perform the following: Item 3: The fire hydrant relocation shown at station 7+37 of Faraday Avenue (Sheet 3, DWG 429-9) cannot be relocated as shown on the plans because of a conflicting water main line. Relocate the fire hydrant as shown on the attached sketch and in accordance with the cost estimate provided by Hillcrest Contracting on Wed. 10/04/06. The cost for the extra work associated with the relocation of one of the hydrants listed in Bid Item No. 25 is $5,024.28 ($7,624.28 -$2,600.00). Increase to Contract Cost. ............................................................ $ 5,024.28 i:e,e, ESTIMATED TOTAL INCREASE TO CONTRACT COST ..................................... $89,810 . .f)(( / TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY ELEVEN (11) WORKING DAYS AS A RESULT OF THIS CHANGE ORDER._ ) RECOMMENDED BY: FINANCE DIRECTOR ~.,{t- Jo/>~ ' (DATE) tol ~ l (DATE) DISTRUBUTION: INSPECTION FILE (ORIGINAL), PURCHASING, CONTRACTOR, DEPUTY CITY ENGINEER, DESIGN K:\CAPIT AL-ACTIVE\3607 TS on Faraday ECR and Priestly\change orders\CCO 2.doc page 2/2 CITY OF CARLSBAD PROJECT:# 3607 FARADAY AVENUE AND EL CAMINO REAL INTERSECTION IMPROVMENTES CONTRACT CHANGE ORDER NO. 1 CONTRACT NO. -=-36;;;..;0""'"7 __ _ P.O. NO. P116988 ACCOUNT NO. 31070009060/360719066 (Faraday/ ECR) 31070009060/630419066 (Faraday/ Orion) 15270009060/362119066 (Faraday / Priestly) CONTRACTOR: Hillcrest Contracting ADDRESS: 1487 Circle City Dr Corona Ca 92878 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to subsection 3-2.2.3, Agreed prices, of the Standard Specification for Public Works Construction, (SSPWC), 2003 Edition, and the Provisions of this contract, perform the following: Item 1 : Provide all labor, equipment, and materials for installing the Opticom detector at a new location on Orion Street, install 250' LF +-of 3" PVC conduit, Type 1 A pole foundation, new EVPE unit model 711 poticom unit, pull boxes conductors, equipment and traffic control, for the lump sum of $16,852.10 Increase to Contract Cost. .................................................................. $16,852.1 O Item 2 : Add thirty four (34) working days to the Contract at no additional cost to the Contract. Increase to Contract Cost. .................................................................... $ 0.00 K:\CAPITAL-ACTIVE\3607 TS on Faraday ECR and Priestly\change orders\CCO I.doc page 1/2 TOTAL INCREASE TO CONTRACT COST ...................................................... $16,852.10·/ TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY THIRTY FOUR (34) WORKING DAYS AS A RESULT OF THIS CHANGE ORDER. THE REVISED COMPLETION DATE FOR THE PROJECT IS MAY 4, 2007. RECOMMENDED BY: C C~~/0/2( DEPUTY CITY ENGINEER (DATE) ~ CITY ENGINEER ?f.., FINANCE DIRECTOR fb (>~ DISTRUBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR DEPUTY CITY ENGINEER, DESIGN (DATE) (DATE) APPROVED BY: ;:;{..,__ • .. j.-{--JJAA--to /ao l01,:, tlTY MANAGER/ MAYOR (DATE) K:\CAPIT AL-ACTIVE\3607 TS on Faraday ECR and Priestly\change orders\CCO I .doc page 2/2 r CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR FARADAY AVENUE AND EL CAMINO REAL INTERSECTION IMPROVEMENTS CONTRACT NO. 3607 BID NO. PWS06-20ENG Revised: 10/08/03 Contract No. 3607 Page 1 of 184 Pages TABLE OF CONTENTS Item Page Notice Inviting Bids 6 Contractor's Proposal 10 Bid Security Form 19 Bidder's Bond to Accompany Proposal 20 Guide to Completing the "Designation of Subcontractor's" Form 22 Designation of Subcontractor 24 Bidder's Statement of Financial Responsibility 25 Bidder's Statement of Technical Ability and Experience 26 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 27 Bidder's Statement re Debarment 28 Bidder's Disclosure of Discipline Record 29 Non-Collusion Affidavit To Be Executed By Bidder And Submitted With Bid 31 Contract Public Works 32 Labor And Materials Bond 38 Faithful Performance/Warranty Bond 40 Escrow Agreement For Surety Deposits In Lieu Of Retention (Optional) 42 Revised: 10/08/03 Contract No. 3607 Page 2 of 184 Pages SUPPLEMENTAL PROVISIONS Parti General Provisions Section 1 Terms Definitions, Abbreviations And Symbols 1-1 Terms 45 1-2 Definitions 46 1-3 Abbreviations 46 Section 2 Scope And Control Of The Work 2-3 Subcontracts 47 2-4 Contract Bonds 47 2-5 Plans And Specifications 48 2-9 Surveying 50 2-10 Authority Of Engineer 53 Section 3 Changes In Work 3-2 Changed Initiated By the Agency 54 3-3 Extra Work 54 3-4 Changed Conditions 55 3-5 Disputed Work 56 Section 4 Control Of Materials 4-1 Materials And Workmanship 58 4-2 Materials Transportation, Handling And Storage 59 Section 5 Utilities 5-1 Location 60 5-4 Relocation 60 5-6 Cooperation 60 Section 6 Prosecution, Progress And Acceptance Of The Work 6-1 Construction Schedule And Commencement Of Work 61 6-2 Prosecution Of Work 62 6-6 Delays And Extensions Of Time 63 6-7 Time of Completion 63 6-8 Completion And Acceptance 64 6-9 Liquidated Damages 64 Section 7 Responsibilities Of The Contractor 7-3 Liability Insurance 64 7-4 Workers' Compensation Insurance 65 7-5 Permits 65 7-7 Cooperation and Collateral Work 65 7-8 Project Site Maintenance 65 7-10 Public Convenience And Safety 66 7-13 Laws To Be Observed 70 Section 9 Measurement & Payment 9-1 Measurement Of Quantities For Unit Price Work 70 9-3 Payment 71 Revised: 10/08/03 Contract No. 3607 Page 3 of 184 Pages Part 2 Construction Materials Section 200 Rock Materials 200-2 Untreated Base Materials 73 Section 201 Concrete, Mortar And Related Materials 201-1 Portland Cement Concrete 74 Section 203 Bituminous Materials 203-6 Asphalt Concrete 77 Section 206 Miscellaneous Metal Items 206-7 Traffic Signs 78 206-8 Light Gage Steel Tubing And Connectors 81 206-9 Portable Changeable Message Sign 82 Section 207 Pipe 207-2 Reinforced Concrete Pipe 83 207-10 Steel Pipe 83 207-25 Underground Utility Marking Tape 84 Section 209 Electrical Components 85 209-1 General 86 209-2 Materials and Installation 90 209-3 Controller Assemblies 114 209-4 Traffic Signal Faces and Fittings 115 209-5 Detectors 132 209-6 Lighting 142 209-7 Removing, Reinstalling or Salvaging Electrical Equipment 155 209-8 Payment 155 Section 210 Paint And Protective Coatings 210-1 Paint 156 210-3 Galvanizing 157 Section 212 Landscape and Irrigation Materials 212-1 Landscape Materials 158 Section 213 Engineering Fabrics 213-3 Erosion Control Specialties 161 Section 214 Pavement Markers 214-5 Reflective Pavement Markers 161 Section 215 Catch Basin Insert 215-1 Catch Basin Insert 162 Revised: 10/08/03 Contract No. 3607 Page 4 of 184 Pages Parts Construction Methods Section 300 Earthwork 300-1 Clearing And Grubbing 163 300-2 Unclassified Excavation 164 300-3 Structure Excavation and Backfill 165 300-4 Unclassified Fill 165 300-9 Geotextiles for Erosion Control 166 300-12 Storm Water Pollution Prevention Plan 167 Section 301 Treated Soil, Subgrade Preparation and Placement of Base Materials 301-1 Subgrade Preparation 170 Section 302 Roadway Surfacing 302-5 Asphalt Concrete Pavement 170 Section 303 Concrete and Masonry Construction 303-5 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, And Driveways 171 Section 306 Underground Conduit Construction 306-1 Open Trench Operations 172 306-5 Abandonment Of Conduits And Structures 175 Section 307 Street Lighting and Traffic Signals 307-3 Street Lighting Construction 176 307-4 Traffic Signal Cosntruction 176 Section 308 Landscape and Irrigation Installation 308-4 Planting 176 308-7 Guarantee 178 308-8 Measurement and Payment 179 Section 310 Painting 310-5 Painting Various Surfaces 179 310-7 Permanent Signing 180 Section 312 Pavement Marker Placement and Removal 312-1 Placement 180 Section 313 Temporary Traffic Control Devices 313-1 Temporary Traffic Pavement Markers 181 313-3 Temporary Railing (Type K) and Crash Cushions 182 313-4 Measurement and Payment 183 APPENDICES A. Resident Notification Example B. Partial Set of Standard Drawings C. Model SWPPP Template Revised: 10/08/03 Contract No. 3607 Page 5 of 184 Pages CITY OF CARLSBAD NOTICE INVITING BIDS Sealed bids shall be deposited in the Bid Box located in the first floor lobby at the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, until 3:00 p.m. on the 9th day of February, 2006, at which time they will be opened and read, for performing the work as follows: Construction of intersection improvements at El Camino Real and Faraday Avenue and Traffic Signals at Faraday Avenue and Priestly Drive, Faraday Avenue and El Camino Real, and Faraday Avenue and Orion Street. FARADAY AVENUE AND EL CAMINO REAL INTERSECTION IMPROVEMENTS CONTRACT NO. 3607 The work shall be performed in strict conformity with the specifications as approved by the City Council of the City of Carlsbad on file with the Engineering Department. The specifications for the work include the Standard Specifications for Public Works Construction (2003 Edition and supplements thereto), all hereinafter designated "SSPWC" as issued by the Southern California Chapter of the American Public Works Association and as amended by the special provisions sections of this contract. Reference is hereby made to the plans and specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the Escrow Agent. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. The documents which comprise the Bidder's proposal and that must be completed and properly executed, including notarization where indicated are: 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit 4. Designation of Subcontractors and Amount of Subcontractor Bid 5. Bidder's Statement of Financial Responsibility 6. Bidder's Statement of Technical Ability and Experience 7. Acknowledgment of Addendum(s) 8. Certificate of Insurance, the riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 9. Bidder' s Statement Re Debarment 10.Bidder's Disclosure Of Discipline Record 11 .Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $1.1 million. Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure to the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases, the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: A. If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non- refundable fee of $25.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract neither addition to, modification of nor interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad nor may any bidder rely directions given by any agent, employee of contractor of the City of Carlsbad except as hereinbefore specified. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price will be required for work on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to: 1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($ 5,000,000). 2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($10,000,000). 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($10,000,000). These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the Supplemental Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:V 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, the Resolution No. 2005-375, adopted on the 20th day of December, 2005. December 21, 2005 Date "fcARlEN KtlNDT^ Aszfitant City Clerk PUBLISH DATE: December 25, 2005 CITY OF CARLSBAD FARADAY AVENUE AND EL CAMINO REAL INTERSECTION IMPROVEMENTS CONTRACT NO. 3607 CONTRACTOR'S PROPOSAL City Council City of Carlsbad 1 635 Faraday Avenue Carlsbad, California 92008-7314 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, Special Provisions and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 3607 in accordance with the Plans, Specifications, Supplemental Provisions and addenda thereto and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: STREET IMPROVEMENTS FARADAY AVENUE AND EL CAMINO REAL Item No. 1 Mobilization at Description Approximate Quantity and Unit Unit Price Total 1 LS Dollars' (Lump Sum) Traffic Control at , T LS . dQ Dollars (Lump Sum) Clearing and Grubbing (including, but not limited to, AC driveways and sidewalks, PCC driveways, sidewalks, pedestrian ramps and cross gutters and pavement (includes sawcut), unsuitable subgrade removal if necessary, shrubs, trees and vegetation, air vents, and remove and salvage traffic signs) at LS Sum) Revised: 10/08/03 Contract No. 3607 Page 1 0 of 1 84 Pages Item No.Description 4 Unclassified Excavation Dollars (Lump Sum) Construct Type B-1 Inlet per SDRSD D-2 (L=9') with catch basin insert at \] SI fT J DollarS Each Approximate Quantity and Unit 1 LS EA Unit Price Total Construct 1 8" RCP Storm Drain (2000-D) (with watertight oints) at_ Dollars per Linear Foot 11 LF 7 Construct Case E Local Depression per APWAStd. Plan 313-1. Dollars Each EA 8 Construct .Curb and Gutter per SDRSD G-2 at 1 ,580 LF r 37. ftp Dollars per Linear Foot 9 Construct PCC Sidewalk per SDRSD G-7, 7620 SF Contiguous (includes transitional grading) at Dollars per Square Foot 7. 10 Construct PCC Cross Gutter or Portion of 1,070 SF Cross Gutter per SDRSD^G-1^2 at fttJfcT'tSiSv T Dollars per Square Foot /C?O 5cV. 1 1 Construct Modified PCC Driveway Apron per 1 35 SF SDRSD G-14A and Detail on Sheet 2 at Dollars per Square Foot H.t/0 Revised: 10/08/03 Contract No. 3607 Page 1 1 of 1 84 Pages Item Approximate No. Description Quantity and Unit Unit Price Total 12 Constructed Ramp per SDRSD G-29 1 EA Aft «V/oo Dollars Each 14 Remove and Construct Variable Height PCC 65 LF Curb to Match Existing at Dollars per Linear Foot 15 Remove and Construct Gravity Retaining Wall 250 LF Per SDRSD C-9, Type C at Dollars per Linear Foot 16 Construct AC Pavement at , 550 Ton Dollars per Ton 17 Construct Class II Aggregate Base at 675 Ton Dollars per Ton 18 Relocate Existing Interfering Irrigation mains 1 LS and laterals and Cap Abandoned Service Lateral, and Sprinklers at Dollars (Lump Sum) 19 Relocate Existing 2" Water Meter per CMWD 4 EA W-3; Dollars Each Dollars Each 13 Construct Ped Ramp per SDRSD G-27 at 5 EA "2,^00. po Revised: 10/08/03 Contract No. 3607 Page 12 of 184 Pages Approximate No. Description Quantity and Unit Unit Price Total 20 Relocate Existing 1" Water Meter per CMWD 2 EA W-3at Dollars E"ach 21 Relocate Existing Irrigation Valves, Sprinklers 6 EA and Irrigatiop Laterals to Back of Sidewalk at ^Dollars Each 22 Relocate Existing 6" Air Vent at 2 EA Dollars "Each 23 Relocate Existing 10" Air Vent at 1 EA Dollars Each 24 Remove Existing Water Vault and 1 LS Appurte/iances per Detail on Sheet 2 at Dollars (Lump Sum) 25 Relocate Existing Fire Hydrant per CMWD 2 EA W-12at Dolfers Each 26 Remove Existing Air Vacs and Install 2- 2 EA 2"AVVA per CM7WD W-7 at /^ Dollars Each 27 Relocate Existing Backflow Device per 3 EA CMWD W-20jtf Dollars Each Revised: 10/08/03 Contract No. 3607 Page 13 of 184 Pages No. Description 28 Relocate Existing Sign as Noted at Approximate Quantity and Unit 1 EA Dollars Each 29 Remove and Construct Sewer Manhole RenJEorced Concrete Cone and Rings at 1 EA Dollars Each 32 Abandon Existing Drainage Inlet, Remove to 1 24" Below Grade and Plug Brick and Mortar at Dollars Each 33 Traffic Signal at Faraday Avenue and El Gaming. Real at (Specialty Item) Dollars (lump sum) 34 Traffic Signal at Faraday Avenue and Orion Street at (Specialty y r..y_. Dollars (lump sum) 35 Traffic Signal at Faraday Avenue and Priestly Drive at (Specialty Item) Dollars (lump sum) f bollars'Each 30 Adjust Existing Water Valve Frame and Cover 3 EA to Grade at Dollars'Each 31 Adjust Existing Pull Box Frame and Cover to 2 EA Grade at EA 1 LS 1 LS 1 LS Total Addendum No. 1 Contract No. 3607 Page 14 of 184 Pages No.Description 36 Traffic Signal Interconnect at Approximate Quantity and Unit 1 LS Dollars (lump sum) 37 Signing and Striping at 1 LS Dollars (lump sum) 38 Preparation, implementation and maintenance 1 of SWPPP for Faraday Avenue and El Camino Real at LS Dollars (lump sum) 39 Concrete Collar per Carlsbad^ DS-5 40 Dollars Each Brooks Inlet or approved equal including 12" 1 LS PVC pipe SD/* 35 41 Dollars (lump sum) Furnish and install 24"Box (Platanus Acerifolia- "Bloodgood") Tree 12 EA Dollars Each Total amount of bid in words: Unit Price 2 EA £>50<o& Total Total amount of bid in numbers: $ ii_ 7 / Price(s) given above are firm for 90 days after date of bid opening and do comprise the Contract Unit Prices for the Work. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. OPENED, WITNESSED AND REC Revised: 10/08/03 Contract No. 3607DATE oH-84 Pages The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number 471664 , classification A which expires on 04/30/2007 and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code § 10164. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer, agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is "BIDDER'S BOND" 10% (Cash, Certified Check, Bond 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 requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. Revised: 10/08/03 Contract No. 3607 Page 16 of 184 Pages License Detail Page 1 of2 Monday, February 13, 2006 License Detail Contractor License # 471664 CALIFORNIA CONTRACTORS STATE LICENSE BOARD DISCLAIMER A license status check provides information taken from the CSLB license data base. Before relying on this information, you should be aware of the following limitations: • CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. • Per B&P 7071.17. only construction related civil judgments reported to the CSLB are disclosed. . Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. . Due to workload, there may be relevant information that has not yet been entered onto the Board's license data base. Extract Date: 02/13/2006 * * * Business Information * * * HILLCREST CONTRACTING INC PO BOX 1898 CORONA, CA 92878-1898 Business Phone Number: (909) 273-9600 Entity: Corporation Issue Date: 04/04/1985 Expire Date: 04/30/2007 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * * Class ( Description !A iGENERAL ENGINEERING CONTRACTOR * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 08560240 in the amount of $10,000 with the bonding company FIDELITY AND DEPOSIT COMPANY OF MARYLAND. Effective Date: 01/01/2004 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL^): The Responsible Managing Officer (RMO) GLENN JASON SALSBURY certified that he/she owns 10 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 04/04/1985 * * * Workers Compensation Information * * * This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number: 713-0006691 Effective Date: 12/19/2000 Expire Date: 10/01/2006 http://www2.cslb.ca.gov/CSLB_LIBRARY/License+Detail.asp 02/13/2006 License Detail Page 2 of 2 Workers Compensation History Personnel List License Number Contractor Name Personnel Name Request Request Request Salesperson Request © 2005 State of California. Conditions of Use Privacy Policy http://www2.cslb.ca.gov/CSLB_LIBRARY/License+Detail.asp 02/13/2006 Personnel List Page 1 of 1 Personnel List Contractor License # 471664 Monday, February 13, 2006 CALIFORNIA CONTRACTORS STATE LICENSE BOARD Click on the person's name to see a more detailed page of information on that person. Name Title Association Date Disassociation Date Class More Class EINER GUSTAV LINDHOLM OFFICER 04/04/1985 GLENN JASON SALSBURY RMO/CEO/PRES 04/04/1985 A More License Number Request Contractor Name Request Personnel Name Request Salesperson Name RequestSalesperson Request © 2005 State of California. Conditions of Use Privacy Policy http://www2.cslb.ca.gov/CSLB_LIBRARY/Personnel+List.asp?LicNum=... 02/13/2006 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted HILLCREST CONTRACTING/ INC. (2). (Signature) GLENN J. SALSBURY PRESIDENT (Title) Impress Corporate Seal here Revised: 10/08/03 Contract No. 3607 Page 17 of 184 Pages CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of Riverside ON Feb. 6. 2006 before me. Alice M. English. Notary Public personally appeared Glenn J. Salsburv. personally known to me, to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by hjs_signature on the instrument the person or entity upon behalf of which the person acted, executed the instrument. Notary Public - California Riverside County l"Alice M. English, Notry Public OPTIONAL Though law does not require the information below, it may prove valuable to persons relying on the document and could prevent fraudulent removal of this form to another document. Description of Attached Document Title or type of Document: AFFIDAVIT FOR CORPORATE CONTRACTOR Document Date: Feb. 6.2006 Number of Pages: ONE Signer(s) Other Than Named Above NONE Capacity(ies) Claimed b y Signer Signer's Name: Glenn J. Salsburv Q Individual Q: Corporate Officer - Title(s): President Q Partner- Limited General Q Attorney in Fact Q Trustee Q Guardian or Conservator Q Other: Signer is Representing: HILLCREST CONTRACTING, INC. (3) Incorporated under the laws of the State of California (4) Place of Business 1467 Circle City Drive (Street and Number) City and State Corona, CA (5) Zip Code 92879 Telephone No. 951/273-9600 NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: GLENN J. SALSBURY, PRESIDENT EINER G. LINDHOLM, VICE PRES./SECRETARY Revised: 10/08/03 Contract No. 3607 Page 18 of 184 Pages BID SECURITY FORM (Check to Accompany Bid) FARADAY AVENUE AND EL CAMINO REAL INTERSECTION IMPROVEMENTS CONTRACT NO. 3607 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a 'Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of dollars ($ ), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. BIDDER 'Delete the inapplicable word. (Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) Revised: 10/08/03 Contract No. 3607 Page 19 of 184 Pages BIDDER'S BOND TO ACCOMPANY PROPOSAL BOND #08560235 FARADAY AVENUE AND EL CAMINO REAL PI™™ NIL INTERSECTION IMPROVEMENTS CONTRACT NO. 3607 KNOW ALL PERSONS BY THESE PRESENTS: FIDELITY AND DEPOSIT That we, HILLCREST CONTRACTING. INC. . as Principal, and COMPANY OF MARYLAND , as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) TEN PERCENT OF AMOUNT BID for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for: FARADAY AVENUE AND EL CAMINO REAL INTERSECTION IMPROVEMENTS CONTRACT NO. 3607 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited'to the said City. m/fJfl/rw Contract No. 3607 Paoe 20 of 184 Paces In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this 26TH day Of JANUARY , 20 06 . PRINCIPAL: HILLCREST CONTRACTING. INC. (name of Principal) By: ? (sign here) GLENN J. SALSBURY (print name here) PRESIDENT (Title and Organization of Signatory) 26TH (sign here) EINER G. LINDHOLM Executed by SURETY this JANUARY . 20 06 SURETY: day of FIDELITY AND DEPOSIT COMPANY OF MARYLAND (name of Surety) 801 N. BRAND BLVD., SUITE, PENTHOUSE GLENDALE, CA 91203 (address of Surety) (818) 409-2800 (telephone number of Surety) (print name here) VICE PRESIDENT/SECRETARY (title and organization of signatory) By: _ (signature of Attorney-in-Fact) MATTHEW P. FLAKE (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledge of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) (If signed by an individual partner, the partnership must attach a statement of partnership authorizing the partner to execute this instrument.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: Deputy City Attorney Revised: 10/08/03 Contract No. 3607 Page2t of! 84 Pages CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of Riverside On Feb. 6,2006 before me, Alice M. English, Notary Public, personally appeared Glenn J. Salsburv and Einer G. Lindholm personally known to me, to be the persons whose names are subscribed to the within instrument and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument the persons or entity upon behalf of which the persons acted, executed the instrument. ** ALICE M&vsHstT * t Witness my hand and official seal Commission #1514998 I Notary Public - California f Riverside County f My Comm. Expires Oct 21,2008f Alice M. English, Notary OPTIONAL- Though law does not require the information below, it may prove valuable to persons relying on the document and could prevent fraudulent removal of this form to another document. Description of Attached Document Title or type of Document: BIDDER'S BOND Document Date: Jan. 26.2006 _No. of Pages: Two Signer(s) Other Than Named Above FIDELITY AND DEPOSIT COMPANY OF MARYLAND Capacity(ies) Claimed by Signer Signer's Name: GLENN J. SALSBURY & EINER G. LINDHOLM G Individual 3: Corporate Officer - Title(s): President & Vice President/Secretary Q Partner- Limited General Q Attorney in Fact Q Trustee Q Guardian or Conservator Q Other: Signer is Representing: HILLCREST CONTRACTING, INC. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF ORANGE On Qi/26/06 before me, personally appeared LEXIE SHERWOOD - NOTARY PUBLIC MATTHEW P. FLAKE personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal LEXIE SHERWOOD COMM. #1593951 NOTARY PUBLIC • CALIFORNIA ORANGE COUNTY Comm. Exp. JULY 27, 2009 OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. DESCRIPTION OF ATTACHED DOCUMENT BID BOND TITLE OR TYPE OF DOCUMENT NUMBER OF PACES 2 DATE OF DOCHMENT 01/26/06 INDIVIDUAL PARTNER(S) OTHER: CAPACITY CLAIMED BY ] CORPORATE OFFICER 3 ATTORNEY-IN-FACT TITLE(S) TRUSTEE(S) SIGNER IS REPRESENTING: FIDELITY AND DEPOSIT COMPANY OF MARYLAND NAME OF PERSON(S) OR ENTITY(S) Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Laws of said Company, wjwh?are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date here«5|^Mies}'b6reby nominate, constitute and appoint Richard A. COON, Charles L. FLAKE, David L. SHERWOOD, all of Anaheim, California, EACH its true and deliver, for, and on its behalf as surety, and as it execution of such bonds or undertakin amply, to all intents and the Company at its behalf of Richard and Lexie (?»HjeyMGjJm>rnake, execute, seal ndertakings, and the ing upon said Company, as fully and acknowledged by the regularly elected officers of persons. This power of attorney revokes that issued on L. CULBERTSON, Matthew P. FLAKE, Lexie SHERWOOD, dated January 14, 2005. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-Laws of said Company, and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 7th day of November, A.D. 2005. ATTEST:FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Eric D. Barnes Assistant Secretary William J. Mills Vice President State of Maryland lss. City of Baltimore J On this 7th day of November, A.D. 2005, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn Notary Public My Commission Expires: July 14,2007 POA-F 012-4150H EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 26TH day of JANUARY , 2006 Assistant Secreturv Company Profile Page 1 of 2 Company Profile FIDELITY AND DEPOSIT COMPANY OF MARYLAND 1400 AMERICAN LANE, 19TH FLOOR TOWER 1 SCHUAMBURG, IL 60196-1056 800-382-2150 Agent for Service of Process ANDREW K. PLATT, C/O ZURICH NORTH AMERICA 801 N. BRAND BLVD., 13TH FLOOR GLENDALE, CA 91203 Unable to Locate the Agent for Service of Process? Reference Information NAIC#: 39306 NAIC Group #: 0212 California Company ID #: 2479-4 Date authorized in California: January 01, 1982 License Status: UNLIMITED-NORMAL Company Type: Property & Casualty State of Domicile: MARYLAND Lines of Insurance Authorized to Transact company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossa AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY CREDIT FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies http://cdinswww.insurance.ca.gov/pls/wu_co_lines/idb_co_prof_utl.get_co... 02/13/2006 Company Profile Page 2 of 2 Want More? Help Me Find a Company Representative in My Area Financial Rating Organizations Last Revised - December 13, 2005 09:17 PM Copyright © California Department of Insurance Disclaimer http://cdinswww.insurance.ca.gov/pls/wu_co_lines/idb_co_prof_utl.get_co... 02/13/2006 GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following Subcontractor disclosure form Bidders are urged to review the definitions in section 1-2 of the SSPWC ("Greenbook") and in the Supplemental Provisions to this Contract, especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Subcontractor" and "Work" and the definitions in section 1-2 of the Supplemental Provisions especially "Own Organization." Bidders are further urged to review sections 2-3 SUBCONTRACTS of the Greenbook and section 2-3.1 of these Supplemental Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be preformed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor- installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the Supplemental Provisions. The decision of the City Council shall be final. Revised: 10/08/03 Contract No. 3607 Page 22 of 184 Pages Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. Revised: 10/08/03 Contract No. 3607 Page 23 of 184 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS FARADAY AVENUE AND EL CAMINO REAL INTERSECTION IMPROVEMENTS CONTRACT NO. 3607 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Portion of Work* Subcontractor Name and Location of Business Amount of Work by Subcontractor in Dollars* / Subcontractor's License No.*_ Page 1 of pages of this Subcontractor Designation form * Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." Revised: 10/08/03 Contract No. 3607 Page 24 of 184 Pages BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) FARADAY AVENUE AND EL CAMINO REAL INTERSECTION IMPROVEMENTS CONTRACT NO. 3607 Copies of the latest Annual Report, audited financial statements or Balance Sheets may be submitted under separate cover marked CONFIDENTIAL. SEE ATTACHED Revised: 10/08/03 Contract No. 3607 Page 25 of 184 Pages ANTHONY & ASSOCIATES Certified Public Accountants A LEE ANTHONY, C .PA 2650 E. ImpefiOl Highway, Suite 300 SIKES, C.PA Breo, California 92821 .Rl M. GRIPPI, C.P.A. Hillcrest Contracting, Inc. P.O. Box 1898 Corona, CA91718 We have compiled the accompanying balance sheet of Hillcrest Contracting, Inc. as of November 30, 2005 and the related statement of income for the one month and eleven months then ended and the supplementary financial information, which is presented only for supplementary analysis purposes, in accordance with Statements on Standards for Accounting and Review Services issued by the American Institute of Certified Public Accountants. A compilation is limited to the presenting in the form of financial statements information that is the representation of management. We have not audited or reviewed the accompanying financial statements, and supplementary financial information and accordingly, do not express an opinion or any other form of assurance on them. "S" Corporation income is passed through and taxed on the shareholder's personal income tax returns. Taxable income is also subject to a 1.5% tax imposed by the Franchise Tax Board. Management has elected to omit substantially all of the disclosures and the statement of cash flows required by the generally accepted accounting principles of the United States of America. If the omitted disclosures and statement were included in the financial statements, they might influence the user's conclusions about the Company's financial position, results of operations and cash flows. Accordingly, these financial statements are not designed for those who are not informed about such matters. Brea, California December 19, 2005 Member, American Institute of Certified Public Accountants Member, California Society of Certified Public Accountants Hillcrest Contracting, Inc. Balance Sheet November 30, 2005 ASSETS CURRENT ASSETS 1010 Cash And Cash Equivalents $ 2,797,247 1225 Accounts Receivable 14,921,469 1226 Retentions Receivable 3,669,901 1230 Employee Advance 18,083 1280 Unbilled Work In Progress 6,662,342 1325 Prepaid Insurance 16,267 1351 Prepaid Franchise Tax 18,707 Total Current Assets $28,104,016 OTHER ASSETS 1801 Split Dollar Life Insurance Contracts 423,881 Total Other Assets 423,881 Total Assets $ 28.527.897 r See Accompanying Accountant's Compilation Report Hillcrest Contracting, Inc. Balance Sheet November 30, 2005 LIABILITIES AND STOCKHOLDERS' EQUITY CURRENT LIABILITIES 2100 Accounts Payable $11,003,724 2101 Retentions Payable 787,357 2180 Billings In Excess 3,422,541 2570 Accrued Franchise Tax 63,921 2575 Deferred Franchise Tax 95,163 2690 Anticipated Distributions - Current 750,000 2751 Bank Loan - Insurance Contract 162,110 27XX Accrued Expenses 363,753 Total Current Liabilities $ 16,648,569 LONG-TERM LIABILITIES 2790 Anticipated Withdrawals - Long Term 2,250,000 Total Long-Term Liabilities 2,250,000 Total Liabilities 18,898,569 STOCKHOLDERS' EQUITY 3000 Common Stock 5,000 3001 Paid In Capital 272,168 30XX "S" Corporation Distributions (414,170) 3005 Retained Earnings 6,132,905 Net Income 3,633,425 Total Stockholders Equity 9,629,328 Total Liabilities And Stockholders' Equity $ 28,527.897 See Accompanying Accountant's Compilation Report Hillcrest Contracting, inc. Income Statement For The One Month And Eleven Months Ended November 30, 2005 INCOME 3400 Earned Contract Revenue Total Income COST OF EARNED REVENUE 4000 Labor 4010 Materials 4015 Transportation 4020 Equipment 4030 Subcontract 4040 Miscellaneous Outside Services Total Cost Of Earned Revenue Gross Margin 49XX INDIRECT COSTS 60XX GENERAL & ADMINISTRATIVE EXPENSES Income From Operations OTHER INCOME (EXPENSE) 7000 Interest Income 7100 Purchase Discounts Earned 7105 Volume Discount - Ros Mar Rental 7200 Miscellaneous Income 7301 Loss on Investment 8000 Interest Expense Total Other Income (Expense) Income Before Income Taxes 8010 Income Tax Expense Total Provision For Income Tax NET INCOME (LOSS) CURRENT PERIOD $ 6,073,705 6,073,705 1,083,875 2,503,690 176,652 1,054,831 892,272 126,394 5,837,714 235,993 229,256 327,234 (320,498) 2,175 416 94,109 25,924 (2,919) (670) 119,035 (201,463) 0 0 $ (201,463) % YEAR TO DATE % 100.0 $ 100.0 17.8 41.2 2.9 17.4 14.7 2.1 96.1 3.9 3.8 5.4 (5.3) 0.0 0.0 1.5 0.4 0.0 0.0 2.0 (3.3) 0.0 0.0 (3.3) $ 60,834,622 60,834,622 11,059,308 21,768,676 1,240,733 9,244,537 7,692,562 1,618,266 52,624,082 8,210,540 2,440,091 3,117,190 2,653,258 12,221 4,915 1,038,673 25,924 (5,122) (32,522) 1,044,089 3,697,346 63,921 63,921 3,633,425 100.0 100.0 18.2 35.8 2.0 15.2 12.6 2.7 86.5 13.5 4.0 5.1 4.4 0.0 0.0 1.7 0.0 0.0 (0.1) 1.7 6.1 0.1 0.1 6.0 See Accompanying Accountant's Compilation Report BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) FARADAY AVENUE AND EL CAMINO REAL INTERSECTION IMPROVEMENTS CONTRACT NO. 3607 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Contract Completed SEE ATTA Name and Address of the Employer CHED Name and Phone No. of Person to Contract Type of Work Amount of Contract Revised: 10/08/03 Contract No. 3607 Page 26 of 184 Pages Experience in Work of Similar Complexity and Scale to this Project 1). Project Name/Number: Railroad Grade Crossings Project Description: Railroad Crossings at 7 Separate Locations Approximate Construction Data: 08//03 -12/03 Agency Name: Alameda Corridor East Contact Person: Lou Cluster Telephone: 626/962-9292 Resident Engineer Original Contract Amount: $704,581 Final Contract Amount: $763,578 2). Project Name/Number: Barham Avenue Widening Project Description: Signalization and Widening at Barham Avenue and State Route 78 Approximate Construction Data: 06/04 -12/04 Agency Name: City of San Marcos Contact Person: Ryan Bishop Telephone: 760/752-7550 Principal Engineer Ext: 3303 Original Contract Amount: $393,132 Final Contract Amount: $402,086 3). Project Name/Number: Civic Center Parking Lot Renovation Project Description: Rebuilding Parking Lots Including Landscape, Lighting and Tennis Courts Approximate Construction Data: 10/04 - 03/05 Agency Name: City of Cypress Contact Person: Kamran Dadbeh Telephone: 714/229-6756 Principal Engineer Original Contract Amount: $1,910,868 Final Contract Amount: $2,091,535 4). Project Name/Number: Mission Boulevard Revitalization Project Description: Widening, Medians, and Signal Work on Mission Boulevard and Riverview Approximate Construction Data: 06/05 -11/05 Agency Name: Riverside County Economic Development Agency Contact Person: Chuck Krieger Telephone: 951/684-6900 Project Manager Original Contract Amount: $1,850,000 Final Contract Amount: $1,562,320 5). Project Name/Number: Yucaipa Boulevard Street Improvements Widening of to 7th Street Project Description: Widening of Yucaipa Boulevard and Signals from 5th Street Approximate Construction Data: 03/04 - 01/05 Agency Name: City of Yucaipa Contact Person: Margaret Shively Telephone: 909/797-2489 Principal Engineer Original Contract Amount: $1,379,740 Final Contract Amount: $1,562,320 6). Project Name/Number: Walden Estates Project Description: Street Improvements, Brea, California Approximate Construction Data: 03/05 -02/06 Agency Name: Shea Homes Contact Person: Rodger Gazelle Telephone: 714/822-5634 Regional Manager Original Contract Amount: $877,4601 Final Contract Amount: $1,400,000 Approximately Glenn J. Salsbury 1467 Circle City Drive Corona, CA 92879-1668 Phone 951/273-9600 Fax 951/273-9608 Summary of Qualifications: Over 39 years of Experience in all aspects of the Construction Industry. Currently the President and CO-Owner of a Multi-Million Dollar Construction Company. Experience: Hillcrest Contracting, Inc. President Corona, CA 1985 to Present L.J. Davis Chief Estimator Orange, CA 1982 to 1984 Sand Cal Engineering Project Manager All American Asphalt Chief Estimator Long Beach, CA 1981 to 1982 Corona, CA 1980 to 1981 Sully-Miller Contracting Company Chief Estimator Anaheim, CA 1966 to 1980 Education: California State University Bachelor of Science Degree in Finance Fullerton, CA 1965 Einer G. Lindholm 1467 Circle City Drive Corona, CA 92879-1668 951/273-9600 951/273-9608 FAX Summary of Qualifications: Over 39 years experience in all aspects of the Construction Industry. Currently the Vice President/Secretary and Co-Owner of a Multi-Million Dollar Construction Company. Experience: HILLCREST CONTRACTING, INC Corona, C A Vice President/Secretary 1984 to Present All American Asphalt Corona, CA Chief Estimator 1977 to 1984 La County Road Department Los Angeles, CA Civil Engineer 1967 to 1977 Caltrans Los Angeles, CA Civil Engineer 1966 to 1967 Education: Cal Poly Pomona, CA Engineering 1966 California State University Long Beach, CA Master of S cience-Engineering 1969 Jerry Blair 1467 Circle City Drive Corona, CA 92879-1668 951/273-9600 Phone, 951/273-9608 Fax SUMMARY OF QUALIFICATIONS 1971 - PRESENT Having worked in the construction industry for over thirty-one years, I offer a vast amount of experience to our team. My construction experience ranges from my starting position of bid runner to assistant manager of a one hundred fifty million dollar company. I think this experience will be very beneficial to the successful completion of your project. WORK HISTORY V, Hillcrest Contracting, Inc., Corona, CA Public Works Construction 1994 - Present V, Sully-Miller Contracting Company, Anaheim, CA 1992 -1994 f, Sully-Miller Contracting Co., Orange, CA 1989 -1992 ChiefISttmator/PmleCtManager, Sully-Miller Contracting Co., Orange, CA 1986 -1989 Construction Estimator/Protect Manager Sully-Miller Contracting Co., Orange, CA 1974 -1986 EDUCATION 1969-1971 BS Economics/Industrial Technology, Cal State University Long Beach, CA 1967-1969 AA, Fullerton Junior College Emphasis on Engineering Thomas Hewitt 1467 Circle City Drive, Corona, CA 92879-1668 Phone 951/273-9600 Fax 951/273-9608 QUALIFICATIONS Over 44 years experience in highway construction and site development, examples, Managed all aspects of construction on multiple projects encompassing everything from minor to multi-million dollar public works and private contracts. Responsibilities included (but not limited to): knowledge and interpretation of contract documents, specifications and plans; quality control management; scheduling projects; supervising Forman; coordinating personnel, equipment, materials, and subcontractors; managing and controlling job costs; negotiating change orders; acting as company liaison with all controlling agencies and owners; coordinating an indefinite number of projects simultaneously, each operating with multiple crews and subcontractors. Currently certified in Hazardous Waste/Health and Safety Training, Cal-OSHS Trenching and Excavation Standards of California (Competent Person), CPR and First Aid. WOR K HISTORY Superintendent, Hillcrest Contracting, Inc., Corona, CA Feb. 1995 to Present General Superintendent, Sully-Miller Contr. Co., Anaheim, CA Jan. 1993 to Feb. 1995 General Superintendent, Griffith Company, Santa Ana, CA July 1976 to Dec. 1992 Project Foreman, Sully-Miller Contracting Co., Orange, CA 1965 to July 1976 Truck Driver-Prime Mover, Warren Southwest, Duarte, CA 1963 to 1965 Truck Driver, D.F.H. Trucking, El Monte, CA 1961 to 1963 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) FARADAY AVENUE AND EL CAMINO REAL INTERSECTION IMPROVEMENTS CONTRACT NO. 3607 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: (SEE ATTACHED FOR STATEMENT NUMBER ONE). Comprehensive General Liability Automobile Liability Workers Compensation Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids, the Standard Specifications for Public Works Construction and the Supplemental Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. Revised: 10/08/03 Contract No. 3607 Page 27 of 184 Pages Client*: 17237 HIL425Z ACORD* CERTIFICATE OF LIABILITY INSURANCE PRODUCER Arroyo Insurance Services Carter Salisbury Ins Brokers 50 E. Foothill Blvd., #201 Arcadia, CA 91006 INSURED HILLCREST CONTRACTING, INC., AND ROS-MAR EQUIPMENT COMPANY P.O. BOX 1898-1467 CIRCLE CITY DR. CORONA, CA. 92879-1898 DATE (MMAWYYYY) 02/02/06 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A: Interstate Fire & Casually Company INSURER B: Safeco Insurance Co. INSURER c: State Compensation Fund INSURER D: INSURER E: NAIC# COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO AIL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN3R ITB A B C U)D'Lfspt X TYPE or INSURANCE GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY | CLAIMS MADE | Xl OCCUR X $25,000 DED X XCU/CONTRACTUAL GENT. AGGREGATE LIMIT APPLIES PER:n POLICY ra?^ \~\ux AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS X NON-OWNEB AUTOS GARAGE LIABILITY ^H ANY AUTO EXCESS/UMBRELLA LIABILITY | OCCUR | 1 CLAMS MADE DEDUCTIBLE RETENTION $ WORKERS COMPENSATION AND EMPLOYERS1 LIABILITY ANY pROPRETOWPARTNEWEXEcuTive OFFICER/MEMBER EXCLUDED? IfyM, dKcribeundtr SPECIAL PROVISIONS below OTHER POLICY NUMBER AGL1400724 BI/PDEA. OCC. /BROAD FORM 25CC002623 713000669104 CERTIFICATE WILL FROM STATE COMP- FUND INSURANCE CO. POLICY EFFECTIVEDATE IMMIDD/YYl 01/31/06 12/19/05 10/01/05 FOLLOW ENSATION POLICY EXPIRATIONDATE IMMnXVYYl 01/31/07 12/19/06 10/01/06 LIMITS EACH OCCURRENCE DAMAGE TO RENTEDPREMISES If a necunttne*) MED EXP (Any on* person) PERSONAL « ADV INJURY GENERAL AGGREGATE PRODUCTS • COMPfOP AGQ COMBINED SINGLE LIMIT(Ea accident) BODILY INJURY (Per person) BODILY INJURY(P»r accident] PROPERTY DAMAGE(Per acckjant) AUTO ONLY - EA ACCIDENT OTHER THANAUTO ONLY: EAACC AGG EACH OCCURRENCE AGGREGATE X WC STATU-TORY LIMITS IOTH-ER EL. EACH ACCIDENT E.L. DISEASE . EA EMPLOYEE E.L. DISEASE • POLICY LIMIT tl.OOO.OOO. $50.000. $-0* $1,000,000. t2.000.000. J2.000.000. *1,000,000 $ $ s » . ... . i J $ *s s s 1 1,000,000 $1.000,000 (1.000,000 ALL OPERATIONS USUAL TO THE NAMED INSURED. THE CITY OF CARLSBAD, ITS OFFICERS, EMPLOYEES AND VOLUNTEERS ARE NAMED AS ADDITIONAL INSURED AS RESPECTS TO THE GENERAL LIABILITY SECTION.OUR POLICY IS PRIMARY NON CONTRIBUTORY. CERTIFICATE HOLDER CANCELLATION CITY OF CARLSBAD 1635 FARADAY AVENUE Carlsbad, CA 92008-7314 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3fj DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE HO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AOENTS OR REPRESENTATIVES. Pi j J AUTHORjgaAEPRESENTATIVe /£T)^£Z-**-*^?& to.^s&£>Ct&<tr"c-4 ACORD 25 (2001/08) 1 (rf2 #S37464/M37461 LOG ® ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsements). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurers), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 2S-S (2001/08) 2 of 2 #S37464/M37461 INSURED: HILLCREST CONTRACTING, INC. POLICY N UMBER: A6L 1400724 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - (FORM B) This endorsement modifies insurance provided under the following: \ COMMERCIAL GENERAL LI ABILITY COVERAGE PART. .' . SCHEDULE Name of Person or Organization: Any person or organization that the insured is required by contract to name as an additionai msured.THE CITY.OF CARLSBAD It is further agreed that such insurance as is afforded by this policy for the benefit of the above Additional In- sured(s) shall be primary insurance as respects any claim, loss or liability arising out of the Named Insured(s) operations, and any other insurance maintained by the Additionai Insured(s) shall be excess and non-contributory with the insurance provided hereunder. (If no entry appears above, information required to complete this endorsement will be shown hi the Declarations as applicable to this endorsement) . . WHO IS AN INSURED (Section II) is amended to Include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. CL 246 (11/85) CG 201011 85 eiec.aps Copyright, Insurance Services Office, Inc., 1984 Page 1 of 1 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) FARADAY AVENUE AND EL CAMINO REAL INTERSECTION IMPROVEMENTS CONTRACT NO. 3607 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: HILLCREST CONTRACTING, INC. (name of Contracted (sign here) GLENN J. SALSBURY, PRESIDENT (print name/title) Page -1 of.pages of this Re Debarment form Revised: 10/08/03 Contract No. 3607 Page 28 of 184 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) FARADAY AVENUE AND EL CAMINO REAL INTERSECTION IMPROVEMENTS CONTRACT NO. 3607 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License Board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes no 2) Has the suspension or revocation of your contractors license ever been stayed? x yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? x yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefor. (If needed attach additional sheets to provide full disclosure.) Page ! of ! pages of this Disclosure of Discipline form Revised: 10/08/03 Contract No. 3607 Page 29 of 184 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) FARADAY AVENUE AND EL CAMINO REAL INTERSECTION IMPROVEMENTS CONTRACT NO. 3607 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. NONE (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: HILLCREST CONTRACTING, INC. (name of Contractor) ByX?(sign here) GLENN J. SALSBURY, PRESIDENT (print name/title) Page 1 of ! pages of this Disclosure of Discipline form Revised: 10/08/03 Contract No. 3607 Page 30 of 184 Pages NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 FARADAY AVENUE AND EL CAMINO REAL INTERSECTION IMPROVEMENTS CONTRACT NO. 3607 State of California County of Riverside ) GLENN J. SALSBURY ) ss. (Name of Bidder) and says that he or s*S is PRESIDENT _, being first duly sworn, deposes (Title) Of HILLCREST CONTRACTING, INC, (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct and that this affidavit was executed on the 6th day of February m V2D -05 — ^ ^ ^ ^ ^ f 4 xs£3EaL ALICE NL ENGLISHt I /^*T^k Commission #1514998 I Signature of Bidder GLENN J. SALSBURY,PRESIDENT ALICE M. ENGLISH Commission #1514998 Notary Public - California | Riverside County f My Comm. Expires Oct 21,2008f Subscribed and sworn to before me on the 6th day of.February _,20.06 (NOTARY SEAL) Signature of Notary / Alice M. English/ Notary Public Revised: 10/08/03 Contract No. 3607 Page 31 of 184 Pages City of Carlsbad Public Works January 19, 2006 ADDENDUM NO. 1 RE: FARADAY AVENUE AND EL CAMINO REAL INTERSECTION IMPROVEMENTS BID NO. PWS06-20ENG, CONTRACT NO. 3607 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum -- receipt acknowledged -- must be attached to your Request for Bid when your bid is submitted. RHONDA HEATHER Buyer Attachment ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 HILLCREST CONTRACTING, INC. Bidder's Signature GLENN J. SALSBURY, PRESIDENT 1635 Faraday Avenue • Carlsbad, CA 92OO8-7314 • (760) 6O2-273O • FAX (76O) 6O2-8562 CITY OF CARLSBAD 'Faraday Avenue and El Camino Real Intersection Improvments' CONTRACT NO. 3607 BID NO. PWS06-20ENG ADDENDUM NO. 1 The City of Carlsbad issues this Addendum No. 1 to the Contract Documents for the Faraday Avenue and El Camino Real Intersection Improvements, Contract No. 3607, Bid No. PWS06- 20ENG. The addendum consists of revised Contractor's Proposal page this notice and a cover sheet. Contractor's Proposal: 1) Revise the Contractors's Proposal page 14. The revisions to this page consist of the designation of bid items 33, 34 and 35 as "Specialty Items". Use the revised Contractor's Proposal page 14 attached. The designation of these items as "Specialty Items" means that they are not included in the calculation to determine if the Contractor is performing contract work amounting to at least 50 percent of the Contract Price per Green Book section 2-3.2 and Project Specification section 2-3.1. CONTRACT PUBLIC WORKS This agreement is made this |£* day of Hj |6J^X _ • 20 _ , by and between the City of Carlsbad, California, a municipal corpofanpn, (hereinafter called "City). and _ HILLCREST CONTRACTING INC. _ whose principal place of business is _ 1467CIRCLE CITY DRIVE. PO BOX 1898. CORONA CA 92878-1898 _ (hereinafter called "Contractor). City and Contractor agree as follows: 1 . Description of Work. Contractor shall perform all work specified in the Contract documents for: FARADAY AVENUE AND EL CAMINO REAL INTERSECTION IMPROVEMENTS CONTRACT NO. 3607 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation of Owner Operator/Lessors, Bidder's Statements of Financial Responsibility, Technical Ability and Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Supplemental Provisions, addendum(s) to said Plans and Specifications and Supplemental Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specifications for Public Works Construction (SSPWC) 2003 Edition and the supplements thereto, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Supplemental Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. Revised: 10/08/03 Contract No. 3607 Page 32 of 184 Pages 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Revised: 10/08/03 Contract No. 3607 Page 33 of 184 Pages 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City of Carlsbad, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City of Carlsbad against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in Resolution No. 91-403. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City, or its agents, officers or employees are additional insured. b. Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions: a. The City of Carlsbad, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability and employers' liability. Revised: 10/08/03 Contract No. 3607 Page 34 of 184 Pages b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after thirty (30) days' prior written notice has been given to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by the City Council in Resolution No. 91-403. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in the Supplemental Provisions I section. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. Revised: 10/08/03 Contract No. 3607 Page 35 of 184 Pages (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 1 1 above. (Initial) (Initial) 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1 , commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 15. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. Revised: 10/08/03 Contract No. 3607 Page 36 of 184 Pages 16. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: (name of Contractor) By: ATTEST: (sign here) Glenn J. Salsbury-Presidaf (print name and title)Jiik {sign here) Einer G. Lindholm-V.R/Secretary (print name and title) President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. If signed by an individual partner, the partnership must attach a statement of partnership authorizing the partner to execute this instrument. APPROVED AS TO FORM: RONALD R. BALL City Attorney Deputy City AttorneyV Revised: 10/08/03 Contract No. 3607 Page 37 of 184 Pages CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of Riverside On April 28,2006 before me, Michelle Santiago, Notary Public, personally appeared Glenn J. Salsbury and Einer G. Lindholmpersonally known tome, to be the persons whose names are subscribed to the within instrument and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument the persons or entity upon behalf of which the persons acted, executed the instrument. and official seal MICHELLESAi-JTlAGO I COMM. #1373486 g Michelle Sarfoago.^lota'ry Public NOTARY PUBLIC-CALIFORNIA XRIVERSIDE COUNTY « My Comm. Expires Sept. 7,2008 | OPTIONAL Though law does not require the information below, it may prove valuable to persons relying on the document and could prevent fraudulent removal of this form to another document. Description of Attached Document Title or type of Document: Contract for "Faraday Ave and El Camino Real Intersection Document Date: April 24th. 2006 NO. of Pages: One~ Signer(s) Other Than Named Above Fidelity & Deposit Company of Maryland Capacity(ies) Claimed by Signer Signer's Name: GLENN J. SALSBURY & EINER G. LINDHOLM Q Individual J3c Corporate Officer - Title(s): President & Vice President/Seer. Q Partner - D Limited D General Q Attorney in Fact G Trustee G Guardian or Conservator Q Other: Signer is Representing: HILLCREST CONTRACTING COMPANY, INC. EXECUTED IN TWO COUNTERPARTS BOND// 7581000 PREMIUM: INCLUDED IN LABOR AND MATERIALS BOND PERFORMANCE BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No2006-083, adopted APRIL 4. 2006 . has awarded to HIULCREST CONTRACTING INC. (hereinafter designated as the 'Principal"), a Contract for: FARADAY AVENUE AND EL CAMINO REAL INTERSECTION IMPROVEMENTS CONTRACT NO. 3607 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, HiLLCREST CONTRACTING INC. , as Principal, (hereinafter designated as the "Contractor"). and FIDELITY AND DEPOSIT COMPANY OF MARYLAND as Surety, are held firmly bound unto the City of Carlsbad in the sum of ONE MILLION TWO HUNDRED THIRTY NINE THOUSAND ONE HUNDRED FORTY ONE Dollars fS1.239.141). said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents./ THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 3181, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 3243. This bond shall inure to the benefit of any of the persons named in California Civil Code section 3181, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Revised: 10/08/03 Contract No. 3607 Page 38 of 184 Pages In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from Its obligations under this bond. 1^' Executed bv SURETY this 18THExecuted by CONTRACTOR this day of l@rpQ.fi- 20 CONTRACTOR: HILLCREST CONTRACTING. INC. (name of Contractor) (sign here) Glenn I. Salsbury-PreskJent (print name here) Executed by SURETY this Of APRIL -day _, 20 06 . SURETY: FIDELITY AND DEPOSIT COMPANY OF MARYLAND (name of Surety) 801 N. BRAND BLVD., STE. PENTHOUSE GLENDALE. CA 91203 (address of Surety) 818/409-2800 (telephone number of Surety) By:_ (title and organization of signatory) (sign here) By: (signature of Attorney-in-Fact) RICHARD A. COON (printed name of Attomey-in-Fact) (attach corporate resolution showing current power of attorney) (print name here) Eincr G. Lindholm-V.P./Sccretary (title and organization of signatory) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) (If signed by an individual partner, the partnership must attach a statement of partnership authorizing the partner to execute this instrument.) APPROVED AS TO FORM; RONALD R. BALL, City Attorney Depufy'City Attorney =- \ Revised: 10/08/03 Contract No. 3607 Page 39 of 184 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State Of California County Of Orange On 4-18-06 DATE before me Sherwood - Notary Public NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC" personally appeared Richard A. Coon personally known to me - OR - NAME(S) OF SIGNER(S) ' proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. LEXIE SHERWOOD COMM.f1593951 B NOTARY PUBLIC • CALIFORNIA 5 ORANGE COUNTY •* Comm. Exp. JULY 27,2009 SIGNATURE OF*foOTARY ***)-&. OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER D INDIVIDUAL D CORPORATE OFFICER TITLE(S) D PARTNER(S)LJ LIMITED D GENERAL ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) Fidelity and Deposit Company of Maryland DESCRIPTION OF ATTACHED DOCUMENT Payment Bond TITLE OR TYPE OF DOCUMENT Two (2) NUMBER OF PAGES 4-18-06 DATE OF DOCUMENT N/A SIGNER(S) OTHER THAN NAMED ABOVE S 959D (4/94) CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of Riverside On April 19, 2006 before me, Michelle Santiago, Notary Public, personally appeared Glenn J. Salsbury and Einer G. Lindholm personally known to me, to be the persons whose names are subscribed to the within instrument and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument the persons or entity upon behalf of which the persons acted, executed the instrument. Witness my hancLand officia^seal MICHELLE SANTIAGO J, COMM. #1373486 Q NOTARY PUBLIC - CALIFORNIA fi RIVERS IDE COUNTY ^ My Comrn. Expires Sept. 7,2006 I OPTIONAL Though law does not require the information below, it may prove valuable to persons relying on the document and could prevent fraudulent removal of this form to another document. Description of Attached Document Title or type of Document: PAYMENT BOND ocument Date: April 18. 2006 NO. of Pages: Two Signer(s) Other Than Named Above Fidleity & Deposit Company of Maryland Capacity(ies) Claimed by Signer Signer's Name: GLENN J. SALSBURY & EINER G. LINDHOLM Q Individual Q: Corporate Officer - Title(s): President & Vice President/Seer. O Partner - D Limited D General Q Attorney in Fact Q Trustee Q Guardian or Conservator Q Other: Signer is Representing: HILLCREST CONTRACTING COMPANY, INC. Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Laws of said Company v»dwtpare set forfa on tne reverse side hereof and are hereby certified to be in full force and effect on the date here^yo9s)tj6reby nominate, constitute and appoint Richard A. COON, Charles L. FLAKE, David L. CUL^RT^J^yrt^Tglil^ASE and Lexie SHERWOOD, all of Anaheim, California, EACH its truejirjd^fwA^&g^Qhta'ntl Ajuofn-eyflh^^gUfto'make, execute, seal and deliver, for, and on its behalf as surety, and as its-a^rSfed^ejD^-ariy aj^-aif£&ij^^amHindertakings, and the execution of such bonds or undertakings^in^pgr^u^B^js&th€se pf^s«nif^^tisK,'ijeva?rjinding upon said Company, as fully and amply, to all intents and purpos^sja^;ijwy\lto3 Deeijjd^^(^qp^d witf acknowledged by the regularly elected officers of the Company at its offietrr^ ^Ititaore/Mdy vflffi behalf of Richard A^jWQt&higlyflSX January 14, 2005. , \f^$*'\ 0rH^QjvJN-^The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-Laws of said Company, and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 7th day of November, A.D. 2005. b^hrp'er persons. This power of attorney revokes that issued on Javid L. CULBERTSON, Matthew P. FLAKE, Lexie SHERWOOD, dated ATTEST:FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Eric D. Barnes Assistant Secretary William J. Mills Vice President State of Maryland 1 City of Baltimore J On this 7th day of November, A.D. 2005, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn Notary Public My Commission Expires: July 14,2007 POA-F 012-4150H EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 18TH . day of _APRIL 2006 G Assistant Secretarv EXECUTED IN TWO COUNTERPARTS BOND// 7581000 FAITHFUL PERFORMANCE/WARRANTY BOND PREMIUM: *8>310 WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No2006-083, adopted APRIL 4. 2006 . has awarded to HILLCREST CONTRACTING INC. (hereinafter designated as the 'Principal"), a Contract for: FARADAY AVENUE AND EL C AMI NO REAL INTERSECTION IMPROVEMENTS CONTRACT NO. 3607 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Cleric of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE HILUCREST CONTRACTING INC. , as Principal, (hereinafter designated as the "Contractor"), and FIDELITY AND DEPOSIT COMPANY OF MARYLAND as Surety, are held firmly bound unto the City of Carisbad in the sum of ONE MILLION TWO HUNDRED THIRTY NINE THOUSAND ONE HUNDRED FORTY ONE Dollars (M.239.1411. said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carisbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the mariner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Revised: 10/08/03 Contract No. 3607 Page 40 of 184 Pages Executed by CONTRACTOR this _ day of frpfrU 20. CONTRACTOR: HILLCREST CONTRACTING, INC. (name of Contractor) By:r (sign here) Glenn J. Salsbury-Preskient (print name here) Executed by SURETY this 18TH day of APRIL , 20 06 . SURETY: FIDELITY AND DEPOSIT COMPANY OF MARYLAND (name of Surety) 801 N. BRAND BLVD., STE. PENTHOUSE GLENDALE. CA 91203 (address of Surety) 818/409-2800 (telephony number of Surety) (Title and Organization of Signatory) By: (sign here) Einer G. Lindholm-V.P./Secretary (print name here) By: (signature of Attorney-in-Faot) RICHARD A. COON (printed name of Attomey-in-Fact) (Attach corporate resolution showing current power of attorney.) (Title and Organization of signatory) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) (If signed by an individual partner, the partnership must attach a statement of partnership authorizing the partner to execute this instrument APPROVED AS TO FORM: RONALD R. BALL City Attorney By: Deputy City Attorney Revised: 10/08/03 Contract No. 3607 Page 41 of 184 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State Of California County Of Orange 4-18-06 DATE before me Lexie Sherwood - Notary Public ' NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC" personally appeared Richard A. Coon personally known to me - OR - NAME(S) OF SIGNER(S) ' proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. J^LEXiESHERV^OD^J COMM.f 1593951 Z NOTARY PUBLIC • CALIFORNIA g ORANGE COUNTY Comm. Exp. JULY 27,2009 WITNESS my hand and official seal. SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER D INDIVIDUAL D CORPORATE OFFICER TITLE(S) PARTNER(S)l_l LIMITED D GENERAL [g ATTORNEY-IN-FACT D TRUSTEE(S) D GUARDIAN/CONSERVATOR D OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) Fidelity and Deposit Company of Maryland DESCRIPTION OF ATTACHED DOCUMENT Performance Bond TITLE OR TYPE OF DOCUMENT Two (2) NUMBER OF PAGES 4-18-06 DATE OF DOCUMENT N/A SIGNER(S) OTHER THAN NAMED ABOVE S 959D (4/94) CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of Riverside On April 19, 2006 before me, Michelle Santiago, Notary Public, personally appeared Glenn J. Salsbury and Einer G. Lindholm personally known to me, to be the persons whose names are subscribed to the within instrument and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument the persons or entity upon behalf of which the persons acted, executed the instrument. Witness my hand and official seal ^rrVij^-j jT'Yl/J HJfrM/MICHELLE SANTIAGO COMM. £1373436 NOTARY PUBLIC -C^L:FO-!N!A RIVERSIDE CCUI'iY My Cornrn, H^tlr-js 3ap:. 7, 200808 I -j* ^ OPTIONAL- Though law does not require the information below, it may prove valuable to persons relying on the document and could prevent fraudulent removal of this form to another document. Description of Attached Document Title or type of Document: PERFORMANCE BOND ocument Date: ApriMS. 2006 NO. of Pages: Two Signer(s) Other Than Named Above Fidleity & Deposit Company of Maryland Capacity(ies) Claimed by Signer Signer's Name: GLENN J. SALSBURY & EINER G. LINDHOLM Q Individual Q: Corporate Officer - Title(s): President & Vice President/Seer. G Partner - D Limited D General Q Attorney in Fact G Trustee Q Guardian or Conservator a Other: Signer is Representing: HILLCREST CONTRACTING COMPANY, INC. Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Laws of said Company, wJwrPare set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date herefff~^p9s)\j6reby nominate, constitute and appoint Richard A. COON, Charles L. FLAKE, David L. SHERWOOD, all of Anaheim, California, EACH its true and deliver, for, and on its behalf as surety, and as it execution of such bonds or undertakings^iftpgrpu^fteiyalvth^se PKSI amply, to all intents and purpos. "">a^ "" *'° ' ' '^ru-> the Company at its ™" --—l -^ behalf of Richard and Lexie rnake, execute, seal ndertakings, and the upon said Company, as fully and acknowledged by the regularly elected officers of persons. This power of attorney revokes that issued on vid L. CULBERTSON, Matthew P. FLAKE, Lexie SHERWOOD, dated January 14, 2005. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-Laws of said Company, and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 7th day of November, A.D. 2005. ATTEST:FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Eric D. Barnes Assistant Secretary William J. Mills Vice President State of Maryland 1 City of Baltimore } On this 7th day of November, A.D. 2005, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn Notary Public My Commission Expires: July 14, 2007 POA-F 012-4150H EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 18TH day of APRIL 2006 "' - /> ^-7 I } je^'l •-/ Ah- Assistant Secretary OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad, a municipal corporation, whose address is 1200 Carlsbad Village Drive, Carlsbad, CA 92008, hereinafter referred to as "City", and whose address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City, and Contractor for FARADAY AVENUE AND EL CAMINO REAL INTERSECTION IMPROVEMENTS, CONTRACT NO. 3607 in the amount of dated (hereinafter referred to as the "Contract"). Alternatively, on written request of the contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the contractor until such time as the escrow created under this contract is terminated. The contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. Revised: 10/08/03 Contract No. 3607 Page 42 of 184 Pages 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title FINANCE DIRECTOR Name Signature Address For Contractor: TO. - J. Salsbury-Presideat Name Hi UuL l£5T C. D vu mZfrtn /Og Signature Address I 4U1 C \ \rc\fi ^ C For Escrow Agent: Title Name Signature Address Revised: 10/08/03 Contract No. 3607 Page 43 of 184 Pages At the time the Escrow Account is opened, the City, and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: For Contractor: Title MAYOR Name Signature. Address Title Glenn J. Salsbury-PreskSent Name Address £ I C I T For Escrow Agent:Title Name Signature Address Revised: 10/08/03 Contract No. 3607 Page 44 of 184 Pages SUPPLEMENTAL PROVISIONS FOR FARADAY AVENUE AND EL CAMINO REAL INTERSECTION IMPROVEMENTS CONTRACT NO. 3607 CITY OF CARLSBAD SUPPLEMENTAL PROVISIONS TO "GREENBOOK" STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION 2003 EDITION PART 1, GENERAL PROVISIONS SECTION 1 -TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS Add the following section: 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. Add the following section: 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. Add the following section: 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. Add the following section: 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. Revised: 10/08/03 Contract No. 3607 Page 45 of 184 Pages 1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Agency - the City of Carlsbad, California. City Council - the City Council of the City of Carlsbad. City Manager - the City Manager of the City of Carlsbad or his/her approved representative. Dispute Board - persons designated by the City Manager to hear and advise the City Manager on claims submitted by the Contractor. The City Manager is the last appeal level for informal dispute resolution. Engineer - the City Engineer of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with section 2-3.1 of the Standard Specifications and these Supplemental Provisions. Owner Operator/Lessor - Any person who provides equipment or tools with an operator provided who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility. Deputy City Engineer, Construction Management & Inspection - The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Project Inspector - the Engineer's designated representative for inspection, contract administration and first level for informal dispute resolution. Construction Manager- the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. 1-3 ABBREVIATIONS 1-3.2 Common Usage, add the following: Abbreviation Word or Words Apts Apartment and Apartments Bldg Building and Buildings CMWD Carlsbad Municipal Water District CSSD Carlsbad Supplemental Standard Drawings cfs Cubic Feet per Second Comm Commercial DR Dimension Ratio E Electric Revised: 10/08/03 Contract No. 3607 , Page 46 of 184 Pages EWA Encina Wastewater Authority G Gas gal Gallon and Gallons Gar Garage and Garages GNV Ground Not Visible gpm gallons per minute IE Invert Elevation LWD Leucadia Wastewater District MSL Mean Sea Level (see Regional Standard Drawing M-12) MTBM Microtunneling Boring Machine NCTD North County Transit District OHE Overhead Electric OMWD Olivenhain Municipal Water District ROW Right-of-Way S Sewer or Slope, as applicable SDNR San Diego Northern Railway SDRSD San Diego Regional Standard Drawings SFM Sewer Force Main T Telephone UE Underground Electric W Water, Wider or Width, as applicable VWD Vallecitos Water District SECTION 2 -- SCOPE AND CONTROL OF THE WORK 2-3 SUBCONTRACTS. 2-3.1 General, add the following: Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The City Council shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the City Council and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-4 CONTRACT BONDS, modify the second sentence of paragraph one as follows: Delete, "who is listed in the latest version of U.S. Department of Treasury Circular 570". Modify paragraphs three and four to read: The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. Revised: 10/08/03 Contract No. 3607 Page 47 of 184 Pages Add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General, add the following: The specifications for the work include the Standard Specifications for Public Works Construction, (SSPWC), 2003 Edition, and the supplements thereto, hereinafter designated "SSPWC", as written and promulgated by Joint Cooperative Committee of the Southern California Chapter American Public Works Association and Southern California Districts Associated General Contractors of California, and as amended by the Supplemental Provisions section of this contract. The construction plans consist of City of Carlsbad Drawing No. 429-9, Sheet 1 through 13. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Supplemental Standard Drawings, hereinafter designated as CSSD, as issued by the City of Carlsbad and the Carlsbad Municipal Water District Standard Plans hereinafter designated as CMWDSD, as issued by the Carlsbad Municipal Water District. Copies of some of the pertinent standard drawings are enclosed as an appendix to these Supplemental Provisions. 2-5.2 Precedence of Contract Documents, modify as follows: If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) City of Carlsbad Supplemental Provisions. 3) Plans. 4) City of Carlsbad Engineering Standards, 2004 Edition. 5) San Diego Regional Standard Drawings 6) State of California Department of Transportation Standard Plans 7) Standard Specifications for Public Works Construction 8) Reference Specifications 9) Manufacturer's Installation Recommendations Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 9) above. Detailed plans and plan views shall have precedence over general plans. Revised: 10/08/03 Contract No. 3607 Page 48 of 184 Pages 2-5.2 Precedence of Contract Documents, add the following: Where CALTRANS specifications are used to modify the SSPWC or added to the SSPWC by any of the contract documents the CALTRANS specifications shall have precedence only in reference to the materials and construction materials referred to in the CALTRANS specifications. The Invitation to Bid, Contract for Public Works, Part 1 of these Supplemental Provisions and Part 1 of the SSPWC, in the order of precedence in section 2-5.2 of the SSPWC, shall prevail over the CALTRANS specifications in all other matters. 2-5.3.3 Submittals, add the following: Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation {e.g. The label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By: Title: Date: Company Name: Add the following: 2-5.4 Record Drawings, The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by section 2-5.4 shall be included in the various bid items and no additional payment will be made therefore. Revised: 10/08/03 Contract No. 3607 Page 49 of 184 Pages 2-9 SURVEYING. 2-9.1 Permanent Survey Markers, Delete sections 2-9.1 and replace with the following: The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service, Delete sections 2-9.2 and replace with the following: The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. Add the following section: 2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of section 2-5.3.3, "Submittals", herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (81/2" by 11") paper. The field notes, calculations and supporting data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labelled with name of the Surveyor, the party chief, the field crewmembers and the author of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS "Surveys Manual". The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 - 8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer's review and approval before submittal to the County Surveyor and before submittal to the County Recorder. Revised: 10/08/03 Contract No. 3607 Page 50 of 184 Pages Add the following section: 2-9.2.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no greater intervals than specified in TABLE 2-9.2.2(A) as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal locations where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of construction in the area marked. Centerline monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project either by the Contractor and/or those noted on the plans as to be installed by others. TABLE 2-9.2.2(A) Survey Requirements for Construction Staking Feature Staked Street Centerline Clearing Slope Fence Rough Grade Cuts or Fills > 10m (33') Final Grade (includes top of: Basement soil, subbase and base) Asphalt Pavement Finish Course Drainage Structures, Pipes & similar Facilities®, ® Curb Traffic Signal ® Signal Poles & Controller ® Junction Box © Stake Description ® SDRS M-10 Monument Lath in soil, painted line on PCC & AC surfaces RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake, Blue- top in grading area RP, paint on previous course RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Centerline or Parallel to Centerline Spacing®, <§> <300m (1000'), Street Intersections, Begin and end of curves, only when shown on the plans lath - Intervisible, < 15m (50') on tangents & < 7.5m (25') on curves, Painted line - continuous Intervisible and < 15m (50') < 60 m (200') on tangents, < 1 5m (50') on curves when R> 300m (1000') & 7.5m (25') on curves when R< 300m (1000') < 15m (50') < 1 5 m (50') on tangents & curves when R> 300m (1000') & < 7.5m (25') on curves when R< 300m (1000') < 7.5m (25') or as per the intersection grid points shown on the plan whichever provides the denser information ntervisible & < 7.5m (25'), beginning and end, BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities (except plumbing), Skewed cut-off lines < 7.5m (25'), BC & EC, at 'M, 1/2A & *A on curb returns & at beginning & end Vertical locations shall be based on the ultimate elevation of curb and sidewalk at each pole & controller location at each junction box location Lateral Spacing <3>, ® on street centerline at clearing line Grade Breaks & <7.6 m (25') N/A ( constant offset) N/A <6.7 m (22') edge of pavement, paving pass width, crown line & grade breaks as appropriate ( constant offset) as appropriate as appropriate Setting Tolerance (Within) 7 mm (0.021) Horizontal, also see section 2-9.2.1 herein 0.3 m (1') Horizontal 30 mm (0.1') Verticals Horizontal 30 mm (0.1') Horizontal 30 mm (0.1 ') Verticals Horizontal 10 mm (J/8") Horizontal & 7 mm (V4") Vertical 10 mm (J/8") Horizontal & 7 mm (V4") Vertical 1 0 mm (J/e") Horizontal & 7 mm (1/4") Vertical 1 0 mm CV8") Horizontal & 7 mm (V) Vertical 1 0 mm (%") Horizontal & 7 mm (1/4") Vertical 1 0 mm (%") Horizontal Revised: 10/08/03 Contract No. 3607 Page 51 of 184 Pages Conduit © Minor Structure © Abutment Fill Wall© Major Structure ® Footings, Bents Abutments & Wingwalls Superstructures Miscellaneous (D Contour Grading © Utilities ©, © Channels, Dikes & Ditches © Signs © Subsurface Drains © Overside Drains © Markers © Railings & Barriers ® AC Dikes © Box Culverts Pavement Markers® Stake RP + Marke Stake RP + Marke Stake + Line Stake RP + Marke Stake + Line Stake RP + Marker Stake + Line Point +Guard Stake RP + Marker Stake + Line Point +Guard Stake RP RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake + Line Point +Guard Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP + Marker Stake RP • < 1 5 m (50') on tangents & curves when R> 300m (1000') & < 7.5m (25') on curves when R < 300m (1000') or where grade < 0.30% for catch basins: at centerline of box, ends of box & wings & at each end of the local depression ® < 15 m (50') & along end slopes & conic transitions < 15 m (50') and at beginning & end of: each wall, BC & EC, layout line angle points, changes in footing dimensions &/or elevation & wall height 3 m to 10 m (10' to 33') as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns 3 m to 10 m (10' to 33') sufficient to use string lines, BC & EC, transition points & at beginning & end. Elevation points on footings at bottom of columns < 15m (50') < 1 5 m (50') on tangents & curves when R> 300m (1000') & < 7.5m (25') on curves when R < 300m (1000') or where grade < 0.30% intervisible & < 30 m (100'), BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities At sign location intervisible & < 15m (50'), BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers & similar facilities longitudinal location for asphalt street surfacing < 15 m (50') on tangents & curves when R> 300m (1000') & < 7.5m (25') on curves when R < 300m (1000'). At beginning & end and < 15 m (50') on angents & curves when R > 300m (1000') & < 7.5m (25') on curves when R < 300m (1000') At beginning & end 3 m to 10 m (10' to 33') as required by the Engineer, BC & EC, transition points & at eginning & end. Elevation points on footings & at invert 60 m (200') on tangents, 15m (50') on curves when R > 300m (1000') & 7.5m (25') on curves when R < 300m (1000') For PCC surfaced streets lane cold joints will suffice as appropriate as appropriate as appropriate as appropriate as appropriate as appropriate along contour line as appropriate as appropriate Line point as appropriate At beginning & end At marker location(s) at railing & barrier location(s) as appropriate as appropriate at pavement marker location(s) & 7 mm (1/4") Vertical 10 mm (V) Horizontal & when depth cannot be measured from existing pavement 7 mm (V) Vertical 10 mm (V) Horizontal & 7 mm (V4") Vertical (when vertical data needed) 30 mm (O.V) Vertical & Horizontal 7 mm (V4") Horizontal & 7 mm (1/4") Vertical 10 mm (J/B") Horizontal & 7 mm (1/4") Vertical 10 mm CV) Horizontal & 7 mm (V4") Vertical 30 mm (O.V) Vertical & Horizontal 10 mm (V) Horizontal & 7 mm ( V) Vertical 30 mm (0.1') Horizontal & 7 mm (V4") Vertical 30 mm (0.1') Vertical & Horizontal 30 mm (0.1') Horizontal & 7 mm (V4") Vertical 30 mm (0.1') Horizontal & 7 mm (V/) Vertical 7 mm (V4") Horizontal 10 mm (V) Horizontal & Vertical 30 mm (0.1') Horizontal & Vertical 1 0 mm (J/8n) Horizontal & 7 mm (V4") Vertical 7 mm (V4") Horizontal Revised: 10/08/03 Contract No. 3607 Page 52 of 184 Pages CD Staking for feature may be omitted when adjacent marker stakes reference the offset and elevation of those features and the accuracy requirements of the RP meet the requirements for the feature ® Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table ® Perpendicular to centerline. ® Some features are not necessarily parallel to centerline but are referenced thereto © Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature ® > means greater than, or equal to, the number following the symbol. < means less than, or equal to, the number following the symbol. © The cut datum for storm drainage & sanitary sewer pipes & similar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit. All guard stakes, line stakes and lath shall be flagged. Unless otherwise approved by the Engineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(6) TABLE 2-9.2.2(8) Survey Stake Color Code for Construction Staking Type of Stake Horizontal Control Vertical Control Clearing Grading Structure Drainage, Sewer, Curb Right-of-Way Miscellaneous Description Coordinated control points, control lines, control reference points, centerline, alignments, etc. Bench marks Limits of clearing Slope, intermediate slope, abutment fill, rough grade, contour grading, final grade, etc. Bridges, sound and retaining walls, box culverts, etc. Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm drains, slope protection, curbs, gutters, etc. Fences, R/ W lines, easements, property monuments, etc. Signs, railings, barriers, lighting, etc. Color* White/Red White/Orange Yellow/Black Yellow White Blue White/Yellow Orange Flagging and marking cards, if used. Add the following section: 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2- 9.1 through 2-9.3.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made therefor. 2-10 AUTHORITY OF BOARD AND ENGINEER. Add the following section: 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. Revised: 10/08/03 Contract No. 3607 Page 53 of 184 Pages Add the following section: 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. SECTION 3 -- CHANGES IN WORK 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.2.1 Contract Unit prices, add the following: In the case of an increase or decrease in quantity of a minor bid item in excess of 25 percent of the original quantity bid the adjustment of contract unit price for such items will be limited to that portion of the change in excess of 25 percent of the original quantity listed in the Contractor's bid proposal for this contract. Adjustments in excess of 25 percent may, at the option of the Engineer, be paid pursuant to section 3-3, Extra Work. 3-3 EXTRA WORK. 3-3.2.2 (c) Tool and Equipment Rental, second paragraph, modify as follows: Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. 3-3.2.3 Markup, Delete sections 3-3.2.3 (a) and (b) and replace with the following: (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor 20 2) Materials 15 3) Equipment Rental 15 4) Other Items and Expenditures ..15 Revised: 10/08/03 Contract No. 3607 Page 54 of 184 Pages To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor, add the following after the second sentence: Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. 3-4 CHANGED CONDITIONS. Delete the second sentence of paragraph three, delete paragraph five (5), and add the following: The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. 'The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate in order for it to be further considered." By: Title: Date: Company Name: The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. Revised: 10/08/03 Contract No. 3607 Page 55 of 184 Pages It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. Add the following: The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. Delete second sentence of paragraph one and add the following: Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not Revised: 10/08/03 Contract No. 3607 Page 56 of 184 Pages otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1,1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. Revised: 10/08/03 Contract No. 3607 Page 57 of 184 Pages 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.3.1 General, add the following: The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. Revised: 10/08/03 Contract No. 3607 Page 58 of 184 Pages 4-1.4 Test of Materials, delete the phrase, "and a reasonable amount of retesting", from the third sentence of the first paragraph. add the following: Except as specified in these Supplemental Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.6 Trade names or Equals add the following: The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. Add the following section: 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. Revised: 10/08/03 Contract No. 3607 Page 59 of 184 Pages SECTION 5--UTILITIES 5-1 LOCATION. Delete the first paragraph and substitute the following: The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. 5-4 RELOCATION. Add the following: In conformance with section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-6 COOPERATION. Add the following: Certain facilities owned by SDG&E, SBC, and Adelphia Cable are currently located within the limits of work and will require relocation. Contractor shall coordinate with each of the utilities to commence with relocation of facilities during various phases of the work. The owner of the facility, the description of the facility, the required utility work and the anticipated phasing of work is defined in the table below. The facilities are located as follows: Faraday Avenue and El Camino Real. Contractor shall protect existing facilities during all phases of the contract. OWNER Adelphia Cable SDG&E SBC FACILITY CATV Riser CATV Vault Vault Transformer Pull Boxes 'ETS' Manhole Control Panel WORKBYUTIIJTY Adjust to grade Relocate Adjust to grade and Relocate Adjust to grade and Relocate Revised: 10/08/03 Contract No. 3607 Page 60 of 184 Pages SECTION 6 -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete section 6-1 and substitute the following: Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within five (5) calendar days after receipt of the "Notice to Proceed". Add the following section: 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. Add the following section: 6-1.2 Bar Chart. The Contractor shall prepare and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. Add the following section: 6-1.2.1 Engineer's Review. The Engineer will review and return to the Contractor, with any comments, the Baseline Construction Schedule within 15 working days of submittal. The Construction Schedule will be returned marked as per sections 6-1.2.1.1 through 6-1.2.1.3. Add the following section: 6-1.2.1.1 "Accepted." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. Add the following section: 6-1.2.1.2 "Accepted with Comments." The Contractor may proceed with the project work upon issuance of the Notice to Proceed. The Contractor must resubmit the schedule incorporating the comments. Add the following section: 6-1.2.1.3 "Not Accepted." The Contractor must resubmit the schedule incorporating the corrections and changes of the comments. The Notice to Proceed will not be issued by the Engineer if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" or "Accepted with Comments" by the Engineer. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted as required hereinbefore and marked "Accepted" by the Engineer. Revised: 10/08/03 Contract No. 3607 Page 61 of 184 Pages Add the following section: 6-1.3 Preparation of Schedule Updates and Revisions. The Contractor shall meet with the Engineer during the last week of each week to agree upon each activity's schedule status and shall submit weekly updates of the Construction Schedule confirming the agreements no later than the second working day of the following week. The weekly update will be submitted on hard (paper) copy. Add the following section: 6-1.4 Measurement And Payment Of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefore. 6-2 PROSECUTION OF WORK. Add the following section: 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The work includes of sawcutting, removal of asphalt concrete pavement, concrete curb, gutter, sidewalk, and cross gutter, construction of asphalt concrete pavement, concrete curb and gutter, sidewalk, cross gutter, gravity retaining wall, traffic signals and other items not included above that are required by the plans and specifications. The following descriptions outlining the order of work are provided for the Contractor's review and information. The descriptions for Tasks 1 through 8 are overviews only and shall not relieve the Contractor from its responsibilities to perform the coordination and work in accordance with the plans and specifications. The Contractor shall remove the existing curb and gutter only when proposed improvements are substantially complete, unless the existing curb and gutter interfere with new concrete improvements. Base paving shall be performed within five (5) days after the removal of the existing curb and gutter and asphalt concrete. The Contractor shall also be required to maintain existing street lights in service each night. If night time shut down(s) are required, the scheduling and duration will be subject to the approval of the City Engineer. 6.2.1.1 Task I. Task I of the project shall consist of all mobilization, traffic control, installation of temporary traffic signal video detection equipment, and utility relocation. Placing the order for all traffic signal equipment. The Contractor shall furnish the engineer with a statement from the vendor that the order for traffic signal equipment has been received and accepted by the vendor, including expected delivery date. 6.2-1.2 Task II. Task II of the project shall consist of clearing and grubbing, demolition of concrete and asphalt, vegetation removals, excavation and filling for the eastbound side of Faraday Avenue. The improvements on the eastbound side of Faraday Avenue, west of El Camino Real shall then be constructed including, but not limited to, Construction of concrete curb and gutter, pedestrian ramps, sidewalks, asphalt road construction including base course and surface course and traffic signal improvements. 6.2-1.3 Task III. Task III of the project shall consist of construction of ail improvements on the eastbound side of Faraday Avenue east of El Camino Real, including, but not limited to, traffic control, curb and gutter, pedestrian ramps, sidewalks, catch basin, asphalt road construction including base course and surface course and traffic signal improvements. Revised: 10/08/03 Contract No. 3607 Page 62 of 184 Pages 6.2-1.4 Task IV. Task IV of the project shall consist of clearing and grubbing, demolition of concrete and asphalt, vegetation removals, excavation and filling on the westbound side of Faraday Avenue and the southbound side of El Camino Real. The improvements on the westbound side of Faraday Avenue, Real shall then be constructed including but not limited to all concrete construction, traffic control, curb and gutter, driveway, pedestrian ramps, sidewalks, catch basin, asphalt road construction including base course and surface course and traffic signal improvements. 6.2-1.5 Task V. Task V of the project shall consist of construction of all improvements on the south bound side of El Camino Real, including, but not limited to, traffic control, curb and gutter, driveway, pedestrian ramps, sidewalks, asphalt road construction including base course and surface course and traffic signal improvements. 6.2-1.6 Task VI. Task VI of the project shall include all appurtenant work necessary to construct the Traffic Signal at Orion Street and Faraday Avenue. 6.2-1.7 Task VII. Task VII of the project shall include all appurtenant work necessary to construct the Traffic Signal at Priestly Drive and Faraday Avenue including signing and striping on Priestly Drive. 6.2-1.8 Task VIII. Task VIII consists of performing the remainder of work not completed in the previous phases. Add the following section: 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. The Contractor's Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under section 7-6, 'The Contractor's Representative", SSPWC. No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.4 Written Notice and Report. Modify as follows: The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. 6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work to completion within one hundred sixty (160) working days after the starting date specified in the Notice to Proceed. Revised: 10/08/03 Contract No. 3607 Page 63 of 184 Pages 6-7.2 Working Day. Add the following: Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 8:30 a.m. and 3:30 p.m. on Mondays through Fridays, excluding Agency holidays: The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. Any work that requires temporary shut down of the traffic signal equipment shall be performed as night work between the hours of 9:00 p.m. to 5:00 a.m.. 6-8 COMPLETION AND ACCEPTANCE. Delete the second paragraph and add the following: The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. Delete the first sentence of the third paragraph and substitute the following two sentences: All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. 6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first sentence of the second paragraph and add the following: For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of seven hundred dollars ($700). Execution of the Contract shall constitute agreement by the Agency and Contractor that $700 per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR 7-3 LIABILITY INSURANCE. Modify as follows: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V and are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Revised: 10/08/03 Contract No. 3607 Page 64 of 184 Pages 7-4 WORKERS' COMPENSATION INSURANCE. Add the following: All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies Issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Delete the first sentence and add the following four sentences: Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. 7-7 COOPERATION AND COLLATERAL WORK. Add the following section: 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.5 Temporary Light, Power and Water. Add the following: The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. Add the following: Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number 99-08-DWQ, National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (WDR's) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. Revised: 10/08/03 Contract No. 3607 Page 65 of 184 Pages A model Storm Water Pollution Prevention Plan (SWPPP) template is provided to the Contractor, in Appendix C, for use in preparing the Project SWPPP for approval by the City. The Contractor shall be responsible for the preparation and implementation of the SWPPP and coordination with the City and the Regional Water Quality Control Board. All costs for preparing and implementing the Storm Water Pollution Prevention and Monitoring Plans and coordination with the City and the Regional Water Quality Control Board shall be included as part of the contract price bid. Add the following section: 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access, add the following: The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City'8 contracted waste disposal company, Coast Waste Management at 929-9417. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 Ib. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix "A". In addition to the notifications, the contractor shall post no parking signs 48 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 48 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 48 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. Revised: 10/08/03 Contract No. 3607 Page 66 of 184 Pages 7-10.3 Street Closures, Detours, Barricades. Modify the second paragraph as follows: After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1) The Engineer (760)602-2720 2) Carlsbad Fire Department Dispatch (760) 931-2197 3) Carlsbad Police Department Dispatch (760) 931-2197 4) Carlsbad Traffic Signals Maintenance (760) 438-2980 X-2937 5) Carlsbad Traffic Signals Operations (760)602-2752 6) North County Transit District (760)967-2828 7) Waste Management (760) 929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's written approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. 7-10.3 Street Closures, Detours, Barricades. Add the following: Traffic controls shall be in accordance with the plans, Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement and these Supplemental Provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. Add the following section: 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of section 214-5.Let seq. All temporary reflective channelizers shall conform to the provisions of section 214- 5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to section 210-1.6for materials and section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in section 206-7.2 et seq. If illuminated traffic Revised: 10/08/03 Contract No. 3607 Page 67 of 184 Pages cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS "Standard Specifications", except the sleeves shall be 180 mm (7") long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 1.8 m (6') of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 7.6 m (25') intervals to a point not less than 7.6 m (25') past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. Add the following section: 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than 1.8 m (6'), nor operate equipment within 0.6 m (2') from any traffic lane occupied by traffic. For equipment the 0.6 m (2') shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. During the entire construction, a minimum of one (1) paved traffic through lane, not less than 3.6 m (12') wide and one (1) left turn lane shall be open for use by public traffic in each direction of travel during non-working hours. During working hours, a minimum of one (1) lane of travel with appropriate traffic control may be approved by the Engineer in accordance with Section 7-10.3.3 Add the following section: 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement and provisions under "Maintaining Traffic" elsewhere in these Supplemental Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. Add the following section: 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. Revised: 10/08/03 Contract No. 3607 Page 68 of 184 Pages Add the following section: 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in Chapter 5 of the 'Traffic Manual", 1996 edition published by CALTRANS. Whenever the work -causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. Add the following section: 7-10.3.6 Traffic Signal Operations. The Contractor shall furnish and install temporary traffic signal video detection system prior to removal or damage of traffic detector loops. The Contractor shall program the video detection zones during each phase of construction to ensure they are consistent with the lane geometry. If existing loops are damaged at any time prior to the completion of the temporary video detection system, Contractor shall replace them at no cost to the City. Traffic detection, whether through detector loops or video detection, must be maintained at all times. Traffic signal shutdown shall not be allowed except when specifically permitted by the Engineer. Modifications to traffic signal operations including phasing changes during construction detour conditions shall be the Contractor's responsibility at no additional cost to the City. Add the following section: 7-10.3.7 Preparation of Traffic Control Plan Sheets. The Contractor shall have Traffic Control Plans (TCP) prepared and submitted as a part of the Work for any and all construction activities that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20-day review period specified in section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP for the Engineer's review. TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. Design of TCP shall meet the requirements of the Engineer and Chapter 5 of the 'Traffic Manual", 1996 Edition as published by CALTRANS. Design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such designs of the TCP. The Engineer may approve any designs of the TCP when, in the Revised: 10/08/03 Contract No. 3607 Page 69 of 184 Pages Engineer's sole opinion, such designs of the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such designs to TCP shall conform to the requirements of section 2-5.3 Shop Drawings and Submittals. Add the following section: 7-10.3.8 Payment. The Contractor shall provide traffic control at the contract lump sum price bid. The contract lump sum price paid for "traffic control" shall include full compensation for furnishing all labor (including flagging costs), materials (including signs), tools, equipment and incidentals, and for doing all the work involved in preparation, reproduction and changing of traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, temporary video detection, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans prepared by the Contractor, as specified in these supplemental provisions, and as directed by the Engineer. All expenses and time to prepare and review TCP designs shall be included in the lump sum bid for traffic control and no additional payment will be made therefore. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control." The cost of labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no bid item the cost of labor and material for portable concrete barriers they will be paid as an incidental to the work being performed and no additional payment will be made therefore. Progress payments for "Traffic Control" will be based on the percentage of the improvement work completed. Add the following section: 7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this work include Chapter 11.04 Streets and Sidewalks, 11.12 Trees and Shrubs, 11.06. Excavation and Grading, and 15 Grading and Drainage. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. SECTION 9 -- MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9-1.4 Units of Measurement, modify as follows: The system of measure for this contract shall be the U.S. Standard Measures. Flevised: 10/08/03 Contract No. 3607 Page 70 of 184 Pages 9-3 PAYMENT. 9-3.1 General. Delete the eighth paragraph and substitute the following: Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion" 9-3.2 Partial and Final Payment. Delete the second paragraph and substitute the following: Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of the Standard Specifications (SSPWC). Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in subsection 3-5, Disputed Work. Revised: 10/08/03 Contract No. 3607 Page 71 of 184 Pages The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed in the written statement required in subsection 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in subsection 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under subsection 3-5, Disputed Work, for those claims remaining in dispute. Add the following section: 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. Add the following section: 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be made at the stipulated lump-sum price bid therefore in the bid schedule. The Contract lump-sum price paid for mobilization includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization And Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefore. Revised: 10/08/03 Contract No. 3607 Page 72 of 184 Pages SUPPLEMENTAL PROVISIONS TO "GREEN BOOK" STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be Class 2 Aggregate Base per Caltrans Standard Specification, July 1999, Section 26: Aggregate Bases, Subsection 26-1.02A Class 2 Aggregate Base and as specified herein. Add the following section: 200-2.7 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be free from organic matter and other deleterious substances, and shall be of such nature that it can be compacted readily under watering and rolling to form a firm, stable base. Aggregate may include material processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials. Aggregate shall conform to the grading and quality requirements shown in the following tables. At the option of the Contractor, the grading for either the 11/2-inch maximum or 3/4 inch maximum shall be used, except that once a grading is selected it shall not be changed without the Engineer's written approval.AGGREGATE GRADING REQUIREMENTS Percentage Passing 11/2" Maximum 3/4" Maximum Operating Operating Sieve Sizes Range Range 2" 100 — 11/2" 90-100 — 1» — 100 3/4" 50-85 90-100 No 4 25-45 35-60 No. 30 10-25 10-30 No. 200 2-9 2-9 QUALITY REQUIREMENTS Operating Tests Range Resistance (R-value) 78 Min. Sand Equivalent 25 Min. Durability Index 35 Min. The aggregate shall not be treated with lime, cement or other chemical material before the Durability Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Operating Range" but meet the "Contract Compliance" requirements, placement of the aggregate base may be continued for the remainder of that day. However, another day's work may not be started until tests, or other information, indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirements specified for "Operating Range." Revised: 10/08/03 Contract No. 3607 Page 73 of 184 Pages If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Contract Compliance," the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent do not conform to the "Contract Compliance" requirements, only one adjustment shall apply. No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE TABLE 201 -1.1.2(A) Modify as follows: TABLE 201-1.1.2(A)(3) PORTLAND CEMENT CONCRETE Type of Construction All Concrete Used Within the Right-of-Way Trench Backfill Slurry Street Light Foundations and Survey Monuments Traffic Signal Foundations Concreted-Rock Erosion Protection Concrete Class 330-C-23 (560-C-3250) (1> 115-E-3 (190-E-400) 330-C-23 (560-C-3250) 350-C-27 (590-C-3750) 310-C-17 (520-C-2500P) Maximum Slump mm (Inches) (2) 200 (8") 100 (4") 100 (4") per Table 300-1 1.3.1 (1) Except that concrete required to be of higher strength by Table 201-1.1.2(A) SSPWC shall be as per Table 201-1.1.2{A) SSPWC. (2) As per Table 201 -1.1.2(A) SSPWC. (3) Portions of Table 201-1.1.2(A) of the Standard Specifications for Public Works Construction not shown herein as changed are not affected by this table. 201-1.2 Materials. 201-1.2.4(a) Integral Colored Concrete. Add the following: Integral color shall consist of colored admixtures developed for use in ready mixed concrete. The product shall be made of the highest quality pigments, as well as other ingredients designed to enhance the color and improve the pigment dispersion, workability and finishing performance of the concrete. Integral color pigments shall meet or exceed ASTM-C-979. The coloring method shall be designed for concrete flatwork applications (salt finished, broom finishes, rotary finishes), as well as vertical surfaces, and other types of architectural concrete. Pigment shall be a permanent coloration, uniform throughout the concrete surface and interior, and shall be highly UV and fade resistant. Integral colored concrete shall be cured with QC Color Cure color matched to the concrete (see product information bulletin). Provide sample panel submittals of all colors to be used in the installation on identical surfaces for approval by Resident Engineer. Contractor shall provide a maintenance schedule for integral colored concrete. Revised: 10/08/03 Contract No. 3607 Page 74 of 184 Pages Admixture for all integral colored concrete paving in medians and other integral colored concrete shall be the following: Color shall match the median paving in the immediately adjacent median along El Camino fleal. Provide sample of color for approval by the Engineer. Admixture products and procedures for installation shall be in strict accordance with the manufacturer's specifications and recommendations, and those published by the American Concrete Institute (ACI) and the Portland Cement Association (PCA). 201-1.2.4 Chemical Admixtures, (e) Air-Entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. Add the following: 201-1.6 Finish: Stamped pattern to match existing median paving immediately adjacent to the paving to be installed along El Camino Real. Add the following: 201-1.7 Miscellaneous Concrete Finishing Products. 201-1.7.1 Water Base Penetrating Sealer for Integral Colored Concrete. (Scofield Colorcure Concrete Sealer or approved equal) Water base penetrating sealer shall be a sealer designed for the protection of imprinted and natural concrete. Water base penetrating sealer shall be a sealer designed for the protection of imprinted, colored and natural concrete, and other masonry surfaces to preserve the natural appearance of the masonry without darkening or adding gloss to the surface. It shall preserve the natural slip resistance of the concrete, etc. Sealer shall repel spills and soils, minimizing staining and maintenance. Seal shall leave no visible material on the surface and shall be absorbed and locked into the pores of the masonry, repelling liquids and soils but leaving the top surface natural in appearance. Install per manufacturer's directions. Seal shall be compatible with the surfaces and materials which it is applied. Concrete sealer shall conform to the following specifications: Color: Clear, non-yellowing Odor: Mild Flash Point: None (C.O.C. method) Specif icGrav.: 1.03 Density: 8.6 pounds per gallon Drying Time: 30 minutes to 60 minutes Cure Time: 24 to 48 hours VOC Content: None (0 g/l) excluding water Polymer Type: Proprietary Reactive Resin System Coverages (approximate): Smooth Concrete: 300 to 400 square feet per gallon Rough Concrete: 200 to 300 square feet per gallon Note: Coverages vary depending on porosity and condition of surface and method of application. Method of: Airless sprayer. Revised: 10/08/03 Contract No. 3607 Page 75 of 184 Pages Application Manufacturer: Scofield Chromix Admixtures for color-conditioned concrete, or approved equal L.M. Scofield Company 6533 Bandini Boulevard Los Angeles, CA 90040 1-800-800-9900 All materials shall be furnished, prepared, applied, cured, and stored according to the product manufacturer's direction. 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS. Add the following: 201-3.4 Type "A" Sealant (Two-Part Polyurethane Sealant). Add the following: All finished concrete surfaces shall have a Yz" continuous expansion joint at locations indicated on the plans and notes and shall be located either parallel to perpendicular to the curb line. When not otherwise indicated, all expansion joints located adjacent to colored concrete shall be sealant Type "A" and colored to match the color of the concrete surface. Contractor shall provide joint sealants that have been produced and installed to establish and to maintain watertight and airtight continuous seals without causing staining or deterioration of joint substrates. Contractor shall submit product data from the manufacturer of each joint sealant product required, including instructions for joint preparation and joint sealer application. Contractor shall also submit samples for initial selection purposes in form of manufacturer's standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view. Samples shall be submitted to Engineer. Submit complete schedule of type (and location where type is to be used) of each sealant. Contractor shall engage an experienced installer who has completed joint sealant applications similar in material, design and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. Provide color selections made by Engineer from manufacturer's full range of standard colors for products of type indicated. Sealant color parallel to curbline shall match color of Paving Treatment Type "A" as specified in Section 201 -1.2.4(a) of these Special Provisions. Joint sealants shall be multi-component polyurethane sealant. Except as otherwise indicated, provide manufacturer's standard, non-modified, 2-or-more-part, polyurethane-based, elastomeric sealant; complying with either ASTM-C-920-87, Type M, Grade P, Class 25, or FS TT-S 0227E Class A, non-sag, Type II. Acceptable Products: "Sonneborn NPH"; Sonneborn Building Products Division; "Scofield Lithoseal Trafficalk 3-G", L.M. Scofield Company; or equivalent, as approved by the Engineer. Revised: 10/08/03 Contract No. 3607 Page 76 of 184 Pages Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. Plastic foam joint fillers shall be preformed, compressible, resilient, nonstaining, nonwaxing, nonextruding strips of flexible plastic foam either open-cell polyurethane foam or closed<:ell polyethylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polystyrene foam is not acceptable. SECTION 203 - BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. DELETE sections 203-6.2 and 203-6.3.2 and ADD the following: 203-6.1 General. Add the following: The Contractor shall submit a design mix report and verification data for review by the Engineer for each source of supply and type of mixture specified. The design mix report shall indicate the results of all testing requirements identified in sections 203-1.2 and 203- 6.3 of the standard specifications for public works construction and these special provisions. 203-6.2 Materials. Add the following: Asphalt concrete shall be class 1 Va-inch thick C2-AR-4000 for surface course, and 2 1/2-inch to 41/2-inch thick B-AR-4000 for base course. 203-6.3.2 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confirms the production of a particular mix design and verifies using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accordance with Calif. Test 125. When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufficient size samples shall be taken to ensure representative and adequate quantity of material for: 1. Asphalt Content and Gradation of Extraction using Calif. Test 382 or ASTM 2172, and Calif. Test 202. 2. Stability1 using: a. Stabilometer Value2 using Calif. Test 366 and shall be the average of three individual Stabilometer Values And/or b. Marshall Stability in accordance with the Asphalt Institute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. Stability will be waived provided the extracted asphalt concrete is within +/-.5 of mix design and the extracted gradation complies with Table 203-6.3.2 (A). 2Use Marshall Stability when the deviation between individual Stabilometer Values are greater than +/-4. When using core sample analysis, the samples must be properly prepared to safeguard against influx of outside contaminates and so that the cut surfaces do not influence the test results. Revised: 10/08/03 Contract No. 3607 Page 77 of 184 Pages The amount of asphalt binder used in asphalt concrete placed in dikes, gutters, gutter flares, overside drains and aprons at the ends of drainage structures shall be increased one percent by mass of the aggregate over the amount of asphalt binder determined for use in asphalt concrete placed on the traveled way. 203-6.3.3 Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the asphalt content is within +/-.S of the design mix and the gradation conforms to the grading as shown in Table 203-6.3.2 (A). Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.3.2 (A) Marshall Stability using Asphalt Institute MS-2. Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grading as shown in Table 203-6.3.2 (A). 203-6.6.2, Batch Plant Method, modify as follows: Third paragraph, last sentence, delete "and from the Engineer's field laboratory". Last paragraph, add after D 2172: "method A or B." 203-6.7 Asphalt Concrete Storage, add the following: Open graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 18 hours, shall not be used in the work. SECTION 206 - MISCELLANEOUS METAL ITEMS Add the following section: 206-7 TRAFFIC SIGNS. Add the following section: 206-7.1 Permanent Traffic Signs Permanent traffic signs shall consist of 10-gage and 12-gage cold-rolled steel perforated tubing. This includes all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic upon the completion of the Work unless otherwise shown on the plans. Add the following section: 206-7.1.1 General. Materials, legend, proportion, size, and fabrication of-all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall conform to the requirements of "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993", Sheets 1 through 5 that accompany "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993" of dimensions and details, dated April 1987, and "OPAQUE COLOR CHART", dated February 1980, all published by the State of California, Department of Transportation, Division of Procurement Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 95819 and as modified herein. Where the "SPECIFICATION FOR REFLECTIVE SHEETING SIGNS, October 1993" require the Contractor or supplier to notify the Department of Transportation or to certify compliance to said SPECIFICATIONS, to provide a quality control program or to allow testing, approval, observation of manufacturing or assembly operations by the State of California, Department of Transportation and/or its employees or officials, such rights shall be vested in the Engineer. Revised: 10/08/03 Contract No. 3607 Page 78 of 184 Pages Add the following section: 206-7.1.2 Sign Identification. Modify the "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993" as follows: Sign identification shall be as per "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993", except that the notation shall be "PROPERTY OF THE CITY OF CARLSBAD". Add the following section: 206-7.1.3 Drawings. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: Standard signs shall be as per the most recently approved "Approved Sign Specification Sheets" of the State of California, Department of Transportation. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. Add the following section: 206-7.1.4 Reflective Sheeting. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: All advisory signs, warning signs and all regulatory signs shall be fabricated with Type III encapsulated lens sheeting conforming to the requirements of this specification. Add the following section: 206-7.1.5 Substrate. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: All permanent traffic signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall use aluminum substrate. Add the following section: 206-7.1.6 Mounting Traffic Signs. Traffic signs shall be installed on 10-gage or 12-gage cold- rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45 or, when the sign area exceeds the maximum area allowed for on that drawing, on multiple 10-gage or 12-gage cold-rolled steel perforated tubing posts. The number of posts shall be determined by the parameters in SDRS drawing M-45 or as approved by the Engineer. Traffic signs will be provided with back braces and mounting blocks as approved by the Engineer consisting of 10-gage or 12-gage cold-rolled steel perforated tubing when multiple posts are used. Add the following section: 206-7.1.6 Traffic Sign Posts. Posts shall be constructed of 10-gage or 12-gage cold-rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45. Add the following section: 206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic during the Contractor's performance of the Work. Temporary traffic signs include both stationary and portable signs. Add the following section: 206-7.2.1 General. Materials, legend, proportion, size, and fabrication of all temporary traffic signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall conform to the requirements of "Specifications For Reflective Sheeting Signs, October 1993", Sheets 1 through 5 that accompany "Specifications For Reflective Sheeting Signs, October 1993" of dimensions and details, dated April 1987, and "OPAQUE COLOR CHART", dated February 1980, all published by the State of California, Department of Transportation, Division of Procurement Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 95819 and as modified herein. Where The "Specification For Reflective Sheeting Signs, October 1993" require the Contractor or supplier to notify the Department of Transportation or to certify compliance to said "Specifications For Reflective Sheeting Signs, October 1993", to provide a quality control program or to allow testing, approval, observation of manufacturing or assembly operations by the State of California, Department of Transportation and/or its employees or officials, such rights shall be vested in the Engineer. Revised: 10/08/03 Contract No. 3607 Page 79 of 184 Pages Add the following section: 206-7.2.2 Drawings. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: Standard temporary traffic signs shall be as per the most recently approved "Approved Sign Specification Sheets" of the State of California, Department of Transportation. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. Add the following section: 206-7.2.3 Reflective Sheeting. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: All advisory signs, warning signs and all regulatory signs shall be fabricated with Type III encapsulated lens sheeting conforming to the requirements of this specification. Add the following section: 206-7.2.4 Substrate. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: Excepting only construction warning signs used at a single location during daylight hours for not more than five (5) consecutive days, all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall be stationary mounted and shall use aluminum substrate. Add the following section: 206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary traffic signs shall be installed on 10-gage and 12-gage cold-rolled steel perforated tubing posts in the same manner shown on the State of California, Department of Transportation "Standard Plans" 1995 edition standard plans numbers RS1, RS2, RS3 and RS4 for installation of roadside signs, except as follows: a) Wood posts shall not be used. b) Back braces and blocks for sign panels will not be required. c) The height to the bottom of the sign panel above the edge of traveled way shall be at least 2.1 m (7'). d) Unless otherwise shown on the plans traffic sign posts shall conform in materials and installation to SDRS drawing M-45 and shall have one post provided for each 0.48 m2 (5 ft2)of sign area, or the signs may be installed on existing lighting standards when approved by the Engineer. e) Sign panels mounted on temporary traffic sign posts shall conform to the requirements specified for aluminum signs in the "Specifications For Reflective Sheeting Signs, October 1993". Add the following section: 206-7.2.6 Temporary Traffic Sign Posts. Posts shall be 10-gage or 12-gage cold-rolled steel perforated tubing used for the support and stabilization of stationary mounted temporary signs. Post size and number of posts shall be as shown on the plans, except that when stationary mounted signs are installed and the type of sign installation is not shown on the plans, post size and the number of posts will be determined by the Engineer. Sign panels for stationary mounted signs shall consist of reflective sheeting applied to a sign substrate. Add the following section: 206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of a base, standard or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operation. Sign panels for portable signs shall conform to the requirements of sign panels for stationary mounted signs in the "Specifications For Reflective Sheeting Signs, October 1993, or shall be cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and leg- Revised: 10/08/03 Contract No. 3607 Page 80 of 184 Pages end requirements for portable signs shall be as described for stationary mounted sign panels in section 206-7.2 of these Supplemental Provisions. The height to the bottom of the sign panel above the edge of traveled way shall be at least 0.3-m (12"). All parts of the sign standard or framework shall be finished with 2 applications of orange enamel which will match the color of the sign panel background. Testing of paint will not be required. Add the following section: 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS. Add the following section: 206-8.1 General. This Section pertains to 10-gage and 12-gage cold-rolled steel perforated tubing used for the support and stabilization of signs. All shapes shall have a galvanized finish and shall be cold-roll-formed steel conforming to ASTM Designation A-446, Grade A. Galvanizing shall conform to ASTM A-525, Designation G-90. Galvanizing shall be performed after all forming and punching operations have been completed. Cold-rolled steel perforated tubing shall be perforated on all four faces with 11mm (7/16") holes on 25 mm (1") centers. Add the following section: 206-8.2 Tolerances. Wall thickness tolerance shall not exceed +0.28 mm, -0.13 mm (+0.011", -0.005"). Convexity and concavity measured in the center of the flat side shall not exceed a tolerance of +0.25 mm (+0.010") applied to the specific size determined at the corner. Straightness tolerance variation shall not exceed 1.6 mm in 1 m (1/16 " in 3'). Tolerance for corner radius is 4.0mm (5/32"), plus or minus 0.40 mm (1/64°). Weld flash on corner-welded square tubing shall permit 3.60 mm (9/64") radius gage to be placed in the corner. Using 10-gage or 12-gage square tube, consecutive size tubes shall telescope freely for 3.1m (10'). Tolerance on hole size is plus or minus 0.40 mm (1/64") on a size. Tolerance on hole spacing is plus or minus 3.2 mm in 6.1 m (1/8" in 20'). In addition, for the following specific sizes of light gage steel tubing, dimensional tolerances shall not exceed those listed in tables 206-8.2 (A) and 206-8.2(6). TABLE 206-8.2(A) LIGHT GAGE STEEL TUBING SIZE TOLERANCE Nominal Outside Dimensions mm (inches) 25x25 32x32 38x38 44x44 51 x51 56x56 57x57 64x64 51 x76 (1x1) (1V4X1V4) (1V2X1V2) (1J/4x13/4) (2x2) (2J/16x2a/16) (2V4X2V4) (2V2x2V2) (2x3) Outside Tolerance for All Sides at Corners mm (inches) 0.13 0.15 0.15 0.20 0.20 0.25 0.25 0.25 0.25 0.005 0.006 0.006 0.008 0.008 0.010 0.010 0.010 0.010 Revised: 10/08/03 Contract No. 3607 Page 81 of 184 Pages TABLE 206-8.2(8) LIGHT GAGE STEEL TUBING SQUARENESS OF SIDES AND TWIST Nominal Outside Dimension mm (Inches) 25x25 32x32 38x38 44x44 51 x51 56x56 57x57 64x64 51 x76 (1x1) (1-V4x1-V4) (1-V2x1-V2) (1-d/4x1-J/4) (2x2) (2-J/16x2-3/16) (2-V4x2-V4) (2-V2 x 2-V2) (2x3) Squareness'1 ' mm (Inches) 0.15 0.18 0.20 0.25 0.30 0.36 0.36 0.38 0.46 0.006 0.007 0.009 0.010 0.012 0.014 1.014 0.015 0.018 Twist Permissible in 900 mm (3") mm(2) (Inches)'21 1.3 1.3 1.3 1.6 1.6 1.6 1.6 1.9 1.9 0.050 0.050 0.050 0.062 0.062 0.062 0.062 0.075 0.075 (1) Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed. <2) Twist is measured by holding down the edge of one end of a square tube on a surface plate with the bottom side of the tube parallel to the surface plate, and noting the height that either corner on the opposite end of the bottom side is above the surface plate. Add the following section: 206-8.3 Fasteners. Fasteners used to assemble cold-rolled steel perforated tubing shall be steel "pull-through" electrogalvanized rivets with 9.5 mm (3/8") diameter shank, 22 mm (7/8") diameter head, and a grip range of from 5 mm (0.200") to 0.90 mm {0.356"). The fasteners shall conform to ASTM B-633, Type III Add the following section: 206-9 PORTABLE CHANGEABLE MESSAGE SIGN Add the following section: 206-9.1 General. Each portable changeable message sign (PCMS) unit shall consist of a controller unit, a power supply, and a structural support system all mounted on a trailer. The PCMS unit shall be assembled to form a complete self-contained portable changeable message sign, which can be delivered to the site of the work and placed in immediate operation. The complete PCMS unit shall be capable of operating in an ambient air temperature range of -209C (-4^) to +70eC (158SF) and shall not be affected by unauthorized mobile radio transmissions. The trailer shall be equipped so that it can be leveled and plumbed. Full operation height shall be with the bottom of the sign at least 2.1 m (71) above the ground and the top no more than 4.4 m (14.51) above the ground. After initial placement, PCMS shall be moved from location to location as directed by the Engineer Add the following section: 206-9.2 Message Board. The message displayed on the PCMS shall be visible from a distance of 460 m (15001) and shall be legible from a distance of 230 m (750'), at noon on a cloudless day, by persons with vision corrected to 20/20. The sign panel shall be 3-line matrix and shall display not less than 7 characters per line. Sign messages to be displayed shall be as approved by the Engineer. The sign face shall be flat black and shall be protected from glare of the sun by a method which does not interfere with the clarity of the sign message. The sign shall be raised and lowered by means of a power driven lifting mechanism. The matrix sign shall be capable of complete alphanumeric selection. Revised: 10/08/03 Contract No. 3607 Page 82 of 184 Pages Lamp matrix type signs shall be equipped with an automatic dimming operational mode that automatically compensates for the influence of a temporary light source or other abnormal lighting conditions. The sign shall have manual dimming operation modes of 3 or more different lamp intensities. Matrix signs not utilizing lamps shall be either internally or externally illuminated at night. The controller shall be an all solid-state unit containing all the necessary circuitry for the storage of at least 5 pre-programmed messages. The controller shall be installed in a location allowing the operator to perform all functions from one position. A keyboard entry system shall be provided to allow an operator to generate an infinite number of additional messages over the pre-programmed stored messages. The keyboard shall be equipped with a security lockout feature to prevent unauthorized use of the controller. The controller shall contain a nonvolatile memory to hcHd the keyboard created messages in memory during periods when the power is not activated. The controller shall provide for a variable message display rate, which allows the operator to match the information display to the speed of the approaching traffic. The flashing off time shall be operator adjustable within the control cabinet. Add the following section: 206-9.3 Operation and Maintenance. Two PCMS shall be furnished, placed, operated, and maintained for each phase of the work as designated by the Engineer. The PCMS will be diligently maintained and repaired by the Contractor throughout the project in accordance with the manufacturer's recommendations. When ownership is transferred to the City (at the end of the job), it must be demonstrated to be in good working condition, and meet the provisions of these specifications, including current registration. SECTION 207 - PIPE 207-2 REINFORCED CONCRETE PIPE. 207-2.5 Joints. Add the following: When watertight joints are indicated on the plans they shall be of the rubber-gasketed type meeting the requirements of ASTM Standard Specification designations C 361-95 and C 443-94. 207-10 STEEL PIPE add the following: 207-10.1 General Fabricated Steel Pipe and Fittings shall conform in all respects to Carlsbad Municipal Water District Rules and Regulations for Construction of (Potable) Water Mains, latest edition. 207-10.1.2 Submittals. The Contractor shall furnish submittals in accordance with Section 2-5.3, Submittals Shop Drawings. Submittals are required for the following: Shop Drawings Layout Drawings Manufacturer's tests Mill Reports or Plant Test Reports Fabrication Details Dimensional Checks Protective Coatings Welding Procedures/Certification for Field Welding Shop Drawings shall be submitted and approved prior to manufacture of pipe. Revised: 10/08/03 Contract No. 3607 Page 83 of 184 Pages 207-10.1.3 Quality Assurance. Field welders shall be certified under Section IX, Part A of the ASME Boiler and Pressure Vessel Code or in accordance with AWWA C206, Section 3. Welders shall submit a copy of their certification to the District prior to performing any field welding. Certifications shall be dated within three (3) years of the job to be performed. The top of all pipe and specials shall be clearly identified by marking the top with "T.O.P." for easy identifications in the field. Plainly mark each length of pipe at the bell end to identify the proper location of the pipe item by reference to the layout schedule. 207-10.1.4 Protective Coatings and Linings. All steel pipe and fittings exposed within a vault or above ground shall be cement-mortar lined in accordance with AWWA C205 and C602 and painted in accordance with CMWD Approved Materials List. All steel pipe and fittings for underground service shall be cement-mortar lined, taped wrapped and cement-mortar coated in accordance with AWWA C205, C214 and C602 unless otherwise specified on the Drawings. Add the following section: 207-25 UNDERGROUND UTILITY MARKING TAPE. Add the following section: 207-25.1 Detectable Underground Utility Marking Tape: Detectable Underground Utility Marking Tape shall have a minimum 0.13 mm (0.005") overall thickness, with no less than a 35 gauge (AWG), 0.14 mm aluminum foil core. The foil must be visible from both sides. The layers shall be laminated together with the extrusion lamination process, not adhesives. No inks or printing shall extend to the edges of the tape. All printing shall be encased to avoid ink rub-off. Detectable Underground Utility Marking Tape shall conform to the properties listed in Tables 207-25(A) and 207- 25 (B). TABLE 207-25.1 (A) DETECTABLE UNDERGROUND UTILITY MARKING TAPE PROPERTIES Property Thickness Tensile strength Elongation Printability Flexibility Inks Message repeat Foil Top layer Bottom layer Adhesives Bond strength Colors Method ASTMD2103 ASTM D882 ASTM D882-88 ASTM D2578 ASTMD671-81 Manufacturing specifications Manufacturing specifications Manufacturing specifications Manufacturing specifications Manufacturing specifications Manufacturing specifications Boiling H2O at 100 degrees Celsius APWA Code Value 01 14 mm (0.0056") 4500g/cm {25 Ibs/inch) (5,500 PSI) <50 percent at break >50 dynes/square centimeter Pliable hand Heat-set Mylex Every 500 mm(20") Dead soft/annealed Virgin PET Virgin LDPE >30 percent, solid 1 .5#/R Five hours without peel See Table 207-25.1 (B) Revised: 10/08/03 Contract No. 3607 Page 84 of 184 Pages TABLE 207-25.1 (B) DETECTABLE UNDERGROUND UTILITY MARKING TAPE COLORS Color Red Yellow Orange Blue Green Brown Purple Utility Marked Electric power, distribution, transmission, and municipal electric systems. Gas and oil distribution and transmission, dangerous materials, product and steam. Telephone and telegraph systems, police and fire communications, and cable television. Water systems. Sanitary and storm sewer systems, nonpotable. Force mains. Reclaimed water lines. Add the following section: 207-25.2 Materials Approvals. Detectable Underground Utility Marking Tape shall meet the requirements of each of the following agency/association publications. A. Department of Transportation, Materials Transportation Bureau, Office of Pipeline Safety. USAS code for pressure piping B31.8, paragraph 192.321 (e). B. National Transportation Safety Board, Washington, DC, Special Study Prevention of Damage to Pipelines. Adopted June 7,1974. Report NTSB-PSS-73-1. C. American Petroleum Institute (API). Recommended practice for marking buried liquid petroleum pipelines - APR RP 1109. D. General Services Administration, Washington, DC, Public Buildings Service Guide Specification for Mechanical and Electrical Equipment - PBS 4-1501, Amendment 2, Page 501-14, Paragraph 18, Subparagraph 18.1, Clause 18.1.1. E. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC, National Electrical Safety Code for Underground Construction for remote and immediate hazards. SECTION 209 - ELECTRICAL COMPONENTS 209 ELECTRICAL COMPONENTS. Modify as follows: Section 209, "Signals, Lighting and Traffic Electrical Systems", herein, shall replace Section 209, "Electrical Components", of the SSPWC in all matters pertaining to the specifications for measurement, payment, warranty, and materials and methods of construction for all elements of street lighting and traffic signals. For electrical components provided and installed in systems not including street lighting and traffic signals section 209 SSPWC is unmodified except as specified in sections other than section 209, "Signals, Lighting and Electrical Systems", herein. For section 209, "Signals, Lighting and Traffic Electrical Systems", for all elements of street lighting and traffic signals both construction materials and construction methods have been combined into a single section. Revised: 10/08/03 Contract No. 3607 Page 85 of 184 Pages SECTION 209 - SIGNALS, LIGHTING AND TRAFFIC ELECTRICAL SYSTEMS 209-1 GENERAL 209-1.01 Description. Signals, lighting and electrical systems work shall consist of furnishing and installing, modifying or removing one or more traffic signals, traffic signal master controller assemblies and interconnection facilities, flashing beacon systems, lighting systems, sign illumination systems, communication systems, electrical equipment in structures, provisions for future systems, or combinations thereof, all as shown on the plans, and as specified in these special provisions. The locations of signals, beacons, standards, lighting fixtures, signs, controls, services and appurtenances shown on the plans are approximate and the exact locations will be established by the Engineer in the field. All systems shall be complete and in operating condition at the time of acceptance of the contract. 209-1.015 Definitions. The following definitions pertain only to Section 209, "Signals, Lighting and Traffic Electrical Systems." Actuation. — The operation of any type of detector. Burn-In Procedure. — The procedure by which each LED signal module is energized for a minimum of 24 hours at operating voltage at a 100% duty cycle, and in an ambient temperature of 609C (140eF). Candlepower Values. — Luminous intensity expressed in candelas (cd). Channel. — A discrete information path. Chromaticity (Color). — The color of the light emitted by a signal module, specified as x-y chromaticity coordinates on the chromaticity diagram according to the 1931 Commission Internationale d'Eclairage standard observer and coordinate system. The measured chromaticity coordinates shall fall within the limits specified in VTCSH Section 8.04 "Limits of Chromaticity Coordinates." Controller Assembly. — The complete assembly for controlling the operation of a traffic signal or other system, consisting of a controller unit, and all auxiliary equipment housed in a rainproof cabi- net. Controller Unit. — That part of the controller assembly which performs the basic timing and logic functions. Detector. — A device for indicating the passage or presence of vehicles or pedestrians. Duty Cycle. — The amount of illuminated on-time a signal module is energized, expressed as a percent of signal cycle time period. Electrolier. — The complete assembly of lighting standard, luminaire, ballast and lamp. Flasher. — A device used to open and close signal circuits at a repetitive rate. Flashing Beacon Control Assembly. — A complete electrical mechanism for operating a warning beacon or intersection control beacon. Inductive Loop Vehicle Detector. — A detector capable of being actuated by the change of inductance caused by a vehicle passing over or standing over the loop. Integrating Photometer. — An instrument used in measuring the intensity of light that enables total luminous flux to be determined by a single measurement. Revised: 10/08/03 Contract No. 3607 Page 86 of 184 Pages LED Light Source. — An individual light emitting diode. LED Signal Module. — A sealed circular ball or arrow that includes the lens and utilizes LED devices as the light source. An LED signal module may directly replace an existing traffic signal lamp and lens combination. Lighting Standard.— The pole and mast arm which support the luminaire. Luminaire — The assembly which houses the light source and controls the light emitted from the light source. Major Street.— The roadway approach or approaches at an intersection normally carrying the major volume of vehicular traffic. Minimum Intensity. — In accordance with the values in Table 1 of the existing "Vehicle Traffic Control Signal Heads", hereinafter VTCSH standard, the minimum intensity values below which no LED signal modules will be released from the supplier. Minor Street.— The roadway approach or approaches at an intersection normally carrying the minor volume of vehicular traffic. Pedestrian Detector.— A detector, usually of the push button type, capable of being operated by hand. Plans. — For this Section (Section 209) plans shall include all documents listed in Section 2.5, "Plans and Specifications", et seq. as well as the "STANDARD PLANS", 2002 edition as promulgated by the State of California, Department of Transportation. Power Consumption. — The rms electrical power (watts) consumed by an LED signal module when operated at rated voltage. Pre-timed Controller Assembly.— A controller assembly for operating traffic signals in accordance with a pre-determined cycle length. Rated Initial Intensity. — The light intensity of a new LED signal module, operated at rated voltage, measured after the burn-in procedure with an integrating photometer. Rated Voltage. — The ac rms voltage at which light output performance and power consumption are specified (117 VAC at 60 Hz). Signal Face.— That part of a signal head provided for controlling traffic in a single direction and consisting of one or more signal sections. Signal Head.— An assembly containing one or more signal faces. Signal Indication.— The illumination of a signal section or other device, or of a combination of sections or other devices at the same time. Signal Section.— A complete unit for providing a signal indication consisting of a housing, lens, reflector, lamp receptacle and lamp. Sun Phantom. — The effect of an outside light source entering the signal assembly and being returned in such a manner as to present the appearance of the signal assembly being illuminated. Traffic-Actuated Controller Assembly. — A controller assembly for operating traffic signals in accordance with the varying demands of traffic as registered with the controller unit by detectors. Traffic Phase.— The right of way, change and clearance intervals assigned to a traffic movement or combination of movements. Vehicle.— Any motor vehicle normally licensed for highway use. Revised: 10/08/03 Contract No. 3607 Page 87 of 184 Pages VTCSH Standard. — The definitions and practices described in "Vehicle Traffic Control Signal Heads" published in the "Equipment and Materials Standards" of the Institute of Transportation Engineers. 209-1.02 Regulations and Code. All electrical equipment shall conform to the standards of the National Electrical Manufacturers Association <NEMA), the Underwriters' Laboratories Inc. <UL), the Electrical Testing Laboratories (ETL), the National Electrical Testing Association, Inc. (NETA), or the Electronic Industries Association (EIA), wherever applicable. In addition to the requirements of the plans, these special provisions, all materials and workmanship shall conform to the requirements of the National Electrical Code 1996 edition, hereinafter referred to as the Code; California Code of Regulations, Title 8, Chapter 4, Subchapter 5, Electrical Safety Orders; Rules for Overhead Electrical Line Construction, General Order No. 95 of the Public Utilities Commission; Standards of the American Society for Testing and Materials (ASTM); American National Standards Institute (ANSI); and any local ordinances which may apply. Wherever reference is made to any of the standards mentioned above, the reference shall be construed to mean the code, order, or standard that is in effect on the day the Notice to Contractors for the work is dated. 209-1.03 Equipment List and Drawings. Unless otherwise permitted in writing by the Engineer, the Contractor shall, within 15 days following award of the contract, submit to the Engineer for review a list of equipment and materials which the Contractor proposes to install as specified in Section 2- 5.3, "Shop Drawings and Submittals." The list shall be complete as to name of manufacturer, size and identifying number of each item. The list shall be supplemented by such other data as may be required, including schematic wiring diagrams and scale drawings of cabinets showing location and spacing of shelves, terminal blocks and equipment, including dimensioning. All of the above data shall be submitted, install as specified in Section 2-5.3, "Shop Drawings and Submittals", for review. Where electrical equipment is constructed as detailed on the plans, the submission of detailed drawings and diagrams will not be required. The Contractor shall furnish 5 sets of controller cabinet schematic wiring diagrams made by (1) wet blueprint, white background process using iron-sensitized paper, (2) the offset lithograph process, or (3) the electrostatic process. The diagrams shall show the location of the installation and shall list all equipment installed in each controller cabinet. In addition, for each signal installation, the Contractor shall furnish an intersection sketch showing poles, detectors, field wire connection terminals and phasing as shown on the plans. All schematic wiring diagrams of the controller units and auxiliary equipment, all cabinet diagrams, and all operation manuals shall be submitted at the time the controller assemblies are delivered for testing. The schematic wiring diagram shall show in detail all circuits and parts. All parts shown thereon shall be identified by name or number and in such manner as to be readily interpreted. All diagrams, plans and drawings shall be prepared using graphic symbols shown in ANSI publication Y32.2, entitled "IEEE Standard and American National Standard Graphic Symbols for Electrical and Electronic Diagrams." 209-1.04 Warranties, Guaranties and Instruction Sheets. Manufacturers' warranties and guaranties furnished for materials used in the work and instruction sheets and parts lists supplied with materials shall be delivered to the Engineer prior to acceptance of the project. 209-1.05 Maintaining Existing and Temporary Electrical Systems. Existing electrical systems (traffic signal, street lighting, flashing beacon, traffic monitoring, sign illumination and other facilities), or approved temporary replacements thereof, shall be kept in effective operation for the benefit of the traveling public during the progress of the work, except when shutdown is permitted, to allow for alterations or final removal of the systems. The traffic signal shutdowns shall be limited to normal working hours. Lighting system shutdowns shall not interfere with the regular lighting schedule, unless otherwise permitted by the Engineer. The Contractor shall notify the Engineer prior to performing any work on existing systems. The Contractor shall notify the local traffic enforcement agency prior to any operational shutdown of a traffic signal. Revised: 10/08/03 Contract No. 3607 Page 88 of 184 Pages Where an existing system or temporary system is being modified, work not shown on the plans or specified in these special provisions and which is considered by the Engineer as necessary to keep all or any part of the system in effective operation will be paid for as extra work as provided in Section 3-3 "Extra Work.". The Agency will: 1) Continue the operation and maintenance of existing electrical facilities. 2) Continue to provide for electrical energy for the operation of existing electrical facilities. 3) Repair or replace existing facilities damaged by public traffic. 4) Pay the cost of electrical energy for the operation of existing or new facilities that are undergoing the functional tests described in Section 209-2.14C, "Functional Testing." The Contractor shall ascertain the exact location and depth of existing detectors, conduits, pull boxes and other electrical facilities before using any tools or equipment that may damage those facilities or interfere with any electrical system. Where damage is caused by the Contractor's operations, the Contractor shall, at the Contractor's expense, repair or replace damaged facilities promptly in accordance with these specifications. If any existing loop conductor, including the portion leading to the detector hand hole or termination pull box, is damaged by the Contractor's operations, the Contractor shall immediately notify the Engineer. The affected detectors shall be replaced at the Contractor's expense and as directed by the Engineer within 24 hours. If the Contractor fails to complete the repairs within this period, the repairs will be made by Agency forces at the Contractor's expense. Should the Contractor fail to perform the required repairs or replacements, the cost of performing the repairs or replacements will be deducted from any moneys due or to become due the Contractor. Where roadways are to remain open to traffic and existing lighting systems are to be modified, the lighting systems shall remain in operation and the final connection to the modified circuit shall be made so that the modified circuit will be in operation by nightfall of the same day. Temporary electrical installations shall be kept in effective operation until the temporary installations are no longer required for the traveling public. Removal of temporary installations shall conform to the provi- sions in Section 209-7, "Removing, Reinstalling or Salvaging Electrical Equipment." These provisions will not relieve the Contractor in any manner of the Contractor's responsibilities as provided in Sections 4-1.1, "General" and 4-1.2, "Protection of Work and Materials." During traffic signal system shutdown the Contractor shall place "STOP AHEAD" and "STOP" signs to direct vehicle and pedestrian traffic through the intersection. All signal faces shall be covered when the system is shut down overnight. Temporary "STOP AHEAD" and "STOP" signs shall be either covered or removed when the system is turned on. "STOP AHEAD" and "STOP" signs shall be furnished by the Contractor and shall conform to the provisions in Section 7-10.3, "Street Closures, Detours, Barricades." Minimum size of "STOP" signs shall be 750 mm (30"). One "STOP AHEAD" sign and one "STOP" sign shall be placed for each direction of traffic. For two, or more, lane approaches, two "STOP" signs shall be placed for each direction of traffic. Location of the signs shall be as directed by the Engineer. 209-1.06 Scheduling of Work. No above ground work, except service equipment, shall be performed until the Contractor has all materials on hand to complete that particular signal location or lighting circuit. Work shall be so scheduled that each traffic signal, lighting and sign illumination system shall be completed and ready for operation prior to opening the corresponding section of the roadway to traffic. Revised: 10/08/03 Contract No. 3607 Page 89 of 184 Pages Traffic signals shall not be placed in operation for use by public traffic without the written approval of the Engineer. The Contractor shall obtain the written approval of the Engineer no less than three days prior to placing any traffic signal in operation. Traffic signals shall not be placed in operation for use by public traffic without the energizing of street lighting at the intersection to be controlled if street lighting exists or is being installed in conjunction with the traffic signals. Traffic signals shall not be placed in operation until the roadways to be controlled are open to public traffic, unless otherwise directed by the Engineer. Lighting and traffic signals shall not be placed in operation, including flashing operation, prior to commencement of the functional test period specified in Section 209-2.14, Testing," unless ordered otherwise by the Engineer. Conductors shall not be pulled into conduit until pull boxes are set to grade, crushed rock sumps installed and metallic conduit bonded. In vehicular undercrossings, soffit lights shall be placed in operation as soon as practicable after falsework has been removed from the structure. Lighting for pedestrian structures shall be placed in operation prior to opening the structure to pedestrian traffic. If the Engineer orders soffit lights or lighting for pedestrian structures placed in operation before permanent power service is available, the cost of installing and removing temporary power service will be paid for as extra work as provided in Section 3-3, "Extra Work." The initial turn-on shall be made only between the hours of 9:00 a.m. and 2:00 p.m. and Tuesday through Thursday unless otherwise approved, in writing, by the Engineer. Prior to turn-on, all equipment as shown on the plans shall be installed and operable including pedestrian signals, pedestrian push buttons, vehicle detectors, lighting, signs and pavement delineation. All louvers, visors, and signal faces shall be directed to provide maximum visibility. Functional tests shall start on any working day except Friday, or the day preceding a legal holiday. 209-1.07 Safety Precautions. Attention is directed to Section 7-10.4.1, "Safety Orders." Before starting work on existing series street lighting circuits, the Contractor shall obtain daily a safety circuit clearance from the serving utility. By-pass switch plugs shall be pulled and "Men at Work" signs posted at switch boxes before any work is done. 209-2 MATERIALS AND INSTALLATION 209-2.01 Excavating and Backfilling. The excavations required for the installation of conduit, foundations, and other appurtenances shall be performed in such a manner as to avoid any unnecessary damage to streets, sidewalks, landscaping, and other improvements. The trenches shall not be excavated wider than necessary for the proper installation of the electrical appurtenances and foundations. Excavation shall not be performed until immediately before installation of conduit and other appurtenances. The material from the excavation shall be placed in a position that will not cause damage or obstruction to vehicular and pedestrian traffic nor interfere with surface drainage. Unless otherwise permitted in writing by the Engineer, all surplus excavated material shall be removed and disposed of, within 48 hours, outside the public right of way in accordance with the provisions in Sections 7-8.1, "Cleanup and Dust Control", 300-1.3, "Removal and Disposal of Materials" and 302-6, "Surplus Material", depending on the origin and nature of the materials to be removed and disposed. The excavations shall be backfilled in conformance with the provisions in Sections 300-3.5, "Structure Backfill" or 306-1.3, "Backfill and Densification," depending on the nature of the structure or conduit that the excavation being backfilled accommodates. Excavations after backfilling shall be kept well filled and maintained in a smooth and well-drained condition until permanent repairs are made. All excavations shall be filled, and sidewalks, pavement, and landscaping restored at each intersection prior to excavating at any other intersection, unless otherwise permitted by the Engineer. Revised: 10/08/03 Contract No. 3607 Page 90 of 184 Pages Excavations in the street or highway shall be performed in such a manner that not more than one traffic lane is restricted at any time, unless otherwise approved by the Engineer. 209-2.02 Removing and Replacing Improvements. In addition to the requirements of sections 7- 9, "Protection and Restoration of Existing Improvements" and 306-1.5, 'Trench Resurfacing" Improvements such as sidewalks, curbs, gutters, portland cement concrete and asphalt concrete pavement, underlying material, lawns and plants, and any other improvements removed, broken or damaged by the Contractor's operations, shall be replaced or reconstructed with the same kind of material as found on the work or with materials of equal quality. The new work shall be left in a serviceable condition. Whenever a part of a square or slab of existing concrete sidewalk, curb, gutter, or driveway is broken or damaged, the entire square, section or slab shall be removed and the concrete reconstructed as above specified. The outline of all areas to be removed in portland cement concrete sidewalks and driveways and in pavements shall be cut to a minimum depth of 50 mm (2") with an abrasive type saw prior to removing the sidewalk, driveways and pavement material. Cuts shall be neat and true along score lines, with no shatter outside the removal area. 209-2.03 Foundations. Portland cement materials and construction methods shall conform to Section 201, "Concrete, Mortar and Related concrete Materials," for Materials and Section 303, "Concrete and Masonry Construction," for construction methods. Concrete foundations shall rest on firm ground. Except when located on structures, foundations for posts, standards, and pedestals, not shown on the plans to have mortar pads, shall be placed "in the solid" and monolithic except for the top 50 mm (2") which shall be placed after the post, standard or pedestal is in proper position. After each post, standard, or pedestal on structures, and each standard shown on the plans to have mortar pads, is in proper position, mortar shall be placed under the base plate as shown on the plans. The exposed portions shall be formed to present a neat appearance. Mortar shall consist of one part by volume of portland cement and 3 parts of clean sand, shall contain only sufficient moisture to permit packing and shall be cured by keeping it damp for 3 days. Reinforced cast-in-drilled-hole concrete pile foundations for traffic signal and lighting standards shall conform to the provisions in Section 205-3.3, "Cast-in-Place Concrete Piles," except that material resulting from drilling holes shall be disposed of as provided in Section 209-2.01, "Excavating and Backfilling." The exposed portions of the foundation shall be formed to present a neat appearance. Forms shall be true to line and grade. Tops of foundations for posts and standards, except special foundations, shall be finished to curb or sidewalk grade or as directed by the Engineer. Forms shall be rigid and securely braced in place. Conduit ends and anchor bolts shall be placed in proper position and to proper height, and shall be held in place by means of a template until the concrete sets. Anchor bars or studs and nuts shall conform to ASTM Designation: A 307. Headed anchor bolts for foundations shall conform to the specifications of ASTM Designation: A 307, Grade B with S1 supplementary requirements. At the option of the Contractor, nonheaded anchor bolts for foundations shall conform either to the specifications of ASTM Designation: A 307, Grade C or to the provisions in AASHTO Designation: M314, Grade 36 or 55 with S1 supplementary requirements. When nonheaded anchor bolts conforming to the specifications of ASTM Designation: A 307, Grade C are furnished, the end of each fabricated anchor bolt shall be either coded by end stamping as required in ASTM Designation: A 307 or the end that projects from the concrete shall be permanently coded with a green color by the manufacturer. All steel parts shall be galvanized in accordance with the provisions in Section 210-3.6, "Galvanizing for Traffic Signal Facilities." Revised: 10/08/03 Contract No. 3607 Page 91 of 184 Pages The upper threaded portion of all anchor bolts shall be provided with 2 nuts and 2 washers each. Anchor bars or studs shall be provided with 3 nuts and washers each. Welding shall not be performed on any portion of the body of high-strength anchor bolts, anchor bars, or studs. Plumbing of the standards shall be accomplished by adjusting the leveling nuts before placing mortar or before the foundation is finished to final grade. Shims, or other similar devices shall not be used for plumbing or raking of posts, standards or pedestals. Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before placing concrete. Forms shall not be removed until the concrete has thoroughly set. Ordinary surface finish, as specified in Section 303-1.9.2, "Ordinary Surface Finish," shall be applied to exposed surfaces of concrete. Where obstructions prevent the construction of a planned foundation, the Contractor shall construct an effective foundation as directed by the Engineer. The foundations shown on the plans shall be extended if conditions require additional depth, and the additional work, if ordered by the Engineer, will be paid for as extra work as provided in Section 3-2, "Changes Initiated By The Agency." Unless otherwise specified or shown on the plans, foundations not to be reused shall be removed. When a foundation is shown on the plans to be abandoned, the top of foundation, anchor bolts, and conduits shall be removed to a depth of not less than 1.0 m (3') below surface of sidewalk or unimproved ground. The resulting hole shall be backfilled with material equivalent to the surrounding material. Unless otherwise shown on the plans, all standards to be relocated shall be provided with new foundations and anchor bolts of the proper type and size. Posts, poles, standards, pedestals, and cabinets shall not be erected until the foundation has set at least 7 days, and shall be plumbed or raked, as directed by the Engineer. In unpaved areas, a 1.0 m (3') square, 100 mm (4") thick or of the size shown on the plans, whichever is the larger, raised pad of portland cement concrete shall be placed in front of each controller cabinet. 209-2.04 Standards, Steel Pedestals and Posts. Standards for traffic signals and lighting, and steel pedestals for cabinets and other similar equipment shall be located as shown on the plans. Workmanship and finish shall be equal to the best general practice of metal fabrication shops. All welding shall conform to AWS D1.1, "Structural Welding Code," and to the requirements in this Section 209-2.04. All welds joining the shafts of the standards and mast arms to their base plates shall be as shown on the plans, however, alternative weld joint details may be approved by the Engineer. Approval of alternative weld joint details will be contingent upon the proposed weld joint passing both weld procedure and nondestructive testing as deemed necessary by the Engineer. All costs of the supplemental testing shall be borne by the Contractor. All standards except Type 1, and all signal mast arms, shall have an aluminum identification plate, as noted on the plans, attached with stainless steel rivets or screws. Type 1 standards and steel pedestals for controller cabinets shall be constructed of 3 mm (.125") or thicker galvanized steel; or 100 mm (4") standard weight galvanized, steel pipe or Size 103, Type 1 conduit, with the top designed for post-top slip-fitter. Standard weight galvanized, steel pipe shall conform to the specifications of ASTM Designation: A 53. Materials and construction methods for all ferrous metal parts of standards, with shaft length of 4.6 m (15') and longer, shall conform to the details shown on the plans, the requirements of Sections 206, "Miscellaneous Metal Items," for Materials and Section 304, "Metals Fabrication and Construction," for construction methods except as otherwise noted, and the following requirements: Revised: 10/08/03 Contract No. 3607 Page 92 of 184 Pages Except as otherwise specified, standards shall be fabricated from sheet steel of weldable grade having a minimum yield strength, after fabrication, of 276 Mpa (40,000 psi). Certified test reports which verify conformance to the minimum yield strength requirements shall be submitted to the Engineer. The test reports may be the mill test reports for the as-received steel or, when the as- received steel has a lower yield strength than required, the Contractor shall provide supportive test data which provides assurance that the Contractor's method of cold forming will consistently increase the tensile properties of the steel to meet the specified minimum yield strength. The supportive test data shall include tensile properties of the steel both before and after cold forming for specific heats and thicknesses. When a single-ply 8 mm (0.3125") thick pole is specified, a 2-ply pole with equivalent section modulus may be substituted. Standards may be fabricated of full-length sheets or shorter sections. Each section shall be fabricated from not more than 2 pieces of sheet steel. Where 2 pieces are used, the longitudinal welded seams shall be directly opposite one another. When the sections are butt-welded together, the longitudinal welded seams on adjacent sections shall be placed to form continuous straight seams from base to top of standard. Butt-welded transverse joints shall be strengthened by inserting a metal sleeve at each joint. The sleeve shall be 3 mm (0.120") nominal thickness, or thicker, steel having the same chemical composition as the steel in the standard. When the sections to be joined have different specified minimum yield strengths, the steel in the sleeve shall have the same chemical composition as the higher minimum yield strength steel to be joined. The metal sleeve shall have a minimum length of 25 mm. The sleeve shall be centered at the joint and have the same taper as the standard with the outside of the sleeve in full contact with the inside of the standard throughout the sleeve length and circumference. All welds shall be continuous. The weld metal at the transverse joint shall extend to the sleeve, making the sleeve an integral part of the joint. Longitudinal welds in steel tubular sections will be tested in accordance with California Test 664. The sampling frequency shall be as determined by the Engineer. The welds may be made by the electric resistance welding process. All exposed welds, except fillet and fatigue resistant welds and welds on top of mast arms, shall be ground flush with the base metal. All exposed edges of the plates which make up the base assembly shall be finished smooth and all exposed corners of the plates shall be neatly rounded unless otherwise shown on the plans. Shafts shall be provided with slip-fitter shaft caps. Standards shall be straight, with a permissive variation not to exceed 25 mm (1") measured at the midpoint of a 9 m {30') or 11 m (36') standard and not to exceed 20 mm (3/4*') measured at the midpoint of a 5 m (17') through 6 m (20') standard. Variation shall not exceed 25 mm (1") at a point 4.5 m (15') above the base plate for Type 35 and Type 36 standards. All galvanized nuts, used on assemblies with a specified preload or torque, shall be lubricated in accordance with the requirements specified for galvanized Grade DH nuts in ASTM Designation: A 563 or A 563M. Standards with an outside diameter of 300 mm (12") or less shall be round. Standards with an outside diameter greater than 300 mm (12") shall be round or multisided. Multisided standards shall have a minimum of 10 sides which shall be convex and shall have a minimum bend radius of 100 mm (4"). Mast arms for standards, shall be fabricated from material as specified for standards and shall conform to the dimensions shown on the plans. Revised: 10/08/03 Contract No. 3607 Page 93 of 184 Pages The cast steel option for slip bases shall be fabricated from material conforming to the requirements of ASTM Designation: A 27/A 27M, Grade 70-40. Other comparable material may be used if written permission is given by the Engineer. The casting tolerances shall be in accordance with the Steel Founder's Society of America recommendations (green sand molding). One casting from each lot of 50 castings or less shall be subject to radiographic inspection, in accordance with the provisions in ASTM Designation: E 94. The castings shall comply with the acceptance criteria severity level 3 or better for all types and categories of discontinuities as specified in ASTM Designations: E 186 and E 446. If the one casting fails to pass the inspection, 2 additional castings shall be radiographed. Both of these castings shall pass the inspection or the entire lot of 50 will be rejected. Material certifications consisting of physical and chemical properties, and radiographic films of the castings shall be filed at the manufacturer's office. These certifications and films shall be available for inspection upon request. High-strength bolts, nuts and flat washers used to connect slip base plates shall conform to ASTM Designation: A 325 or A 325M and shall be galvanized as specified in Section 210-3.6, "Galvanizing for Traffic Signal Facilities." Plate washers shall be fabricated by saw cutting and drilling steel plate conforming to AISI Designation: 1018, and be galvanized as specified in Section 210-3.6, "Galvanizing for Traffic Signal Facilities." Prior to galvanizing, all burrs and sharp edges shall be removed and holes shall be chamfered sufficiently on each side to allow the bolt head to make full contact with the washer without tension on the bolt. High-strength cap screws shown on the plans for attaching mast arms to standards shall conform to ASTM Designation: A 325, A 325M or ASTM Designation: A 449 and shall comply with the me- chanical requirements of ASTM Designation: A 325 or A 325M after galvanizing. The cap screws shall be galvanized as specified in Section 210-3.6, "Galvanizing for Traffic Signal Facilities." The threads of the cap screws shall be coated with a lubricant which is clean and dry to the touch. The galvanized faying surfaces of the connections between signal or lighting mast arms and poles shall be free of surface imperfections, such as lumps, runs, and scum, which would prevent intimate, uniform contact between the faying surfaces. Handholes in the base of standards shall conform to the details shown on the plans. All handholes shall be provided with covers. Changes in configuration of mast arms will be permitted, provided the mounting height and stability are maintained. Fabricators electing to use larger than minimum arm diameters shall adjust the details as required to permit solid seating of the cap screws. All arms shall be bent to the approximate configuration shown on the plans. A smooth curving arm is required. Pedestrian push button posts shall be constructed of 65 mm (2 V2") standard pipe conforming to the dimensions shown on the plans. Guard posts shall be constructed of 100 mm (4") nominal dimension galvanized standard pipe 1.7 m (66") long. Posts shall be set 900 mm (31) in a block of Portland cement concrete, as shown on the plans, and the pipe shall be filled with portland cement concrete. Push button posts and guard posts shall be pipe conforming to the specifications of ASTM Designation: A 53. Slip bases shall be assembled and tightened when the pole is on the ground prior to erection. The threads of the heavy hex nuts for the slip base bolts shall be coated with an additional lubricant which is clean and dry to the touch. Each high strength slip base bolt shall be tightened to within 10 N-m (10 foot-pounds), plus or minus, of values in Table 209-2.04(A): Revised: 10/08/03 Contract No. 3607 Page 94 of 184 Pages TABLE 209-2.04 (A) HIGH STRENGTH SLIP BASE BOLT TORQUE VALUES Standard Type 15-SB 30 31 36-20A Torque (Newton-meters) 200 200 275 225 Torque Foot- Pounds 150 150 200 165 Holes left in the shafts of existing standards, due to removal of equipment or mast arms, shall be repaired by welding in a suitable disk, grinding smooth, and painting as provided for repairing damaged galvanized surfaces in Section 210-3.6, "Galvanizing for Traffic Signal Facilities." When directed by the Engineer, existing standards to be relocated or reused in place shall be repaired. Large dents shall be removed, shafts shall be straightened, and portions which are in poor condition due to corrosion or damage, shall be replaced. Extent of repairs or replacements will be determined by the Engineer and the repairs or replacements ordered by the Engineer will be paid for as extra work as provided in Section 3-2, "Changes Initiated By The Agency." Anchor bolts or bars and nuts required for relocating existing standards shall be furnished by the Contractor. When a standard or mast arm is relocated, or when a used standard or mast arm is Agency-furnished, new nuts, bolts, cap screws and washers shall be provided and, if the standard has a slip base, a new keeper plate shall be provided. New hardware shall conform to the requirements for hardware used with new standards. New standards, mast arms, posts and other ferrous materials shall be galvanized as provided in Section 210-3.6, "Galvanizing for Traffic Signal Facilities." 209-2.05 Conduit. All conductors shall be run in conduit, except overhead and temporary installations, and where conductors are run inside poles. Conduit shall be of the sizes shown on the plans and as specified in this Section 209-2.05. In addition, the Contractor may, as an option at the Contractor's expense, use conduit of a larger size than that shown or specified, provided the larger size is used for the entire length of the run from outlet to outlet. Reducing couplings will not be permitted. New conduit shall not pass through foundations for standards. 209-2.05A Materials. Conduit and conduit fittings shall be UL or ETL listed and shall conform to the following: Type 1. Hot-dip galvanized rigid steel conduit conforming to the requirements in UL Publication UL 6 for Rigid Metallic Conduit. The zinc coating will be tested in accordance with ASTM Designation: A 239. Type 2. Hot-dip galvanized rigid steel conduit conforming to Type 1 above and coated with polyvinyl chloride or polyethylene. The exterior thermoplastic coating shall have a minimum thickness of 0.9 mm (35 mils). Type 3. Rigid non-metallic conduit conforming to the requirements in the UL Standard for Rigid Non- Metallic Conduit (Publication UL 651). Type 3 conduit shall be installed at all underground loca- tions. Type 4. Liquid tight flexible metal conduit shall consist of conduit with a liquid tight, non-metallic, sunlight-resistant jacket over an inner flexible metal core. Type 4 conduit shall be UL listed for use as the grounding conductor. Type 5. Intermediate steel conduit (IMC) conforming to the requirements in UL Publication 1242 for Intermediate Metallic Conduit. Type 5 conduit shall only be used when specified. Revised: 10/08/03 Contract No. 3607 Page 95 of 184 Pages Bonding bushings to be installed on metal conduit shall be insulated and shall be the galvanized or zinc alloy type. All conduit installed underground shall be Type 3, rigid non-metallic conduit. Type 3 conduit shall be installed at underground locations only. 209-2.05B Use. Exposed conduit installed on a painted structure shall be painted the same color as the structure. Unless otherwise indicated, the minimum metric trade size of conduit shall be: 1) From an electrolier to the adjacent pull box shall be Size 41 (1V2" dia). 2) From a pedestrian push button post to the adjacent pull box shall be Size 27 (1" dia). 3) From a signal standard to the adjacent pull box shall be Size 53 (2" dia). 4) From a controller cabinet to the adjacent pull box shall be Size 78 <3" dia). 5) For detector runs shall be Size 41 (1V2" dia). 6) Not otherwise specified shall be Size 41 (1V2" dia). 209-2.05C Installation. Conduit shall be installed in conformance with the codes and regulations listed in Section 209-1.02, "Regulations and Code." Conduit runs shown on the plans may be changed to avoid underground obstructions with written approval by the Engineer. The ends of all conduits, whether shop or field cut, shall be reamed to remove burrs and rough edges. Cuts shall be made square and true. Slip joints or running threads will not be permitted for coupling conduit. When a standard coupling cannot be used for coupling metal type conduit, a UL or ETL listed threaded union coupling shall be used. All couplings for metal type conduit shall be tightened to pro- vide a good electrical connection throughout the entire length of the conduit run. Conduit shall be tightened into couplings or fittings using strap wrenches or approved groove joint pliers. Conduit threads and damaged surfaces on metal conduit shall be painted with 2 applications of approved unthinned zinc-rich primer (organic vehicle type) conforming to the requirements in Section 210-3.6, "Galvanizing for Traffic Signal Facilities." Aerosol cans shall not be used. The ends of conduit shall be threaded and shall be capped with standard pipe caps or "pennies" to protect the raceway against dirt and concrete until wiring is started. When caps or "pennies" are removed, the ends of conduit and conduit fittings shall be provided with conduit bushings. Conduit terminating in pull boxes or foundations shall be provided with insulated bonding bushings Conduit bends, except factory bends, shall have a radius of not less than 6 times the inside diameter of the conduit. Where factory bends are not used, conduit shall be bent, without crimping or flattening, using the longest radius practicable. A No. 12 copper pull wire or a pull rope shall be installed in all conduits which are to receive future conductors. The pull rope shall be nylon or polypropylene with a minimum tensile strength of 2225 N (500 pounds). At least 0.6 m (2') of pull wire or rope shall be doubled back into the conduit at each termination. Existing underground conduit to be incorporated into a new system shall be cleaned with a mandrel or cylindrical wire brush and blown out with compressed air. Conduit shall be laid to a depth of not less than 460 mm (18") below grade in portland cement concrete sidewalk areas and curbed paved median areas, and not less than 750 mm (30") below finished grade in all other areas. Conduit may be laid on top of the existing pavement within new curbed medians being constructed on top of the existing pavement. Conduit couplings shall be located at least 150 mm (6") from face of foundation. Revised: 10/08/03 Contract No. 3607 Page 96 of 184 Pages Unless "Trenching In Pavement Method" is specifically allowed or required on the plans or in these special provisions, conduit shall be placed under existing pavement by jacking or drilling methods. Pavement shall not be disturbed without permission from the Engineer. In the event obstructions are encountered, upon approval of the Engineer, small holes may be cut in the pavement to locate or remove obstructions. Jacking or drilling pits shall be kept 0.6 m (2') clear of the edge of any type of pavement wherever possible. Excessive use of water, such that pavement might be undermined or subgrade softened, will not be permitted. Conduit to be placed as part of the completed work shall not be used for drilling or jacking. When "Trenching in Pavement Method" is specifically allowed or required on the plans or in these special provisions, installation of conduit under pavement shall conform to the following: Conduit shall be placed under existing pavement in a trench approximately 50 mm (2") wider than the outside diameter of the conduit to be installed. Trench shall not exceed 150 mm (6") in width. Trench depth shall not exceed 300 mm (12") or conduit metric trade size plus 250mm (10"), whichever is greater, except that at pull boxes the trench may be hand dug to required depth. The top of the installed conduit shall be a minimum of 230 mm (9") below finished grade. In areas where additional pavement is to be placed, trenching installation shall be completed prior to placing the final pavement layer. The outline of all areas of pavement to be removed shall be cut to a minimum depth of 75 mm (3") with a rock cutting excavator specifically designed for this purpose. Cuts shall be neat and true with no shatter outside the removal area. The conduit shall be placed in the bottom of the trench and the trench shall be backfilled with trench backfill slurry concrete. Concrete backfill shall be placed to the pavement surface except, when the trench is in asphalt concrete pavement and additional pavement is not being placed, the top 30 mm (0.10') of the trench shall be backfilled with asphalt concrete produced from commercial quality paving asphalt and aggregates. Prior to spreading asphalt concrete, paint binder (tack coat) shall be applied as specified in Section 302-5.4, "Tack Coat." Spreading and compacting of asphalt concrete shall be performed by any method which will produce an asphalt concrete surfacing of uniform smoothness, texture, and density. All excavated areas in the pavement shall be backfilled, except for the top 30 mm (0.10'), by the end of each work period. The top 30 mm (0.10') shall be placed within 3 calendar days after trenching. Conduit to be placed beneath railroad tracks shall comply with the following: The conduit shall be Size 41 (114* dia.) minimum, and shall!be placed to a minimum depth oj 900 mm (31) below bottom of tie. The near side of each conduit jacking pit shall be constructed not less than 4 m (12') from the centerline of track. When the jacking pit is to be left overnight, it shall be covered with substantial planking. Conduit terminating in standards or pedestals shall extend not more than 50 mm (2") vertically above the foundation and shall be sloped towards the handhole opening. Conduit entering through the side of non-metallic pull boxes shall terminate not more than 50 mm (2") inside the box wall and not less than 50 mm (2") above the bottom, and shall be sloped toward top of box to facilitate pulling of conductors. Conduit entering through the bottom of a pull box shall terminate 50 mm (2") above the bottom and shall be located near the end walls to leave the major portion of the box clear. At all outlets, conduits shall enter from the direction of the run. Revised: 10/08/03 Contract No. 3607 Page 97 of 184 Pages Conduit runs from underground, including under sidewalks, which are adjacent to gasoline service stations or other installations of underground gasoline or diesel storage, piping, or pumps, and which lead to a controller cabinet, circuit breaker panel, service, or any enclosure where an arc may occur during normal operations, shall be sealed if the conduit is within the limits specified in the National Electrical Code for Class 1 , Division 1 , Hazardous Locations. Type 1 or Type 2 conduit shall be used for these runs. Conduit for future use in structures shall be threaded and capped. Conduit leading to soffit, wall or other lights or fixtures below the grade of the pull box shall be sealed by means of a sealing fitting and sealing compound, except that sealing fitting and sealing compound will not be required where Conduit terminates in a No. 9 or No. 9A pull box. Conduits in or on walls or bridge superstructures shall be supported as shown on the plans, in conformance with the following: Steel hangers, steel brackets, and other fittings shall conform to the materials and construction methods provisions in Sections 206-1 , "Structural Steel, Rivets, Bolts, pins and Anchor Bolts", for materials and 304-1 , "Structural Steel" for construction methods. Cast-in-place metal inserts for hangers or brackets shall be capable of developing 135 Mpa (20,000 pounds per square inch) in tension on the net section of the bolt or threaded rod. Precast concrete conduit cradles shall conform to the dimensions shown on the plans and shall be constructed of commercial quality concrete containing not less than 350 kg of portland cement per cubic meter (564 Ibs. per cubic yard) and commercial quality welded wire fabric. The cradles shall be moist cured for not less than 3 days. Precast concrete cradles shall be bonded to the structure with epoxy adhesive conforming to the provisions in Section 214-6.2.2, "Standard Set Epoxy Adhesive for Pavement Markers," or Section 214-6.2.1, "Rapid Set Epoxy Adhesive for Pavement Markers" or conforming to State of California specification 8040-21 M-08, Type I when cure temperatures are above 15"^C (59-^F) or to State of California specification 8040-21 M-08, Type I when cure temperatures are below 15"*C Openings for conduits through bridge superstructure concrete shall be formed or may consist of pipe sleeves. Where conduits pass through the abutment concrete, the conduits shall be wrapped with 2 layers of asphalt-felt building paper, securely taped or wired in place. The space around conduits through bridge abutment walls shall be filled with portland cement mortar conforming to the provisions in Section 201 -5, "Cement Mortar," except that the proportion of cement to sand shall be one to 3. When the bridge superstructure is to be prestressed, the space around conduits through abutments shall not be filled until the prestressing has been completed. Conduit which is surface mounted shall be run straight and true, horizontal or vertical on the walls and parallel to walls on ceilings or other similar surfaces. Conduit shall be supported at intervals of not more than 1 .5 m (5'), and closer where necessary to prevent vibration or unsightly deflection. The supports shall consist of galvanized malleable iron conduit clamps and clamp backs secured with expansion anchorage devices conforming to the requirements for concrete anchorage devices in Sections 206-1, "Structural Steel, Rivets, Bolts, pins and Anchor Bolts", for materials and 304-1, "Structural Steel" for construction methods. Threaded studs shall be galvanized and shall be of the largest diameter that will pass through the mounting hole in conduit clamp. Attention is directed to Section 209-2.10, "Bonding and Grounding." Where pull boxes are placed in conduit runs, the conduit shall be fitted witti threaded bushings and bonded. The location of ends of all conduits in structures, or terminating at curbs, shall be marked by a "Y" at least 75 mm (3") high cut into the face of curb, gutter, or wall, directly above the conduit and above grade line. Revised: 10/08/03 Contract No. 3607 Page 98 of 184 Pages 209-2.05D Expansion Fittings. Expansion fittings shall be installed where the conduit crosses any expansion joint in the structure. Each expansion fitting for metal conduit shall be provided with a copper bonding jumper having the ampacity required by the Code. Each expansion-deflection fitting for expansion joints of 38 mm (11/2") movement rating shall be watertight and shall consist of a molded neoprene sleeve, a bonding jumper and 2 silicon bronze or zinc-plated iron hubs. €ach fitting shall permit a minimum of 19 mm (3/4") expansion and contraction and a minimum of 19 mm (3/4") lateral deflection. Details of expansion-deflection fittings for joints of movement rating of more than 38 mm (1V2") shall be as shown on the plans and specified in these special provisions. 209-2.06 Pull Boxes. Pull boxes shall be installed at the locations shown on the plans or as specified. The Contractor may, as an option, at the Contractor's expense, use pull boxes of a larger standard size than that shown or specified. 209-2.06A Materials. Pull boxes, covers and extensions for installation in the ground or in sidewalk areas shall be of the sizes and details shown on the plans and shall be precast of reinforced portland cement concrete (PCC) or of non-PCC material. Non-PCC material shall be fire resistant and shall not burn at a rate greater than 8 mm (0.3") per minute per 2.5 mm (0.1") of thickness when tested in accordance with ASTM Designation: D 635. The non-PCC material shall show no appreciable change in physical properties with exposure to the weather. Non-PCC material shall be dense and free of voids or porosity, and shall be a gray or brown color. Top dimensions of non-PCC pull boxes shall not exceed the bottom dimensions by more than 25 mm (1"). Extensions for non-PCC pull boxes shall be of the same material as the pull boxes, and shall be attached to the pull boxes in a manner that will maintain the minimum combined depths shown on the plans. Non- PCC pull boxes shall be of sufficient rigidity that when a designated concentrated force is applied perpendicularly to the midpoint of one of the long sides at the top while the opposite long side is sup- ported by a rigid surface, it shall be possible to remove the cover without the use of tools. The designated concentrated force shall be 650 N (150 Ibs.) for a No. 31/2 pull box and shall be 450 N (100 Ibs.) for a No. 5 or No. 6 pull box. When a vertical force of 6500 N (1,500 Ibs.) is applied, through a 13 mm (V/2") x 75 mm (3") x 150 mm (6") steel plate, to a non-PCC cover in place on a pull box, the cover shall not fail and shall not deflect more than 6 mm (V4"). The steel plate shall be centered on the cover with its longitudinal axis coinciding with the longitudinal axis of the cover. Where a ballast or transformer or other device is to be placed in a non-metallic pull box, the box shall be provided with recesses for a hanger. Covers shall be secured with 9 mm (%") bolts, cap screws, or studs, and nuts which shall be of brass, stainless steel or other non-corroding metal material. Stainless steel holddown bolts, cap screws or studs, and nuts and washers shall have a chromium content of not less than 18 percent and a nickel content of not less than 8 percent. All ferrous metal parts shall be galvanized in accordance with the provisions in Section 210-3.6, "Galvanizing for Traffic Signal Facilities." 209-2.06B Cover Marking. . Covers for pull boxes, except covers for ceiling pull boxes, shall be marked as shown on the plans. Marking shall be clearly defined and uniform in depth and may be placed parallel to either the long or short sides of the cover. Marking letters shall be between 25 mm (1") and 75 mm (3") high. Marking shall be applied to each steel or cast iron cover prior to galvanizing by one of the following methods: (a) Cast iron strips, at least 6 mm (V4") thick, with the letters raised a minimum of 1.5 mm (1A6"). Strips shall be fastened to covers with 6 mm (V4") flathead stainless steel machine bolts and nuts. Bolts shall be peened after tightening. Revised: 10/08/03 Contract No. 3607 Page 99 of 184 Pages (b) Sheet steel strips at least 0.7 mm (22 ga.) with the letters raised a minimum of 1.5 mm (1/16 M) above the surrounding surface of the strips. Strips shall be fastened to covers by spot welding, tack welding or brazing, with 6 mm (1/4") stainless steel rivets, or with 6 mm (V4") roundhead stainless steel machine bolts and nuts. Bolts shall be peened after tightening. (c) Bead welding the letters on the covers. The letters shall be raised at least 2 mm (3/3a"). 209-2.06C Installation and Use. Pull boxes shall be installed at the locations shown on the plans and, in conduit runs exceeding 60 m(200'), shall be spaced at not over 60 m (200') intervals. The Contractor may, at the Contractor's expense, install additional pull boxes to facilitate the work. The bottoms of pull boxes installed in the ground or in sidewalk areas, shall be bedded in crushed rock as shown on the plans. 209-2.08 Conductors. Conductors shall be copper of the gage shown on the plans, unless specified otherwise. Copper wire shall conform to the specifications of ASTM Designations: B 3 and B8. Wire sizes, other than conductors used in loop detector lead-in cable, shall be based on American Wire Gage (AWG), except that conductor diameter shall be not less than 98 percent of the specified AWG diameter. Conductors for branch circuits shall be sized to prevent a voltage drop exceeding 3 percent at the furthest connected load, while drawing the combination of all connected loads capable of simultaneous operation. The maximum voltage drop for both feeders and branch circuits shall not exceed 5 percent at the furthest connected load, while drawing the combination of all connected loads capable of simultaneous operation. Conductors used in loop detector lead-in cable shall conform to the specifications of ASTM Designation: B 286. A Certificate of Compliance conforming to the provisions in Section 4-1.5, "Certification," shall be submitted by the manufacturer with each type of cable to be used on a project. 209-2.08A Conductor Identification. All single conductors in cables, except detector lead-in cables, shall have clear, distinctive and permanent markings on the outer surface throughout the entire length showing the manufacturer's name or trademark, insulation type letter designation, conductor size, voltage rating and the number of conductors if a cable. Conductor insulation shall be of a solid color or of basic colors with a permanent colored stripe as detailed in the following table unless otherwise specified. Solid or basic colors shall be homogeneous through the full depth of insulation. Identification stripes shall be continuous over the entire length of the conductor. For conductor sizes No. 2 and larger, the insulation may be black and the ends of the conductors shall be taped with electrical insulating tape of the required color for a minimum of 500 mm (20"). All single conductors in cables shall be marked as shown in Table 209-2.08A (A): Revised: 10/08/03 Contract No. 3607 Page 100 of 184 Pages TABLE 209-2.08A (A) CONDUCTORS Circuit Vehicle Signals (Note 4) Pedestrian Signals (Note 4) Pedestrian Push Buttons (Note 4) Traffic Signal Controller Cabinet Highway Lighting Pull Box to Luminaire (Note 9) Multiple Highway Lighting Lighting Control Multiple Service Sign Lighting (Note 8) Flashing Beacons (Note 7) Grounded & Common Interconnect Railroad Pre-Emption.... Spares Signal Phase or Function >,6 »,8 1,5 3,7 •ip, 60 ... (p,8p lp,5p 3P.7P >p,6p 4p,8p lp,5p 3p,7p Jngrounded between Service switch & Cabinet Jngrounded-Line 1 . Jngrounded-Line 2 Brounded Ingrounded-Line 1 Jnqrounded-Line 2 Jngrounded to Photoelectric Unit (PEL)) Switching leg from PEU unit or SM transformer Jngrounded-Line 1 (Signals) Jngrounded-Line 2 (Lighting) Ingrounded-Line 1 Jngrounded-Line 2 Jngrounded between Flasher and Beacons edestrian Push Buttons., iignals & Multiple Lighting lashing Beacons & Sign Lighting ighting Control Multiple Service ommon lash ia!2 ia!3 ffset Identification Insulation Colors Base Red, Yellow, Brown Red, Yellow, Brown Red, Yellow, Brown Red, Yellow, Brown Red, Brown Red, Brown Red, Brown Red, Brown Blue Blue Blue Blue Black Red Black Red White Black Red Black Red Black Red (Note 10) Black Red Red or Yellow White White White White White White Orange Orange Orange Orange Black Black Stripe (Motel) Black Orange None Purple Black Orange None Purple Black Orange None Purple None None None None None None None None None None None None None None Black None None None None None None None None None None None Band Symbols (Note 6) 2,6 48 1 5 37 2n 60 4n,8D 1rjSo3p,7p P-2.P-6 P-4 P-8 P-1 P-5 P-3.P-7 CON-1 CON-2 No band requirec No band requirec No band requirec MM ML2 Ci C2 No band require Except per Note SL-1 SL-2 F-Location No. (See Note 3) .. No band requirec No band requirec No band requirec C-3 No band requirec -F -D2 -D3 -O R No band requirec Minimum Size (Note 11) 14 14 14 14 14 14 14 14 14 14 14 14 6 6 14 14 14 10 10 14 14 6 8 10 10 14 14 10 12 14 14 14 14 14 14 14 14 14 Notes: 1. On overlaps, insulation is striped for first phase in designation, for example, a phase (2+3) conductor is striped as for phase 2. 2. Band for overlap and special phases as required. 3. Flashing beacons having separate service do not require banding. 4. These requirements do not apply to signal cable. 5. "S" if circuit is switched on line side of service equipment by utility. 6. Band conductors in each pull box and near ends of termination points. On signal light circuits, a single band may be placed around 2 or 3 ungrounded conductors comprising a phase. 7. Ungrounded conductors between service switch and flasher mechanism shall be black and banded as indicated in thiscolumn. 8. Conductors between ballasts and sign lighting lamps shall be No. 16 and color shall correspond to that of the ballast leads. 9. Both conductors between external H.I.D. ballast and lamp socket shall be black. 10. Black acceptable for size No. 2 and larger. Tape ends for 500 mm (20") with indicated color. 11. Wire sizes listed are minimums. Ampacity requirements of specific circuits or voltage drop may necessitate larger conductors. Revised: 10/08/03 Contract No. 3607 Page 101 of 184 Pages 209-2.08B Multiple Circuit Conductors. Conductors for multiple circuits shall be UL or ETL listed and rated for 600-volt operation. The insulation for No. 14 through No. 4 conductors shall be one of the following: Type TW polyvinyl chloride conforming to the requirements of ASTM Designation: D 2219. Type THW polyvinyl chloride. Type USE, Type RHH or Type RHW cross-linked polyethylene. At any point, the minimum thickness of any Type TW, THW, USE, RHH or RHW insulation shall be 1.0 mm (40 mils) for conductor sizes No. 14 to No. 10, inclusive, and 1.3 mm (54 mils) for No. 8 to No. 2, inclusive. The insulation for No. 2 and larger conductors shall be one of the types listed above or shall be Type THWN. Conductors for wiring wall luminaires shall be stranded copper, with insulation rated for use at temperatures up to 125°C. Overhead lighting conductors shall be No. 8, or larger, medium hard drawn copper with weatherproof covering. 209-2.08C Series Circuit Conductors. Conductors for series circuits shall be No. 8, shall be rated for 5000-volt operation and shall be insulated with 3.7 mm (150 mils) minimum thickness polyvinyl chloride compound conforming to the specifications of ASTM Designation: D 2219, or polyethylene conforming to the specifications of ASTM Designation: D 1351. 209-2.08D Signal Cable. Signal cable shall be installed. Individual conductors are not allowed. Signal cable shall conform to the following: The cable jacket shall be black polyethylene with an inner polyester binder sheath, and shall be rated for 600- volt and 75°C. All cables shall have clear, distinctive, and permanent markings on the outer surface throughout the entire length of the cable showing the manufacturer's name or trademark, insulation designation, number of conductors, conductor sizes, and the voltage rating of the jacket. Filler material, if used, shall be polyethylene material. Individual conductors in the cable shall be solid copper with Type THWN insulation, and shall conform to the requirements in Section 209-2.08, "Conductors," and ASTM Designation: B 286. The minimum thickness of Type THWN insulation, at any point, shall be 0.3 mm ( 13 mils) for conductor sizes No. 14 and No. 12, and 0.4 mm (18 mils) for conductor size No. 10. The minimum thickness of the nylon jacket shall be 0.1 mm (4 mils) at any point. Three-Conductor Cable (3CSC). The 3-conductor signal cable shall consist of three No. 14 conductors. The cable jacket shall have a minimum average thickness of 1.1 mm (45 mils) and a minimum thickness at any point of 0.9 mm (36 mils). The nominal outside diameter of the cable shall not exceed 10 mm (0.10"). The color code of the conductors shall be blue/black stripe, blue/orange stripe, and white/black stripe. The 3 conductor cable shall be used for pedestrian push buttons and a spare. Five-Conductor Cable (5CSC). The 5-conductor signal cable shall consist of five No. 14 conductors. The cable jacket shall have a minimum average thickness of 1.1 mm (45 mils) and shall have a minimum thickness at any point of 0.9 mm (36 mils). The nominal outside diameter of the cable shall not exceed 13 mm (0.50"). The color code of the conductors shall be red, yellow, brown, black, and white. Revised: 10/08/03 Contract No. 3607 Page 102 of 184 Pages Nine-Conductor Cable (9CSC). The 9-conductor cable shall consist of eight No. 14 conductors and one No. 12 conductor. The cable jacket shall have a minimum average thickness of .5 mm (60 mils) and shall have a minimum thickness at any point of 1.2 mm (48 mils). The nominal outside diameter of the cable shall not exceed 17 mm <0.70"). The color code for the No. 12 conductor shall be white. The color code for the No. 14 conductors shall be as Table 209-2.08D<A): TABLE 209-2.08D(A) NINE-CONDUCTOR CABLE SIGNAL CABLE Insulation Colors red yellow brown red/black stripe yellow/black stripe brown/black stripe black white/black stripe Twelve-Conductor Cable (12CSC). The 12-conductor signal cable shall consist of eleven No. 14 conductors and one No. 12 conductor. The cable jacket shall have a minimum average thickness of 1.5 mm (60 mils) and shall have a minimum thickness at any point of 1.2 mm (48 mils). The nominal outside diameter of the cable shall not exceed 17 mm (0.70"). The color code for the No. 12 conductor shall be white. The color code and functional connections for the No. 14 conductors shall be as Table 209- 2.08D(B), unless otherwise approved by the Engineer: TABLE 209-2.08D(B) TWELVE -CONDUCTOR CABLE SIGNAL CABLE Color Code red yellow brown red/black stripe yellow/black stripe brown/black stripe black/red stripe black/white stripe black red/white stripe brown/white stripe Termination vehicle signal red vehicle signal yellow vehicle signal green vehicle signal red vehicle signal yellow vehicle signal green 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 Phase 2, 4, 6 or 8 2, 4, 6 or 8 2, 4, 6 or 8 1, 3, 5 or 7 1, 3, 5 or 7 1, 3, 5 or 7 The 12-conductor cable shall be used for vehicle signals, pedestrian signals, spares and the signal common. Twenty Eight-Conductor Cable (28CSC). The 28-conductor signal cable shall consist of 27 No. 14 conductors and one No. 10 conductor. The cable jacket shall have a minimum average thickness of 2 mm (80 mils) and shall have a minimum thickness at any point of 1.6 mm {64 mils). The nominal outside diameter of the cable shall not exceed 23 mm (0.90"). The color code for the No. 10 conductor shall be white. The color code and functional connections for the No. 14 conductors shall be as Table 209-2.08D(C) Revised: 10/08/03 Contract No. 3607 Page 103 of 184 Pages TABLE 209-2.08D(C) TWENTY EIGHT - CONDUCTOR CABLE SIGNAL CABLE Color Code red/black stripe yellow/black stripe brown/black stripe red/orange stripe yellow/orange stripe brown/orange stripe red/silver stripe yellow/silver stripe brown/silver stripe red/purple stripe yellow/purple stripe brown/purple stripe red/2 black stripes brown/2 black stripes red/2 orange stripes brown/2 orange stripes red/2 silver stripes brown/2 silver stripes red/2 purple stripes brown/2 purple stripes blue/black stripe blue/orange stripe blue/silver stripe blue/purple stripe white/black stripe black/red stripe black Termination vehicle signal red vehicle signal yellow vehicle signal green vehicle signal red vehicle signal yellow vehicle signal green vehicle signal red vehicle signal yellow vehicle signal green vehicle signal red vehicle signal yellow vehicle signal green ped signal Don't Walk ped signal Walk ped signal Don't Walk ped signal Walk overlap A, C red overlap A, C green overlap B, D red overlap B, D green ped push button ped push button overlap A, C yellow overlap B, D yellow ped push button common railroad pre-emption spare Phase ^ 2 or 6 2 or6 2 or6 4 or 8 4 or 8 4 or 8 1 or 5 1 or 5 1 or 5 3 or 7 3 or 7 3 or 7 2 or 6 2 or 6 4 or 8 4 or 8 OLA, OLC OLA, OLC OLB, OLD OLB, OLD 2 or 6 4 or 8 i OLA(y), OLC(y) OLB(y), OLD(y) 1) The signal commons in each 28-conductor cable shall be kept separate except at the signal controller. 2) Each 28-conductor cable shall be labeled in each pull box "C1" or "C2",. 3) The cable identified "C1" shall be used for signal Phases 1, 2, 3 and 4. The cable identified "C2" shall be used for signal Phases 5, 6, 7 and 8. 4) Each signal cable, except 28-conductor, shall be marked, in each pull box, showing the signal standard to which it is connected. 209-2.08E Signal Interconnect Cable (SIC). Signal Interconnect Cable shall consist of six or twelve No. 20, minimum, stranded tinned copper conductors as shown on the plans or required herein. Each conductor shall be insulated with 0.33 mm {0.013"), minimum nominal thickness, color coded, polypropylene material. Conductors shall be in twisted pairs. Color coding shall distinguish each pair. Each pair shall be wrapped with an aluminum polyester shield and shall have a No. 22 or larger, stranded, tinned copper drain wire inside the shielded pair. The cable jacket shall be black, high density polyethylene, rated for a minimum of 300- volts and 60°C, and shall have a nominal wall thickness of 1.0 mm (40 mils), minimum. The cable jacket or the moisture-resistant tape directly under the outer jacket shall be marked with the manufacturer's name, insulation type designation, number of conductors and conductor size, and voltage and temperature ratings. Splices shall be made only where shown on the plans or in controller cabinets. A minimum of one meter (3') of slack Revised: 10/08/03 Contract No. 3607 Page 104 of 184 Pages shall be provided at each splice and 2 m (6') at each controller cabinet. Splices of conductors shall be insulated with heat-shrink tubing of the appropriate size and shall overlap the conductor insulation at least 15 mm (0.5"). The overall cable splice shall be covered with heat-shrink tubing, with at least 40 mm (1V2") of overlap of the cable jacket. 209-2.09 Wiring. All conductors shall be run in conduit, except overhead and temporary installations and where conductors are run inside poles. Wiring shall be done in conformance with the regulations and code listed in Section 209-1.02, "Regulations and Code," and the following additional requirements: 209-2.09A Circuitry. Sufficient traffic signal light conductors shall be provided to perform the functional operation of the signal and, in addition thereto, 3 spare conductors shall be provided in all conduits containing traffic signal light conductors, unless shown otherwise on the plans. Traffic signal light conductors shall not run to a terminal block on a standard unless they are to be connected to a signal head that is mounted thereon. Connection to each terminal of a pedestrian push button shall be by a single conductor. The common for pedestrian push button circuits shall be separate from the traffic signal light circuit grounded conductors. Where ballasts or transformers are used, series conductors shall be run from ballast to ballast, transformer to transformer, and from bal- last or transformer to service. 209-2.09B Installation. A UL or ETL listed inert lubricant shall be used in placing conductors in conduit. Conductors shall be pulled into conduit by hand and the use of winches or other power actuated pulling equipment will not be permitted. All conductors shall be pulled directly from the spool into the conduit and shall not be dragged on the ground as to cause damage to the conductors. When new conductors are to be added to existing conductors in a conduit, all conductors shall be removed; the conduit shall be cleaned as provided in Section 209-2.05C, "Installation"; and both old and new conductors shall be pulled into the conduit as a unit. Where traffic signal light conductors are run in lighting standards containing street lighting conductors from a different service point, either the traffic signal light conductors or the lighting conductors shall be encased in flexible or rigid metal conduit, to a point where the 2 types of conductors are no longer in the same raceway. Temporary conductors less than 3 m (10') above grade shall be enclosed in flexible or rigid metal conduit. At least 0.3 m (1 ') of slack shall be left for each conductor at each signal or lighting standard, or combined standard, and at least one meter (3') of slack at each pull box. At least one meter (3') of slack shall be left for each conductor at each splice. Ends of spare conductors or conductors terminated in pull boxes shall be taped to provide a watertight seal. Conductors within fixtures or service cabinets shall be neatly arranged and shall be cabled together with self-clinching nylon cable ties, or other method approved by the Engineer. Traffic signal light conductors, interconnect conductors, service conductors, detector conductors and cables in controller cabinets and flashing beacon cabinets shall be neatly arranged, and shall be cabled together with self-clinching nylon cable ties, or enclosed in plastic tubing or raceway. Conductor identification shall be provided under the following conditions: Where signal phase or circuit are not clearly indicated by conductor insulation color and stripe as detailed in the conductor table in Section 209-2.08, "Conductors," or when identification stripes are not available, marking shall be as detailed in the conductor table for special and overlap phases. Where metered and unmetered conductors occupy the same pull box, the unmetered circuit conductors shall be identified, "UNMETERED-STREET LTG," "UNMETERED-COUNT STATION," or as appropriate to describe the unmetered circuit. Revised: 10/08/03 Contract No. 3607 Page 105 of 184 Pages Conductors shall be permanently identified as to function. Identification shall be placed on each conductor, or each group of conductors comprising a signal phase, in each pull box and near the end of terminated conductors. Identification shall be by direct labeling, tags or bands fastened to the conductors in such a manner that they will not move along the conductors. Labeling shall be by mechanical methods. 209-2.09C Connectors and Terminals. Conductors shall be joined by the use of UL or ETL listed crimp type connectors as shown on the plans. Connectors and terminals shall be applied with the proper type tool as recommended by the manufacturer of the connector or terminal being used. Finished connections and terminals shall comply with the requirements of Military Specification MIL- T-7928. All stranded conductors smaller than No. 14 shall be terminated in crimp style terminal Jugs. All connectors and terminal lugs for conductor sizes No. 8 and smaller shall be soldered by the tiot iron, pouring or dipping method. Open flame soldering will not be permitted. 209-2.09D Splicing and Terminations. Unless specified otherwise or permitted by the Engineer, splices shall conform to the details shown on the plans and will be permitted only in the following types of circuits at the following locations: Grounded conductors in pull boxes. Pedestrian push button conductors in pull boxes. Multiple or series lighting conductors in the pull box adjacent to each electrolier or luminaire location or in the bases of Type 21 standards. Where electroliers are more than 120 m (400') apart, splices will be permitted in pull boxes at 120 m (400'), or greater, intervals. When traffic signals are being modified, ungrounded traffic signal light conductors may be spliced in pull boxes at locations shown on the plans. Ungrounded traffic signal light conductors to a terminal compartment or signal head on a standard may be spliced to through conductors of the same phase in the pull box adjacent to the standard. All splices and terminal lugs for conductor sizes No. 8 and smaller shall be soldered by the hot iron, pouring or dipping method. Open flame soldering will not be permitted. 209-2.09E Splice Insulation. All splices shall be capable of satisfactory operation under continuous submersion in water. Multi-conductor cables shall be spliced and insulated to provide a watertight joint and to prevent absorption of moisture by the cable. Where more than one conductor enters the sleeve of a ballast installed in a pull box, the insulation and taping shall be applied between the conductors in such a manner as to provide a watertight joint. Splice insulation shall conform to the details shown on the plans. Low-voltage tape shall be UL or ETL listed and shall be the following types: Self-fusing, oil and flame-resistant, synthetic rubber. Pressure-sensitive, adhesive, polyvinyl chloride, 0.15 mm (0.007") minimum thickness. Tape for insulating splices in high-voltage (over 600 V) circuits shall be designed for use on 5-kvolt circuits and shall be resistant to ozone, corona and water. Insulating pad shall be composed of a laminate of 2 mm (0.085") thickness of electrical grade polyvinyl chloride and a 3 mm (0.125") thickness of butyl splicing compound with removable liner. Heat-shrink tubing shall be medium or heavy wall thickness, irradiated polyolefin tubing containing an adhesive mastic inner wall. Minimum wall thickness prior to contraction shall be one millimeter (39 mils). Revised: 10/08/03 Contract No. 3607 Page 106 of 184 Pages When heated, the inner wall shall melt and fill all crevices and interstices of the object being covered while the outer wall shrinks to form a waterproof insulation. Each end of the heat shrink tube or the open end of the end cap of heat-shrink tubing shall, after contraction, overlap the conductor insulation at least 38mm (11/2"). Heat-shrink tubing shall conform to the requirements of UL Standard 468D and ANSI C119.1, for extruded insulated tubing at 600-V. All heat-shrink tubing shall also meet the requirements of Table 209-2.09£(A): TABLE 209-2.09E(A) HEAT-SHRINK TUBING Property Shrinkage Ratio Dielectric Strength Resistivity Tensile Strength Operating Temperature Water Absorption Requirement 33 percent, maximum, of supplied diameter when heated to allowed to cool to 25°C. 125°C and 140 kVper 10 mm, minimum. lO1^ 4 • mm, minimum. 14 MPa, minimum. -40°C to 90°C (135°C Emergency). 0.5 percent, maximum. When three or more conductors are to be enclosed within a single splice using heat-shrink tubing, mastic shall be placed around each conductor, prior to being placed inside the heat-shrink tubing. The mastic shall be the type recommended by the manufacturer of the heat-shrink tubing. After contraction, the ends and seams of heat-shrink tubing shall be painted with electrical insulating coating. Heat-shrink tubing shall not be heated with an open flame. A heating device designed for the purpose is required. The Contractor may, at the Contractor's option, use either of the following splice insulation methods: 1) "Method B" as shown on the plans. A minimum of 2 thicknesses of electrical insulating pad shall be used. Pads shall be applied to the splice in accordance with the manufacturer's recommendations. 2) Heat-shrink tubing as provided above. 209-2.095 Fused Splice Connectors. In the pull box adjacent to each luminaire a fused disconnect splice connector shall be installed in each ungrounded conductor between the line and the ballast. The connector shall be readily accessible in the pull box regardless of whether the ballast is remote or is integral with the luminaire. For 240-volt and 480-volt circuits, each connector shall be designed so that both ungrounded conductors are disconnected simultaneously. The connector shall have no exposed metal parts, except the head of a stainless steel assembly screw may be exposed. The head of the metal assembly screw shall be recessed a minimum of 0.8 mm C/3z") below the top of a plastic boss which surrounds the head. The splice connector shall completely enclose the fuse and shall protect the fuse against damage from water and weather. The contact between the fuse and fuse holder shall be by spring pressure. The terminals of the splice connector shall be rigidly crimped, using a tool of the type recommended by the manufacturer of the fused splice connector, onto the line conductors and the conductors to the ballasts and shall be insulated and made waterproof in accordance with the splice connector manufacturer's recommendations. Fused splice connectors shall not be used in series circuits. Fuses shall be standard midget, ferrule type, with "Non-Time-Delay" feature, and shall be 10 mm (13/32")x38mm(11/2"). Revised: 10/08/03 Contract No. 3607 Page 107 of 184 Pages 209-2.10 Bonding and Grounding. Metallic cable sheaths, metal pull box covers, metal conduit, equipment grounding conductors, ballast and transformer cases, service equipment, sign switches, and metal poles and pedestals shall be made mechanically and electrically secure to form a continuous system, and shall be effectively grounded. Bonding jumpers shall be copper wire or copper braid of the same cross sectional area as No. 6 for series lighting systems and No. 8 or larger for all other systems. The jumper size shall be increased to match the load or the circuit breaker size, or shall be as shown on the plans. Equipment grounding conductors shall be color coded to Code requirements or shall be bare. The bonding jumper in standards with handholes shall be attached by a 4.5 mm (3/ie") or larger brass bolt and shall be run to the conduit or bonding wire in the adjacent pull box. Standards without handholes shall be bonded by a jumper attached to all anchor bolts, and shall be run to the conduit or bonding wire in the adjacent pull box. Grounding jumper shall be visible after cap has been placed on foundation. Where slip base standards or slip base inserts are installed, the bonding jumper shall not intrude into the slip plane. Bonding shall be accomplished by a bonding strap to all anchor bolts or a 4.5 mm (3/16") or larger brass bolt installed in the bottom slip base plate. One side of the secondary circuit of series-multiple and step-down transformers shall be grounded. Grounding of metal conduit, service equipment and the grounded conductor at service point shall be accomplished as required by the Code and the serving utility, except that grounding electrode conductor shall be No. 6, or larger. For equipment grounding purposes in Type 3 conduit, a No. 6 copper wire shall be run continuously in circuits used for series lighting, and a No. 8, minimum, copper wire shall be run continuously in all other circuits. The bonding wire size shall be increased to match the circuit breaker size, or shail be as shown on the plans. Where Type 3 conduit is to be installed for future conductors, the copper wire may be omitted. Equipment bonding and grounding conductors are not required in conduits which contain only loop lead-in cable or signal interconnect cable or both. At each multiple service disconnect location, a ground electrode shall be furnished and installed. Ground electrodes shall be one-piece lengths of galvanized steel rod or pipe not less than 19 mm (3/4") in diameter, or of copper clad steel rod not less than 15 mm (5/8") in diameter. Ground electrodes shall be installed in accordance with the provisions of the Code. The service equipment shall be bonded to the ground electrode by use of a ground clamp or exothermic weld and No. 6 or larger copper wire, enclosed in a size 16 or larger diameter conduit. Ground clamp for service grounding and for grounding of equipment on wood poles shall be Size 16 galvanized, malleable iron conduit hub with swivel feature. On wood poles, all metallic equipment mounted less than 2.4 m (8') above ground surface shall be grounded. Bonding of metallic conduit in non-metallic pull boxes shall be by means of bonding bushings and bonding jumpers. Bonding of metallic conduit in metal pull boxes shall be by means of locknuts, one inside and one outside of the box. 209-2.11 Service. Electrical service installation and materials shall conform to the requirements of the serving utility. When the service equipment is to be installed on a utility-owned pole, the Contractor shall furnish and install conduit, conductors and all other necessary material to complete the installation of the service. The position of the riser and equipment will be determined by the utility. Service conduit shall conform to the requirements of the serving utility and shall be not less than Size 41 (11/2"dia.). Revised: 10/08/03 Contract No. 3607 Page 108 of 184 Pages Where a kilowatt-hour meter is required, a meter socket with sealing ring, as approved by the serving utility, shall be furnished and installed. Where a meter socket is installed, the meter enclosure shall be provided with factory installed test bypass facilities as required by the serving utility. Service equipment shall be installed as soon as possible to enable the utility to schedule its work well in advance of the completion of the project. Each service shall be provided with a circuit breaker which shall simultaneously disconnect all ungrounded service entrance conductors. All circuit breakers shall be quick-break on either automatic or manual operation. The operating mechanism shall be enclosed and shall be trip-free from the operating handle on overload. Circuit breakers shall be trip-indicating, shall have frame size plainly marked and shall have trip rating clearly indicated on the operating handle. Overload tripping of breakers shall not be influenced by an ambient temperature range of from -18°C to 50°C. Multiple-pole breakers shall be the internal trip type. All circuit breakers shall be listed by UL or ETL. Current rating of breakers shall be as shown on the plans. Circuit breakers used as service disconnect equipment shall have a minimum interrupting capacity of 10 000 A, rms. Circuit breakers shall be enclosed in a NEMA rain tight enclosure with dead-front panel and hasp with a 11 mm (7/i6") hole for a padlock. The padlock will be furnished by others. Service equipment enclosures, except Types II and III, shall be galvanized. Types II and III service equipment enclosures shall be fabricated from galvanized sheet steel or fabricated from sheet steel and zinc or cadmium plated after fabrication, or shall be fabricated from aluminum. Fabrication of service equipment enclosures shall conform to the requirements of Section 209-3.04A, "Cabinet Construction." Steel enclosures shall be painted in accordance with the provisions in Section 209-2.16, "Painting." All overlapping exterior seams and doors shall meet the requirements for Type 3R enclosures specified in the NEMA Enclosure Standards. Except for falsework lighting and power for the Contractor's operations, upon written request by the Contractor, the Engineer will arrange with the serving utility to complete service connections for both temporary and permanent installations and the Agency will pay all costs and fees required by the utility. The request shall be submitted not less than 15 days before service connections are required. Except for falsework lighting and power for the Contractor's operations, upon written request by the Contractor, the Engineer will arrange for furnishing electrical energy. Energy used prior to completion of the contract will be charged to the Contractor, except that the cost of energy used for public benefit, when an operation is ordered by the Engineer, will be at the expense of the Agency. The new traffic signal at the intersection of Faraday Avenue and Orion Street shall be serviced from service point at the southwest corner of the intersection at approximate station 115+80 (SDG&E handhole #3316) as provided by SDG&E plans, Construction Order No. , Project No. 536520. The new traffic signal at the intersection of Faraday Avenue and Priestly Drive shall be serviced from service point at the northwest corner of the intersection at approximate station 87+80 (SDG&E transformer #D3522468203 in the northerly parkway along Faraday Avenue) as provided by SDG&E plans, Construction Order No. , Project No.536520. Revised: 10/08/03 Contract No. 3607 Page 109 of 184 Pages Full compensation for furnishing and installing Agency-owned or permanent service poles, service equipment, conduit, conductors and pull boxes (including equipment, conduit, and conductors placed on utility-owned poles) shall be considered as included in the contract item of electrical work involved and no additional compensation will be allowed therefore. Where the service point is indeterminate and is shown on the plans as an "approximate location" or "service point not yet established", the labor and materials required for making the connection between the service point, when established, and the nearest pull box shown on the plans will be paid for as extra work as provided in Section 3-3, "Extra Work." 209-2.12 Wood Poles. Wood poles for service or temporary installations shall be ANSI Class 5, or larger. Poles shall not have more than 180 degrees twist in grain over the full length. Sweep shall be no more than 100 mm (4"). Tops of poles shall be beveled. Poles shall be placed in the ground to a depth of at least 1.8 m (6'). The lengths of poles shall be 7.6 m (25') for service poles and 10.7 m (35') for other poles, unless otherwise specified. After each wood pole is set in the ground, the space around the pole shall be backfilled with selected earth or sand, free of rocks and other deleterious material, placed in layers approximately 100 mm (4") thick. Each layer shall be moistened and thoroughly compacted. Mast arms for wood pole installations shall be fabricated from standard pipe, free from burrs. Each mast arm shall be provided with an insulated wire inlet and wood pole mounting brackets for mast arm and tie-rod cross arm. Tie rods shall be of structural steel and pipe. Mast arms for luminaires shall be mounted to provide a mounting height of 9.1 m (30'). Mast arms for traffic signals and flashing beacons shall provide a minimum vertical clearance of 5.2 m (17') from bottom of equipment to the pavement. Wood poles, not to be painted, shall be pressure treated after fabrication with creosote, pentachlorophenol (oil borne) or copper naphthenate as provided in Section 204-2, 'Treatment With Preservatives." All wood poles shall be pressure treated after fabrication with ammoniacal copper ar- senate, chromated copper arsenate or ammoniacal copper zinc arsenate as provided in Section 204- 2, 'Treatment With Preservatives." The minimum retention for water borne preservatives shall be that specified for posts. 209-2.13 Sign Control. Each sign illumination installation shall be provided with a disconnect circuit breaker mounted on the sign standard or structure, as shown on the plans. Where the sign lighting is served from a series lighting circuit through a series-multiple transformer, the circuit breaker shall be installed in the secondary circuit. Where the sign lighting is served through a multiple-multiple transformer, the circuit breaker shall be installed in the primary circuit. Circuit breakers shall meet the requirements for circuit breakers in Section 209-2.11, "Service." Enclosure for the circuit breaker shall be NEMA Type 3R, shall be galvanized or shall be cadmium plated, and shall be provided with dead front panel and a hasp with a 11 mm (7/ie") diameter hole for a padlock. Padlocks will be furnished by others. When the sign structure is to be painted, the circuit breaker or sign switch enclosure shall be painted the same color as the sign structure on which it is mounted. 209-2.14 Testing. Attention is directed to Section 4-1.4, 'Test of Materials." Testing shall conform to the following: Revised: 10/08/03 Contract No. 3607 Page 110 of 184 Pages 209-2.14A Materials Testing. Material and equipment to be tested shall be delivered to a testing location designated by the Engineer. Testing will be performed by the Agency. Testing and quality control procedures for Model 170 and Model 2070 controller assemblies shall conform to the requirements in 'Transportation Electrical Equipment Specifications," and 'Traffic Signal Control Equipment Specifications," issued by the State of California, Department of Transportation, and to all addendums thereto current at the time of project advertising. Testing and quality control procedures for all other traffic signal controller assemblies shall conform to the requirements in the NEMA TS Standards for Traffic Control Systems. In the event equipment submitted for testing does not comply with specifications, the Contractor shall remove the equipment for repair within 5 working days after notification that the equipment is rejected. In the event the equipment is not removed within that period, it may be shipped to the Contractor at the Contractor's expense. The Contractor shall allow 30 days for Agency testing from the time the material or equipment is delivered to the Agency test site. When equipment being tested has been rejected for failure to comply with the specifications, the Contractor shall allow 30 days for Agency retesting. The retesting period shall begin when the corrected equipment is made available at the test site. All testing subsequent to rejection of the equipment for failure to comply with specification requirements will be at the expense of the Contractor. Deductions to cover the cost of that testing will be made from any moneys due or which may become due the Contractor under the contract. The Contractor will be notified when testing of the equipment has been completed and it shall be the Contractor's responsibility to deliver the equipment to the site of the work or, at the Contractor's request and the Agency's convenience, the Agency will pack and ship the equipment to the Contractor or to the site of work. The sum of $100 or the actual cost of packing and shipping, whichever amount is greater, will be deducted, for each unit of equipment snipped by the Agency, from any moneys due to the Contractor under the contract. 209-2.146 Field Testing. Prior to start of functional testing, the Contractor shall perform the following tests on all circuits, in the presence of the Engineer. 209-2.146(1) Continuity. Each circuit shall be tested for continuity. 209-2.148(2) Ground. Each circuit shall be tested for grounds. 209-2.146(3) Insulation Resistance. An insulation resistance test at 500 volts DC shall be made on each circuit between the circuit and a ground. The insulation resistance shall not be less than 10MQ on all circuits, except for inductive loop detector circuits which shall have an insulation resistance value of not less than 100 MQ. The insulation resistance test shall not be performed on magnetometer sensing elements. Splices in the pull box adjacent to the magnetometer sensing elements shall not be made prior to performing the test on the lead-in conductors between the pull box and the controller cabinet field terminals. 209-2.14C Functional Testing. Attention is directed to Section 209-1.06, "Scheduling of Work," regarding requirements for test periods. A functional test shall be made in which it is demonstrated that each and every part of the system functions as specified. The functional test for each new or modified system shall consist of not less than 5 days of continuous, satisfactory operation. If unsatisfactory performance of the system develops, the condition shall be corrected and the test shall be repeated until the 5 days of continuous, satisfactory operation is obtained. Turn-on of new or modified traffic signals shall be made only after all traffic signal circuits have been thoroughly tested as specified above. Revised: 10/08/03 Contract No. 3607 Page 111 of 184 Pages Except for new or modified portions of existing lighting circuits and sign illumination systems, The Agency will maintain the system or systems during the test period and will pay the cost of electrical energy for the operation of all of the facilities that are undergoing testing. The cost of any necessary maintenance performed by the Agency on new circuits or on the portions of existing circuits modified under the contract, except electrical energy, shall be at the Contractor's expense and will be deducted from any moneys due, or to become due, the Contractor. A shutdown of the electrical system resulting from damage caused by public traffic, from a power interruption or from unsatisfactory performance of Agency-furnished materials shall not constitute discontinuity of the functional test. 209-2.15 Galvanizing. Galvanizing shall be in accordance with the provisions in Section 210-3.6, "Galvanizing for Traffic Control Facilities," except that cabinets may be constructed of material galvanized prior to fabrication in conformance with the specifications of ASTM Designation: A 525 or A 525M, Coating Designation G 90, in which case all cut or damaged edges shall be painted with at least 2 applications of approved unthinned zinc-rich primer (organic vehicle type) conforming to the requirements in Section 210-3.5, "Repair of Damaged Zinc Coating." Aerosol cans shall not be used. Other types of protective coating shall be approved by the Engineer prior to installation. Iron or steel pipe standards and pipe mast arms shall be hot-dip galvanized after fabrication in conformance with the specifications of ASTM Designation: A 53. Galvanized surfaces shall have spurs removed. Tie-rods, bolts, nuts, washers, clamps and other miscellaneous ferrous parts shall be hot-dip galvanized after fabrication in accordance with the provisions in Section 210-3.6, "Galvanizing for Traffic Control Facilities." Not less than 250 mm (10") of the upper end of the anchor bolts, anchor bars, or studs, and all nuts and washers shall be galvanized in accordance with the provisions in Section 210-3.6, "Galvanizing for Traffic Control Facilities." After galvanizing, the bolt threads shall accept galvanized standard nuts without requiring tools or causing removal of protective coatings. Galvanizing of existing materials in an electrical installation will not be required. 209-2.16 Painting. Painting of electrical equipment and materials shall conform to the provisions in Section 310, "Painting," with the following additions and modifications. Paint materials for electrical installations, unless otherwise specified, shall conform to the provisions in Section 210, "Paint and Protective Coatings." Factory or shop cleaning methods for metals will be acceptable if equal to the methods specified herein. In lieu of the temperature and seasonal restrictions for painting as provided in Section 310, "Painting," paint may be applied to equipment and materials for electrical installations at any time permitted by the Engineer. All ungalvanized ferrous surfaces to be painted shall be cleaned prior to applying the prime coat. Blast cleaning will not be required. If an approved prime coat has been applied by the manufacturer, and it is in good condition, the first primer application by the Contractor will not be required. Existing equipment to be painted in the field, including Agency-furnished equipment, shall be washed with a stiff bristle brush using a solution of water containing 7.5 ml. of heavy duty detergent powder per liter (2 tablespoons per gallon). After rinsing, all surfaces shall be wire brushed with a coarse, cup shaped, power-driven brush to remove all poorly bonded paint, rust, scale, corrosion, grease or dirt. Any dust or residue remaining after wire brushing shall also be removed prior to priming. Immediately after cleaning, all galvanized surfaces and all non-ferrous metal surfaces shall be coated with one application of Primer (Wash) Pre-Treatment, Section 210-1.5 or wash primer conforming to the requirements of Military Specification MIL-P-15328D. The wash primer shall be applied by spraying or brushing to produce a uniform wet film on the surface. Galvanized equipment and wood poles for traffic signal or flashing beacon installations shall not be painted. Revised: 10/08/03 Contract No. 3607 Page 112 of 184 Pages New galvanized metal surfaces to be painted in the field shall be cleaned as specified for existing equipment before applying the prime coats specified. Wire brushing of new galvanized surfaces will not be required. After erection, all exterior surfaces shall be examined for damaged primer and the damaged surfaces shall be cleaned and spot coated with primer. Galvanized metal guard posts shall not be painted. Painting of Agency-furnished controller cabinets will not be required. Types II and III steel service equipment enclosures shall be painted with a polymeric or an enamel coating system conforming to Color No. 14672 (light green) of Federal Standard 595B. All coatings shall be commercially smooth, substantially free of flow lines, paint washout, streaks, blisters, and other defects that would impair serviceability or detract from general appearance. The coatings shall comply with the following requirements: 1) Coating Hardness - The finish shall have a pencil lead hardness of H8 minimum using an Eagle Turquoise pencil. 2) Salt Spray Resistance - The undercutting of the film of the coating system shall not exceed 3 mm C/s") average, from lines scored diagonally and deep enough to expose the base metal, after 250 hours exposure in a salt spray cabinet in accordance with ASTM Designation: B 117. 3) Adherence - There shall be no coating loss when tested by California Test 645. Compliance of the coating system to the above requirements may be determined by the application of the coating, to 100 mm (4") x 200 mm (8") x 0.6 mm (0.0236") test specimens of the same material as the cabinets, in the same manner as applied to the cabinets. A Certificate of Compliance shall be furnished in accordance with the provisions of Section 4-1.5, "Certification," certifying that the coating system furnished complies in all respects with these re- quirements. Interior of metal signal visors, louvers and front faces of back plates shall be finished with 2 applications of lusterless black exterior grade latex paint formulated for application to properly prepared metal surfaces, except that factory finish in good condition will be acceptable. Metal signal sections, signal head mountings, brackets and fittings, outside of visors, pedestrian push button housings, pedestrian signal sections and visors, and back faces of back plates, shall be finished with 2 applications of lusterless black or dark olive green exterior grade latex paint formulated for application to properly prepared metal surfaces. Dark olive green color shall match Color Chip No. 68 on file at the CALTRANS Transportation Laboratory. Conduit and conduit fittings above ground shall be prepared and finished in the same manner as the adjacent standard or post. Relocated, reset or modified equipment previously finished as specified in this Section 209-2.16, except for galvanized standards previously finished with traffic signal yellow enamel, shall be given a spot finishing application on newly primed areas, followed by one finishing application over the entire surface. If any signal faces or mounting brackets are required to be painted under this Section, all signal faces and mounting brackets on the same mounting shall be repainted. Small rusted or repaired areas of relocated or reset galvanized equipment shall be cleaned and painted as provided in Section 210-3.6, "Galvanizing for Traffic Control Facilities,"for repairing damaged galvanized surfaces. Equipment number shall be neatly stenciled on the standard or adja- cent structure. The number designation will be determined by the Engineer. All paint shall be applied either by hand brushing or by spraying machines in the hands of skilled operators. The work shall be done in a neat and workmanlike manner. The Engineer reserves the right to require the use of brushes for the application of paint, should the work done by the paint spraying machine prove unsatisfactory or objectionable, as determined by the Engineer. Revised: 10/08/03 Contract No. 3607 Page 113 of 184 Pages 209-3 CONTROLLER ASSEMBLIES 209-3.01 Controller Assembly. A controller assembly shall consist of a complete mechanism for controlling the operation of traffic signals or other systems, including the controller unit and all necessary auxiliary equipment, mounted in a cabinet. All equipment required to provide the operation shown on the plans and as specified shall be provided. All field conductors No. 12 and smaller shall terminate with spade type terminals. All field conductors No. 10 and larger shall terminate in spade type or ring type terminals. 209-3.02 Type 90 Controller Assembly. Deleted 209-3.03 Model 170 and Model 2070 Controller Assemblies. Model 170 and Model 2070 (Model 170/2070) controller assemblies shall consist of a Model 170, 170E or 2070 controller unit, a wired cabinet and all auxiliary equipment required to control the system as shown on the plans, and as specified in these special provisions. Model 170/2070 controller assemblies shall conform to the requirements in Transportation Electrical Equipment Specifications," (TEES) and 'Traffic Signal Control Equipment Specifications" (TSCES), issued by the State of California, Department of Transportation, and to all addendums thereto current at the time of project advertising. Unless otherwise specified or shown on the plans, controller assembly cabinets (housing) shall be Type 1 as shown in the TSCES. In addition to the requirements found in TEES and TSCES, Model 170/2070 controller assemblies shall conform to the following: 209-3.04 Controller Cabinets. Unless otherwise specified, controller cabinets for Model 170/2070 controllers shall conform to the following: 1) Controller cabinets shall be fabricated from aluminum sheet per the TSCES. 2) Controller cabinets shall have a single front door equipped with a Best Company lock core and lock. No other manufacturers shall be accepted. 209-3.05 Cabinet Accessories. The following accessories shall be furnish with each cabinet assembly for Model 170/2070 controllers: 1) Controller cabinets shall have a pull-out type document tray. 2) Each cabinet shall be provided with a fluorescent lighting fixture mounted on the inside top of the cabinet near the front edge. Fixture shall be provided with an F15T8, cool white lamp operated from a normal power factor UL or ETL listed ballast. The "on-off" switch for the lighting fixture shall be a door-actuated switch that turns the light on when either door is open and off when either door is closed. 3) An uninterruptible power system (UPS) shall be installed in each cabinet using a swing- away type mounting. The UPS shall be Clary SP 1000 series or approved equal and shall provide a minimum of eight (8) hours of continuous red flash operation at intersections using red LED signal indications and provide power conditioning to the controller. Batteries for the UPS shall be housed in a NEMA 3R rated cabinet mounted to the side of the Model 332 cabinet per Caltrans specifications. Revised: 10/08/03 Contract No. 3607 Page 114 of 184 Pages 209-4 TRAFFIC SIGNAL FACES AND FITTINGS 209-4.01 Vehicle Signal Faces. Each vehicle signal face shall be of the adjustable type conforming to the provisions in Institute of Traffic Engineers (ITE) Publication: ST-008B, "Vehicle Traffic Control Signal Heads." Plastic signal sections shall meet the requirements of California Test 605. Any fracture within the housing assembly, or a deflection of more than 10 degrees in either the vertical or horizontal plane after the wind load has been removed from the front of the signal face, or a deflection of more than 6 degrees in either the vertical or horizontal plane after the wind load has been removed from the back of the signal face will be considered structural failure. Vehicle signal faces, except arrow and "X" faces, shall meet the requirements of California Test 604. Adjustment shall permit rotation of 360 degrees about a vertical axis. The number and type of sections shall be as specified herein or as shown on the plans. Each vehicle signal face shall be installed at the location and mounted in the manner shown on the plans. Unless otherwise shown on the plans, all vehicle signal faces shall contain 3 sections arranged vertically; red-top, yellow-center, green-bottom. All new vehicle signal faces, except programmed visibility type, installed at any one intersection shall be of the same manufacture and of the same material. 209-4.01 A Optical Units. Each optical unit for green, yellow and red sections, circular ball or arrow, shall conform to the provisions in Section 209-4.02, "Light Emitting Diode Signal Module". 209-4.01 B Signal Sections. Each signal section housing shall be structural plastic. Signal sections shall conform to the following: 1 . Maximum height of a signal section shall be 375 mm (143/4") for each 300 mm (12") section. 2. The housing of each signal section shall be provided with a one-piece, hinged, square-shaped door designed to permit access to the section for relamping without the use of tools. 3. The door shall be secured by a method that will hold the door closed during the loading tests specified in this Section. 4. The lens shall be mounted in the door in a watertight manner. 5. All exposed hardware, such as hinge pins and door latching devices, shall be Type 304 or 305 stainless steel. 6. All interior screws and fittings shall be stainless steel. 7. An opening shall be provided in the top and bottom of each signal section to receive 40 mm 8. The 300 mm (12") signal sections of an individual manufacturer shall be capable of joining to form a signal face in any combination. This interchangeability is not required between metal and plastic signal sections. 9. All gaskets, including those for the door, lens, reflector and lamp holder, shall be made of a material that is not affected when installed in a signal section with a metal or plastic housing that is operated continuously for 336 hours. 209-4.01 B(2) Plastic Signal Sections. Housings shall be either molded in one piece or shall be fabricated from 2 or more pieces joined into a single piece. The plastic shall have ultraviolet stability, shall be unaffected by the heat of the lamp used and shall be self-extinguishing. Housings and doors shall be colored throughout and shall be black matching Color No. 17038, 27038 or 37038 of Federal Standard 595B. Each section in a face shall be joined to the adjacent section by one of the following methods: 1. A minimum of 4 machine screws for 300 mm (12") sections, installed through holes near the front and rear of the housings. Machine screws shall be No. 10 and each shall be provided with a nut, flat washer and lock washer. 2. Two machine screws (each with a nut, flat washer and lock washer) installed through holes near the front of the housings, plus a fastening through the 40 mm (1V2") pipe openings. The fastening shall consist of two large flat washers to distribute the load around the pipe opening and three carriage bolts, each with a nut and lock washer. Minimum size of machine screws shall be No. 10. Minimum size of carriage bolt shall be 6 mm (V4"-20). Revised: 10/08/03 Contract No. 3607 Page 115 of 184 Pages The supporting section of each signal face supported solely at the top or bottom shall be provided with reinforcement. Reinforcement plates shall be either sheet aluminum, galvanized steel, or cast aluminum. Each plate shall be not less than 2.7 mm (0.110") thick and shall have a hole concentric with the 40 mm (1V2") pipe mounting hole in the housing. Sheet aluminum reinforcement plates shall be placed both inside and outside the housing; galvanized steel reinforcement plates shall be placed inside only; and cast aluminum reinforcement plates shall be placed outside only. Reinforcement plates placed outside of the housing shall be finished to match the color of the signal housing and shall be designed to permit the proper serrated coupling between signal face and mounting hardware. A minimum of three No. 10 machine screws shall be installed through holes in the plates and matching holes in the housing. Each screw shall have a round or binder head and shall be provided with a nut and lock washer. Where a signal face is to be supported by a Type MAS side attachment slip-fitter inserted between 2 sections, a spacer or spacers shall be placed between the 2 sections. The vertical dimension of spacers shall permit proper seating of the serrations between the slip-fitter and the 2 sections. Holes in spacers shall align with the front holes in the section housings. In addition to the fastening through the large openings in the housings, the 2 sections shall be joined with at least 2 machine screws through holes near the front of the housings and the spacers, and through matching holes in a reinforcing plate installed in each housing. Machine screws shall be No. 10 minimum size. Spacers shall be made of the same material as the signal housings. Reinforcing plates and machine screws shall be as specified above. Reinforcing plates will not be required where the housing is provided with reinforcing webs connecting the rear of the housing with the top, bottom and sides. Holes for machine screws shall be either cast or drilled during fabrication of the signal section. Each hole shall be surrounded by a 3 mm (V8") minimum width boss to permit contact between signal sections about the axis of the hole. Each plastic signal face shall be provided with plastic or metal visors. Plastic signal faces which require backplates shall be provided with plastic backplates. A serrated nylon washer shall be inserted between each plastic signal section and a metal mounting assembly. Each washer shall be not less than 4 mm (3/16") nor more than 6 mm (V4") thick. Serrations shall match those on the signal section and the mounting assembly. 209-4.01 C Electrical Components. Lamp receptacles and wiring shall conform to ITE Publications: ST-008B. The metal portion of the medium base lamp socket shall be brass, copper or phosphor bronze. Each lamp receptacle shall be wired with a conductor, connected to the shell of the receptacle, with black insulation or with insulation color-coded. These conductors shall, in turn, be connected to a terminal block mounted inside at the back of the housing. The terminal block shall have sufficient screw type terminals or NEMA type tab connectors to terminate all field conductors and lamp conductors independently. The terminals to which field conductors are attached shall be permanently identified or conductors shall be color coded to facilitate field wiring. Lamp receptacle conductors shall be No. 18 or larger, 600-V, appliance wiring material (AWM), with 0.75 mm (30 mil) thickness insulation rated 105°C or with insulation that conforms to the requirements in Military Specification MIL-W-16878D, Type B, with vinyl nylon jacket rated 115°C. The manufacturer's name or trademark, conductor size, insulation type letter designation and temperature rating shall be marked on the insulation or a Certificate of Compliance conforming to the provisions in Section 6-1.07, "Certification of Compliance", shall be submitted by the manufacturer with each shipment of traffic signal faces. o Revised: 10/08/03 Contract No. 3607 Page 116 of 184 Pages 209-4.01 D Visors. Each signal section shall be provided with a removable visor conforming to ITE Publication: ST-008B. Visors are classified, on the basis of lens enclosure, as full circle, tunnel (bottom open), or cap (bottom and lower sides open). Unless otherwise specified, visors shall be the full circle type. The visor shall be a minimum of 240 mm (91/2") in length for nominal 300 mm (12") round lenses, with a downward tilt between 3 degrees and 7 degrees. Plastic visors shall conform to the following: 1. Visors shall be either formed from sheet plastic or assembled from one or more injection, rotational or blow molded plastic sections. 2. Sections shall be joined using thermal, chemical or ultrasonic bonding or with aluminum rivets and washers permanently colored to match the visor. 3. Visors shall be of black homogeneous colored material with a lusterless finish. 4. Each visor shall be secured to its door in a manner that will prevent its removal or permanent deformation when the wind load specified in California Test 60S for plastic visors is applied to the side of the visor for 24 hours. 209-4.02 Light Emitting Diode Signal Modules. Each light emitting diode (LED) signal module shall be Type 2 and consist of an assembly that utilizes light emitting diodes as the light source in lieu of an incandescent lamp for use in traffic signal sections and conform to the following: 1. Each Type 2 LED signal module shall be designed to mount in the standard lamp socket normally used with an incandescent lamp. When a Type 2 LED signal module is used, a standard traffic signal lens in the doorframe shall be used or, at the option of the Contractor, the standard lens may be replaced with a translucent or clear lens to seal the signal section from weather. The installation of a Type 2 LED signal module shall not require any modification to the standard lamp socket or reflector. 2. LED signal modules shall be from the same manufacturer, and each size shall be the same model. 3. Type 2 LED signal modules shall be a sealed unit containing all components necessary for operation except, at the option of the Contractor, use of a corresponding lens mounted in the doorframe will be allowed. 4. Type 2 LED signal modules shall not require a specific mounting orientation or have a variance in light output, pattern or visibility for any mounting orientation. 5. The LEDs utilized in the modules shall be Aluminum Indium Gallium Phosphide (AllnGaP) technology for red indications and Gallium Nitride (GaN) technology for green indications, and shall be the ultra bright type rated for 100,000 hours of continuous operation from -40SC to +74SC. 6. The individual LEDs shall be wired such that a catastrophic failure of one LED will result in the loss of not more than 5 percent of the signal module light output. The failure of an individual LED in a string shall only result in the loss of that LED, not the entire string or indication. 209-4.02A Physical and Mechanical Requirements. LED traffic signal modules shall be designed as retrofit replacements for existing optical units of signal lamps and shall not require special tools for installation. LED signal modules shall fit into existing traffic signal section housings without any modification to the housing. Revised: 10/08/03 Contract No. 3607 Page 117 of 184 Pages Installation of a LED signal module shall only require the removal of the optical unit components, i.e., lens, lamp module, gaskets, and reflector; shall be weather tight and fit securely in the housing; and shall connect directly to electrical wiring. The arrow modules shall meet or exceed specifications started in Section 9.01 of the ITE Publication: Equipment and Materials Standards, Chapter 2 (Vehicle Traffic Control Signal Heads) for arrow indications. The LEDs shall be spread evenly across the illuminated portion of the arrow area. 209-4.02A(1) LED Signal Module Lens. The LED signal module shall be capable of replacing the optical unit. The lens may be tinted or may use transparent film or materials with similar characteristics to enhance ON/OFF contrasts. The use of tinting or other materials to enhance ON/OFF contrasts shall not affect chromaticity and shall be uniform across the face of the lens. If a polymeric lens is used, a surface coating or chemical surface treatment shall be used to provide front surface abrasion resistance. 209-4.02A(2) Environmental Requirements. The LED signal module shall be rated for use in the operating temperature range of -40eC (-40SF) to +74QC (+165SF). The LED signal module shall be protected against dust and moisture intrusion per the requirements of NEMA Standard 250-1991 for Type 4 enclosures to protect all internal components. The LED signal module lens shall be UV stabilized and shall be capable of withstanding ultraviolet (direct sunlight) exposure for a minimum period of 60 months without exhibiting evidence of deterioration. 209-4.02A(3) Construction. The LED signal module shall be a single, self-contained device, not requiring on-site assembly for installation into an existing traffic signal housing. The power supply for the LED signal module shall be integral to the unit. The assembly and manufacturing process for the LED signal assembly shall be designed to assure all internal components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. 209-4.02A(4) Materials. Material used for the lens and signal module construction shall conform to ASTM specifications for the materials where applicable. Enclosures containing either the power supply or electronic components of the signal module shall be made of UL94VO flame retardant materials. The lens of the signal module is excluded from this requirement. 209-4.02A(5) Module Identification. Each LED signal module shall have the manufacturer's name, trademark, and other necessary identification permanently marked on the back of the module. Each individual LED signal module shall be identified with serial number for warranty purposes. The following operating characteristics shall be identified: rated voltage, power consumption, and volt- ampere. 209-4.02B Photometric Requirements. The minimum initial luminous intensity values for the modules shall be as stated in Table 209-4.026(1) and Table 209-4.026(3) at 25SC. The modules shall meet or exceed the illumination values as shown in Table 209-4.026(2) and Table 209-4.026(4), throughout the useful life based on normal use in a traffic signal operation over the operating temperature range. The measured chromaticity coordinates of the modules shall conform to the chromaticity requirements of Table 209-4.026(5), throughout the useful life over the operating temperature range. The LED signal modules tested or submitted for testing shall be representative of typical average production units. Circular modules shall be tested according to California Test No. 604. All optical testing shall be performed with the module mounted in a standard traffic signal section but without a visor or hood attached to the signal section. Revised: 10/08/03 Contract No. 3607 Page 118 of 184 Pages The LEDs shall be spread evenly across the illuminated portion of the arrow area. Arrow modules shall be tested according to California Test No. 3001. All optical testing shall be performed with the module mounted in a standard traffic signal section but without a visor or hood attached to the signal section. Each LED arrow signal section indication shall provide a minimum average luminous intensity as listed in Table 209-4.028(3). All measurements shall be performed at rated operating voltage of 120 VAC. Table 209-4.028(1) Minimum Initial Intensities for Circular Indications (in cd) Angle (v,h) 2.5, ±2.5 2.5, ±7.5 2.5, ±12.5 2.5, ±17.5 7.5, ±2.5 7.5, ±7.5 7.5, ±12.5 7.5, ±17.5 7.5, ±22.5 7.5, ±27.5 12.5, ±2.5 12.5, ±7.5 12.5, ±12.5 12.5, ±17.5 12.5, ±22.5 12.5, ±27.5 17.5, ±2.5 17.5, ±7.5 17.5, ±12.5 17.5, ±17.5 17.5, ±22.5 17.5, ±27.5 300 mm (12") Red 399 295 166 90 266 238 171 105 45 19 59 57 52 40 26 19 26 26 26 26 24 19 Yellow & Green 798 589 333 181 532 475 342 209 90 38 119 114 105 81 52 38 52 52 52 52 48 38 Revised: 10/08/03 Contract No. 3607 Page 119 of 184 Pages Table 209-4.026(2) Maintained Minimum Intensities for Circular Indications (in cd) Angle (v,h) 2.5, ±2.5 2.5, ±7.5 2.5, ±12.5 2.5, ±17.5 7.5, ±2.5 7.5, ±7.5 7.5, ±12.5 7.5, ±17.5 7.5, ±22.5 7.5, ±27.5 12.5, ±2.5 12.5, ±7.5 12.5, ±12.5 12.5, ±17.5 12.5, ±22.5 12.5, ±27.5 17.5, ±2.5 17.5, ±7.5 17.5, ±12.5 17.5, ±17.5 17.5, ±22.5 17.5, ±27.5 300 mm (12") Red 339 251 141 77 226 202 145 89 38 16 50 48 44 34 22 16 22 22 22 22 20 16 Yellow & Green 678 501 283 154 452 404 291 178 877 32 101 97 89 69 44 32 44 44 44 44 41 32 Table 209-4.026(3) Minimum Initial Intensities for Arrow Indications (in cd/m2) Arrow Indication Red 5,500 Yellow & Green 1 1 ,000 Table 209-4.028(4) Minimum Maintained Intensities for Arrow Indications (in cd/m2) Arrow Indication Red 5,500 Yellow & Green 1 1 ,000 Table 209-4.026(5) Chromaticity Standards (CIE Chart) Red Yellow Green Y:not Y: not 0.452 greater than 0.308, or less than less than Y: not less than nor more than 0 0.411, nor 0.506-0.51 .730-x less than 0. 9x, nor less 0.998-x 995-x than , nor less than 0.150+1 .068x, Revised: 10/08/03 Contract No. 3607 Page 120 of 184 Pages 209-4.02C Electrical. Maximum power consumption requirements for LED signal modules shall be as listed in Table 209-4.02C. Table 209-4.02C Maximum Power Consumption (in Watts) Temperature 300 mm circular 300 mm arrow Red 252C 11 9 749C 17 12 Yellow 259C 22 10 749C 25 12 Green 25SC 12 13 74SC 12 13 LED signal modules shall operate from a 60 Hz ±3 Hz AC line over a voltage ranging from 80 volts to 135 volts. The LED circuitry shall prevent perceptible flicker over the voltage range specified above. The fluctuations of line voltage shall have no visible effect on the luminous intensity of the indications. Rated voltage for all measurements shall be 120 volts. The signal module on-board circuitry shall include voltage surge protection to withstand high-repetition noise transients as stated in Section 2.1.6 of NEMA Standard TS-2, 1992. LED signal modules shall be operationally compatible with currently used controller assemblies (solid state load switches, flashers, and conflict monitors). When a current of 20 ma AC (or less) is applied to the unit, the voltage read across the two leads shall be 15 VAC or less. LED signal modules and associated on-board circuitry must meet Federal Communications Commission (FCC) Title 47, SubPart B, Section 15 regulations concerning the emission of electronic noise. The LED signal module shall provide a power factor of 0.90 or greater. Total harmonic distortion (current and voltage) induced into an AC power line by an LED signal module shall not exceed 20 percent. 209-4.02D Quality Assurance. LED signal modules shall be manufactured in accordance with a vendor quality assurance (QA) program. The QA program shall include two types of quality assurance: (1) design quality assurance and (2) production quality assurance. The production quality assurance shall include statistically controlled routine tests to ensure minimum performance levels of LED signal modules built to meet this specification. QA process and test results documentation shall be kept on file for a minimum period of seven years. LED signal module designs not satisfying design qualification testing and the production quality assurance testing performance requirements described below shall not be labeled, advertised, or sold as conforming to this specification. 209-4.020(1) Manufacturer's Serial Numbers. Identification of the component and sub- assembly level may be required if the reliability and performance of the module must be traceable to the original item manufacturers of the module components and subassemblies. 209-4.02D(2) Production Quality Assurance Testing. The following Production Quality Assurance tests shall be performed on each new LED signal module prior to shipment. Failure to meet requirements of any of these tests shall be cause for rejection. The manufacturer for warranty purposes shall retain test results for seven years. Each LED signal module shall be tested for rated initial intensity after burn-in. Burn-in period shall consist of each signal module being energized at rated voltage for a 30 minutes stabilization period before the measurement is made. A single point measurement with a correlation to the intensity requirements of Table 209-4.026(1) for circular modules may be used. The ambient temperature for this measurement shall be +25eC (+779F). Revised: 10/08/03 Contract No. 3607 Page 121 of 184 Pages Each LED signal module not meeting minimum luminous intensity requirements per Table 209- 4.026(1) or Table 209-4.026(3) shall be a cause for rejection. Each LED signal module shall be tested for required power factor after burn-in. Each LED signal module shall be measured for current flow in amperes after burn-in. The measured current values shall be compared against current values resulting from design qualification measurements under "Design Qualification Testing". The current flow shall not exceed the rated value. The measured ampere values with rated voltage shall be recorded as volt-ampere (VA) on the product labels. Each LED signal modules shall be visually inspected for any exterior physical damage or assembly anomalies. Careful attention shall be paid to the surface of the lens to ensure there are no scratches (abrasions), cracks, chips, discoloration, or other defects. Any such defects shall be cause for rejection. 209-4.020(3) Design Qualification Testing. Design Qualification testing shall be performed on new LED signal module designs, and when a major design change has been implemented on an existing design. The minimum sample quantity of LED signal modules shall be as stated for each test. Failure to meet requirements for any of these tests shall be cause for rejection. A random sample of six LED signal modules shall be energized for a minimum of 24 hours, at 100 percent on-time duty cycle, in a temperature of 74SC (+1659F) before performing any design qualification testing. Any failure within an LED signal module after burn-in shall be cause for rejection. 209-4.020(4) Rated Initial Luminous Intensity. After burn-in, a sample of six LED signal modules shall be tested for rate initial intensity per the requirements of "Photometric Requirements". 6efore measurement, each LED signal module shall be energized at rated voltage, with 100 percent on-time duty cycle, for a time period of 30 minutes. The ambient temperature for this measurement shall be 25QC (77SF). The test results for this test shall have recorded the current voltage, total harmonic distortion (THD), and power factor (PF) associated with each measurement. 209-4.020(5) Chromaticity (Color). A sample of two LED signal modules shall be measured for chromaticity (color) per the requirements of "Chromaticity requirements under "Photometric Requirements." A spectra radiometer shall be used for this measurement. The ambient temperature for this measurement shall be 25-C (779F). 209-4.020(6) Electrical. A sample of six LED signal modules shall be measured for current flow in amperes. The measured current values shall be used for quality comparison of Production Quality Assurance current measurement on production modules. A sample of six LED signal modules shall be measured for power factor. A commercially available power factor meter may be used to perform this measurement. A sample of six LED modules shall be measured for total harmonic distortion. A commercially available total harmonic distortion meter may be used to perform this measurement. A sample of six LED signal modules shall be tested per the requirements of "Electrical", with reference to Class A emission limits referenced in Federal Communications Commission (FCC) Title 47, SubPart 6, Section 15. Revised: 10/08/03 Contract No. 3607 Page 122 of 184 Pages A sample of six LED signal modules shall be tested for compatibility with the controller unit, conflict monitor, and load switch. Each signal module shall be connected to any AC voltage supply between the values of 80 and 135 VAC. The AC voltage developed across each LED signal module so connected shall not exceed 10 volts rms as the input AC voltage is varied from 80 volts to 135 volts rms. A sample of six LED modules shall be tested for transient immunity per "Electrical" using the procedure described in NEMA Standard TS-1992. Mechanical vibration testing shall be performed on a sample of three LED signal modules per MIL- STD-883, Test Method 2007, using three 4 minute cycles along each x, y, and z axis, at a force of 2.5 Gs, with a frequency sweep from 2 Hz to 120 Hz. The loosening of the lens, of any internal components, or other physical damage shall be cause for rejection. Temperature cycling shall be performed on a sample of three LED signal modules per MIL-STD-883, Test method 1010. The temperature range shall be per "Environmental Requirements". A minimum of 20 cycles shall be performed with a 30 minute transfer time between temperature extremes and a 30 minute dwell time at each temperature. Signal under test shall be non-operating. Failure of a module to function properly or any evidence of cracking of the module lens or housing after temperature cycling shall be cause for rejection. Moisture resistance testing shall be performed on a sample of three LED signal modules per NEMA Standard 250-1991 for Type 4 enclosures. Any evidence of internal moisture after testing shall be cause for rejection. 209-4.020(7) Certificate of Compliance. The Contractor shall provide the Engineer a Certificate of Compliance from the manufacturer in accordance with the provisions of Section 6-1.07, "Certificates of Compliance," of the Caltrans Standard Specifications. The certificate shall certify that the LED signal modules comply with the requirements of these specifications. The certificate shall also include a copy of all applicable test reports on the LED signal modules. LED signal modules shall be guaranteed by the Contractor for a period of one year starting on the day after the project is accepted by the Engineer. Modules that fail during this period shall be replaced at no cost to the City, except that City forces will change out the modules in the field. The replacement modules shall be delivered to the Public Works Department at 405 Oak Avenue within five working days after notification. The failed modules will be made available to the Contractor at the above address at the same time as the replacement is delivered. The manufacturer shall provide a written warranty against defects in materials and workmanship for the LED signal modules for a period of 36 months after installation of the modules. Replacement modules shall be provided promptly after receipt of modules that have failed at no cost to the State except cost of shipping of the failed modules. All warranty documentation shall be given to the Engineer prior to installation. The replacement modules shall be delivered to the Public Works Department at 405 Oak Avenue. 209-4.03 Directional Louvers. Where shown on the plans, directional louvers shall be furnished and installed in signal visors. Directional louvers shall be so constructed as to have a snug fit in the signal visors. The outside cylinder shall be constructed of 0.75 mm (0.030") nominal thickness, or thicker, sheet steel and the vanes shall be constructed of 0.4 mm (0.016") nominal thickness, or thicker, sheet steel or the cylinder and vanes shall be constructed of 5052-H32 aluminum alloy of equivalent thickness. Dimensions of louvers and arrangements of vanes shall be as shown on the plans. Revised: 10/08/03 Contract No. 3607 Page 123 of 184 Pages 209-4.04 Backplates. Where shown on the plans, backdates shall be furnished and installed on signal faces. Dimensions, materials and installation details shall be as shown on the plans. No background light shall show between the backplate and the signal face or between sections. Plastic backplates shall be supplied and either formed from sheet plastic or assembled from extruded, molded or cast sections. Sections shall be factory joined using (1) an appropriate solvent cement, (2) aluminum rivets and washers painted or permanently colored to match the backplate, or (3) No. 10 machine screws with washer, lock washer and nut, painted to match the backplate. Backplates shall be of black homogeneous colored material with a lusterless finish. Each plastic backplate shall be secured to the plastic signal face in a manner that will prevent its removal or permanent deformation when the wind-load test is applied to either the front or the rear of the signal face. The permanent deformation of any portion of the backplate shall not exceed 5 degrees forward or backward after the wind loading has been applied for 24 hours. When a plastic backplate requires field assembly, it shall be joined with at least four No. 10 machine screws at each field assembled joint. Each machine screw shall be provided with an integral or captive flat washer, a hexagonal head slotted for a standard screwdriver, and either (1) a locking nut with an integral or captive flat washer, or (2) a nut, flat washer and lockwasher. Machine screws, nuts and washers shall be stainless steel. Where a metal backplate consists of 2 or more sections, the sections shall be fastened with rivets or with aluminum bolts peened after assembly to prevent loosening. \n lieu of the screws shown on the plans, plastic backplates may be fastened to the plastic signal face using self-threading No. 10 stainless steel screws. The screws shall have an integral or captive flat washer and a hexagon head slotted for a standard screwdriver, and shall be stainless steel. 209-4.05 Programmed Visibility Vehicle Signal Faces. Each programmed visibility signal face and the installation thereof shall conform to the provisions in Sections 209-4.01, "Vehicle Signal Faces," 209-4.03, "Backplates," and 209-4.06, "Signal Mounting Assemblies," except that the provisions in Section 209-4.01 A, "Optical Units," shall not apply. Each programmed visibility-signal section shall provide a nominal 300 mm (12") diameter circular or arrow indication. Color and arrow configuration shall conform to ITE Publication: ST-008B. Each section shall be provided with a cap visor. Each signal section shall be provided with an adjustable connection that permits incremental tilting from 0 to 10 degrees above or below the horizontal while maintaining a common vertical axis through couplers and mountings. Terminal connection shall permit external adjustment about the mounting axis in 5 degree increments. The signal shall be mountable with ordinary tools and capable of being serviced without tools. Adjustment shall be preset at 4 degrees below the horizontal, unless otherwise specified. The visibility of each programmed visibility signal face shall be capable of adjustment or programming within the face. When programmed, each signal face's indication shall be visible only in those areas or lanes to be controlled, except that during dusk and darkness a faint glow to each side will be permissible. Prior to programming, each signal section with a yellow indication shall provide a minimum luminous intensity of 2500 cd on the optical axis, and a maximum intensity of 100 cd at 15 degrees horizontal from the axis. Each signal section with a yellow indication shall be capable of having its visibility programmed to achieve the following luminous intensities: a minimum of 2500 cd on the optical axis, a maximum of 100 cd at from 0.5 to 2 degrees horizontal from the axis and a maximum of 10cd at from 2 to 15 degrees horizontal from the axis. Under the same conditions, the intensities of the red indication and the green indication shall be at least 19 and 38 percent, respectively, of the yellow indication. Each signal face or each signal section shall include integral means for regulating its luminous intensity between limits in proportion to the individual background luminance. Lamp intensity shall not be less than 97 percent of uncontrolled intensity at 10 000 Ix, and shall reduce to 15 ±2 percent of maximum intensity at less than 10 Ix. The dimming device shall operate over an applied voltage range of 95 to 130 V, 60 Hz and a temperature range of -40°C to 74°C. The Contractor shall program the head as recommended by the manufacturer and as directed by the Engineer. c«Revised: 10/08/03 Contract No. 3607 Page 124 of 184 Pages 209-4.06 Pedestrian Signal Faces. Message symbols for pedestrian signal faces shall be white WALKING PERSON and Portland orange UPRAISED HAND conforming to the requirements of the Institute of Transportation Engineers Standards: "Pedestrian Traffic Control Signal Indications" and the "Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement". The height of each symbol shall be not less than 250 mm (10") and the width of each symbol shall be not less than 165 mm (61/2"). The luminance of the UPRAISED HAND symbol shall be 3750 cd/m2 (1,100 foot-lamberts), minimum, and the luminance of the WALKING PERSON symbol shall be 5300 cd/m2 (1,550 foot-lamberts), minimum, when tested in accordance with California Test 606. The uniformity ratio of an illuminated symbol shall not exceed 4 to 1 between the highest luminance area and the lowest luminance area. The luminance difference between a nonilluminated symbol and the background around the symbol shall be less than 30 percent when viewed with the front screen in place and at a low sun angle. Brightness measurements for signals designed for an incandescent lamp will be made when the signal is equipped with an A-21 traffic signal lamp operated at a voltage to produce 665 lumens. Each housing, including the front screen, shall have maximum overall dimensions of 470 mm (181/2") width, 483 mm (19") height and 292 mm (111/2") depth. All new pedestrian signal faces installed at any one intersection shall be the same make and type. Each pedestrian signal face shall be installed at the location and mounted in the manner shown on the plans. 209-4.06A Types. Pedestrian signal faces shall be Type A and shall conform to the following: Each Type A signal shall consist of a housing, two-color message plate, a reflector assembly, two light emitting diode modules conforming to the provisions in Section 209-4.07, "Light Emitting Diode Pedestrian Signal Modules", with sockets and a front screen. Each message plate shall be one piece and shall be made 4.7 mm (3/16") tempered glass. The symbols shall be applied to the inside smooth surface of the message plate. Each reflector assembly shall consist of a double reflector or 2 single reflectors. Each reflector shall be made of either aluminum or plastic. All reflectors shall conform to the provisions in Institute of Traffic Engineers Publication: ST-008B, "Vehicle Traffic Control Signal Heads." Plastic reflectors shall consist of molded or vacuum-formed plastic with a vacuum-deposited aluminum reflecting surface. The plastic material shall not distort when the reflector is used with the lamp of the wattage normally furnished with the signal. In addition, the UL nonmechanical loading temperature of the material shall exceed, by at least 10°C, the maximum temperature in the signal section with the lamp "ON" and measured in an ambient air temperature of 25°C in accordance with UL Publication UL 746B. Each completed reflector shall, when operated with the appropriate lamp and lens, provide the message brightness specified. 209-4.06B Front Screen. The front screen provided on each Type A signal shall have a 38 mm (11/2") deep eggcrate or Z-crate type screen of 0.8 mm (0.03") nominal thickness polycarbonate. The screening shall be mounted in a frame constructed of 1.0 mm (0.04") minimum thickness polycarbonate. The screen shall be installed parallel to the face of the message plate and shall be held in place by the use of stainless steel screws. The front screen shall not fracture, separate at the welds, or compress more than 3 mm (1/a") when a 75 mm (3") diameter, 1.8-kg (4lb.) steel ball is dropped onto the screen from a height of 1.2 m (4') above the screen. The screen will be lying in a horizontal position and supported on its edges for this test. The message plate will be removed from the pedestrian signal housing, when the pedestrian housing is used to support the front screen -during the test, so there will be no back support for the screen. The screen and frame shall be fabricated from aluminum anodized flat black, or finished with lusterless black exterior grade latex paint formulated for application to properly prepared metal surfaces, or shall be fabricated from flat black plastic. Alternate methods of screening may be substituted for the above screens provided that the results are at least equal to those obtained with the above specified screens as determined by the Engineer. Revised: 10/08/03 Contract No. 3607 Page 125 of 184 Pages 209-4.06C Housing. Pedestrian signal housings shall conform to the provisions in Section 209-4.01 B, "Signal Sections." 209-4.06E Finish. The exterior of each housing and visor and the interior of visors shall be painted in accordance with the provisions in Section 209-2.16, Tainting." 209-4.06F Controls. All pedestrian signals shall be capable of being controlled by the solid-state switching devices specified for traffic signal controller assemblies. 209-4.06G Terminal Blocks. Each pedestrian signal face shall be provided with a light duty terminal block conforming to the provisions in Section 209-4.01 C, "Electrical Components." All field wiring shall connect to this terminal block. 209-4.07 Light Emitting Diode Pedestrian Signal Modules For Type A pedestrian signal faces, the pedestrian signal face "Upraised Hand" & "Walking Person" module shall utilize light emitting diode. Each light emitting diode (LED) pedestrian signal face "Upraised Hand" & "Walking Person" module shall consist of an assembly that utilizes light emitting diodes as the light source in lieu of an incandescent lamp for use in pedestrian signal faces and shall conform to the following: 1. LED Pedestrian signal face "Upraised Hand" & "Walking Person" module shall be designed to mount in the standard existing Type "A" Housing. Pedestrian signal face modules shall be designed to mount behind or replace the existing face plate of existing Type "A" housing as specified by the requirements of the ITE Standards: "Pedestrian Traffic Control Signal Indications" and the "Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement". The design of the modules shall require a specific mounting orientation. 2. LED pedestrian signal module used on this project shall be from the same manufacturer. 3. The circuit board and power supply shall be contained inside the module. Circuit boards shall conform to Chapter 1, Section 6 of the "Transportation Electrical Equipment Specifications". 4. LED pedestrian signal modules shall fit into the existing type "A" housing and shall not require a specific mounting orientation or have a variance in light output, pattern or visibility for any mounting orientation. 5. The LEDs for "Upraised Hand" symbol shall utilize AllnGaP technology and shall be the ultra bright type rated for 100,000 hours of continuous operation from -40eC to 74SC. 6. The individual LEDs shall be wired such that a catastrophic failure of one LED will result in the loss of not more then 5 percent of the signal module light output. The failure of an individual LED in a string shall only result in the loss of that LED, not the entire string or indication. 7. The LED ped modules tested or submitted for testing shall be representative of typical average production units. LED ped modules shall be tested according to California Test No. 610 and as described herein. All optical testing shall be performed with the module mounted in a standard Type "A" Pedestrian Housing but without a visor or hood attached to the housing. 8. The luminance of the UPRAISED HAND symbol shall be 3750 cd/m2 minimum. The color of UPRAISED HAND should be Portland orange conforming to the requirements of the institute of Transportation Engineers Standards: "Pedestrian Traffic Control Signal Indications" and the "Manual on Uniform Traffic Control Devices." The height of each symbol shall be not less than 250 mm and the width of each symbol shall not be less than 165 mm. Revised: 10/08/03 Contract No. 3607 Page 126 of 184 Pages 9. The luminance of the WALKING PERSON symbol shall be 5300 cd/m2 minimum. The color of WALKING PERSON should be White conforming to the requirements of the Institute of Transportation Engineers Standards: "Pedestrian Traffic Control Signal Indications" and the "Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement'. The height of each symbol shall be not less than 250 mm and the width of each symbol shall not be less than 165 mm. 10. The uniformity ratio of an illuminated symbol shall not exceed 4 to 1 between the highest luminance area and the lowest luminance area. 11. LED ped module shall be rated for a minimum useful life of 48 months and shall maintain not less than 85 percent of 3750 cd/m2 for UPRAISED HAND & 5300 cd/m2 for WALKING PERSON after 48 months of continuous use in a traffic signal operation over the temperature range of -409C to +74SC. 209-4.07A Physical And Mechanical Requirements. LED ped module traffic signal modules shall be designed as retrofit replacements for existing optical units of signal lamps and shall not require special tools for installation. LED ped module shall fit into existing traffic signal section housings built to the VTCSH without modification to the housing. Installation of an LED ped module shall require the removal of the lens, reflector and lamps. 209-4.07A(1) Environmental Requirements. LED ped modules shall be rated for use in the operating temperature range of -40SC (-409F) to +749C (+1659F). 209-4.07A(2) Construction. LED ped modules shall be a single, self-contained device, not requiring on-site assembly for installation into an existing Type "A" housing. The power supply for the LED ped module shall be integral to the unit. The assembly and manufacturing process for the LED ped module assembly shall be designed to assure all internal components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. 209-4.07A(3) Materials. Material used for the LED ped module construction shall conform to ASTM specifications for the materials where applicable. Enclosures containing either the power supply or electronic components of the LED ped module shall be made of UL94VO flame retardant materials. 209-4.07A(4) Module Identification. Each LED ped module shall have the manufacturer's name, trademark, and other necessary identification permanently marked on the back of the module. Each individual LED ped module shall be identified for warranty purposes. The following operating characteristics shall be identified: rated voltage, power consumption, and volt-ampere. If a specific mounting orientation is required, each module shall have prominent and permanent marking(s) for correct indexing and orientation within a signal housing. The marking shall consist of an up arrow, or the word "UP" or "TOP". Type A Pedestrian Signal Face (Combination Raised Hand/Walking Person section) housing without the reflector shall be utilized for LED combo modules. 209-4.07B Photometric Requirements. An LED ped module shall meet at least 85 percent of the minimum 3750 cd/m2 for UPRAISED HAND & 5300 cd/m2 for WALKING PERSON while operating throughout the operating temperature range of -40SC to 749C. The minimum initial luminous intensity values for UPRAISED HAND LED ped modules shall be 3750 cd/m2 at 2S9C. The minimum initial luminous intensity values for WALKING PERSON LED ped modules shall be 5300 cd/m2 at 259C. The measured chromaticity coordinates of LED ped modules shall conform to the chromaticity requirements of Section 5.3.2.1 and Figure C of the VTCSH standards. Revised: 10/08/03 Contract No. 3607 Page 127 of 1«4 Pages 209-4.07C Electrical. Maximum power consumption requirements for LED signal modules shall be as follows: LED SIGNAL MODULE UPRAISED HAND WALKING PERSON POWER CONSUMPTION 25*0 10.0W 12.0W POWER CONSUMPTION 74BC 12.0W 15.0W LED pedestrian signal modules shall operate from a 60 ±3 Hz AC line over a voltage ranging from 95 V to 135 V. The LED ped module circuitry shall prevent perceptible flicker over the voltage range specified above. The fluctuations of line voltage shall have no visible effect on the luminous intensity of the indications. Rated voltage for all measurements shall be 120 V. The LED ped module on- board circuitry shall include voltage surge protection to withstand high-repetition noise transients as stated in Section 2.1.6 of NEMA Standard TS-2, 1992. The LED circuitry shall prevent perceptible flicker to the unaided eye over the voltage range specified above. All wiring and terminal blocks shall meet the requirements of Section 13.02 of ITE Publication: Equipment and Material Standards, Chapter 2 (Vehicle Traffic Control Signal Heads). LED ped modules shall be operationally compatible with currently used controller assemblies (solid state load switches, flashers, and conflict monitors). When a current of 20 ma AC (or less) is applied to the unit, the voltage read across the two leads shall be 15 VAC or less. LED ped modules and associated on-board circuitry must meet Federal Communications Commission (FCC) Title 47, SubPart B, Section 15 regulations concerning the emission of electronic noise. The LED ped module shall provide a power factor of 0.90 or greater. Total harmonic distortion (current and voltage) induced into an AC power line by an LED ped module shall not exceed 20 percent. 209-4.07D Quality Assurance. LED ped modules shall be manufactured in accordance with a vendor quality assurance (QA) program. The QA program shall include two types of quality assurance: (1) design quality assurance and (2) production quality assurance. The production quality assurance shall include statistically controlled routine tests to ensure minimum performance levels of LED ped modules built to meet this specification. QA process and test results documentation shall be kept on file for a minimum period of seven years. LED ped module designs not satisfying design qualification testing and the production quality assurance testing performance requirements described below shall not be labeled, advertised, or sold as conforming to this specification. 209-4.070(1 ) Manufacturer's Serial Numbers. Identification of the component and sub- assembly level may be required if the reliability and performance of the module must be traceable to the original item manufacturers of the module components and subassemblies. 209-4.070(2) Production Quality Assurance Testing. The following Production Quality Assurance tests shall be performed on each new LED ped module prior to shipment. Failure to meet requirements of any of these tests shall be cause for rejection. The manufacturer for warranty purposes shall retain test results for seven years. Each LED ped module shall be tested for rated initial intensity after burn-in. Burn-in period shall consist of each signal module being energized at a rated voltage for a 30 minute stabilization period before the measurement is made. Each LED ped module not meeting 3750 cd/m2 for UPRAISED HAND & 5300 cd/m2 for WALKING PERSON luminous intensity requirements shall be cause for rejection. Each ped module shall be tested for required power factor after burn-in. Each LED ped module shall be measured for current flow in amperes after burn-in. The measured current values shall be compared against current values resulting from design qualification measurements under "Design Qualification Testing". The current flow shall not exceed the rated value. The measured ampere values with rated voltage shall be recorded as volt-ampere (VA) on the product labels. Each LED ped module shall be visually inspected for any exterior physical damage or assembly anomalies. Careful attention shall be paid to the surface of the lens to ensure there are no scratches (abrasions), cracks, chips, discoloration, or other defects. Any such defects shall be cause for rejection. Revised: 10/08/03 Contract No. 3607 Page 128 of 184 Pages 209-4.070(3) Design Qualification Testing. Design qualification testing shall be performed on new LED ped module designs, and when a major design change has been implemented on an existing design. The minimum sample quantity of LED ped modules shall be as stated for each test. Failure to meet requirements for any of these tests snail be cause for rejection. A random sample of six LED ped modules shall be energized for a minimum of 24 hours, at 100 percent on-time duty cycle, in a temperature of 74SC (+165eF) before performing any design qualification testing. Any failure within an LED ped module after burn-in shall be cause for rejection. 209-4.070(4) Rated Initial Luminous Intensity. After burn-in, a sample of six LED ped modules shall be tested for rated initial intensity per the requirements of "Photometric Requirements". Before measurement, each LED ped module shall be energized at rated voltage, with 100 percent on-time duty cycle, for a time period of 30 minutes. The ambient temperature for this measurement shall be 25eC (77SF). The test results for this test shall have recorded the current voltage, total harmonic distortion (THD), and power factor (PF) associated with each measurement. 209-4.070(5) Chromaticity (Color). A sample of two LED ped modules shall be measured for chromaticity (color) per the requirements of "Chromaticity requirements under "Photometric Requirements." A spectraradiometer shall be used for this measurement. The ambient temperature for this measurement shall be 25QC (77SF). 209-4.070(6) Electrical. A sample of six LED ped modules shall be measured for current flow in amperes. The measured current values shall be used for quality comparison of Production Quality Assurance current measurement on production modules. A sample of six LED ped modules shall be measured for power factor. A commercially available power factor meter may be used to perform this measurement. A sample of six LED ped modules be measured for total harmonic distortion. A commercially available total harmonic distortion meter may be used to perform this measurement. A sample of six LED ped modules shall be tested per the requirements of "Electrical", with reference to Class A emission limits referenced in Federal Communications Commission (FCC) Title 47, SubPart B, Section 15. A sample of six LED ped modules shall be tested for compatibility with the controller unit, conflict monitor, and load switch. Each signal module shall be connected to any AC voltage supply between the values of 80 and 135 VAC. The AC voltage developed across each LED ped module so connected shall not exceed 10 volts rms as the input AC voltage is varied from 80 V rms to 135 V rms. A sample of six LED ped modules shall be tested for transient immunity per "Electrical" using the procedure described in NEMA Standard TS-1992. Mechanical vibration testing shall be performed on a sample of three LED ped modules per MIL-STD-883, Test Method 2007, using three 4 minute cycles along each x, y, and z axis, at a force of 2.5 g, with a frequency sweep from 2 Hz to 120 Hz. The loosening of the lens, of any internal components, or other physical damage shall be cause for rejection. Temperature cycling shall be performed on a sample of three LED ped modules per MIL-STD-883, Test method 1010. The temperature range shall be per "Environmental Requirements". A minimum of 20 cycles shall be performed with a 30 minute transfer time between temperature extremes and a 30 minute dwell time at each temperature. Signal under test shall be non-operating. Failure of a module to function properly or any evidence of cracking of the module lens or housing after temperature cycling shall be cause for rejection. Revised: 10/08/03 Contract No. 3607 Page 129 of 184 Pages Moisture resistance testing shall be performed on a sample of three LED ped modules per NEMA Standard 250-1991 for Type 4 enclosures. Any evidence of internal moisture after testing shall be cause for rejection. 209-4.070(7) Certificate of Compliance. The Contractor shall provide the Engineer a Certificate of Compliance from the manufacturer in accordance with the provisions of Section 6-1.07, "Certificates of Compliance," of the Standard Specifications. The certificate shall certify that the LED ped modules comply with the requirements of these specifications. The certificate shall also include a copy of all applicable test reports on the LED ped modules. 209-4.070(8) Guarantee. The Contractor shall guarantee LED ped modules for a period of one year starting on the day after the Engineer accepts the project. Modules that fail during this period shall be replaced at no cost to the State, except that State forces will change out the modules in the field. The replacement modules shall be delivered to the Engineer, or to the Public Works Department at 405 Oak Avenue, within five working days after notification. The failed modules will be made available to the Contractor at the above address at the same time as the replacement is delivered. 209-4.070(9) Warranty. The manufacturer shall provide a written warranty against defects in materials and workmanship for the LED ped modules for a period of 36 months after installation of the modules. Replacement modules shall be provided promptly after receipt of modules that have failed at no cost to the State except cost of shipping of the failed modules. All warranty documentation shall be given to the Engineer prior to installation. 209-4.08 Signal Mounting Assemblies. Signal mounting assemblies shall consist of 40 mm (1V2") standard weight steel galvanized pipe conforming to the specifications of ASTM Designation: A 53, necessary fittings, slip-fitters and terminal compartments. Pipe fittings shall be ductile iron, galvanized steel, aluminum alloy Type AC-84B No. 380, or bronze. Mast arm slip-fitters shall be cast bronze or hot-dip galvanized ductile iron. Post top slip-fitters and terminal compartments shall be cast bronze, Type 356-T6 aluminum or hot-dip galvanized ductile iron. After installation, any exposed threads of galvanized pipe brackets and all areas of the brackets damaged by wrench or vise jaws shall be cleaned with a wire brush and painted with 2 applications of approved unthinned zinc-rich primer (organic vehicle type) conforming to the requirements in Section 210, "Paint and Protective Coatings." Aerosol cans shall not be used. Each terminal compartment shall be fitted with a terminal block containing a minimum of 12 poles, each with 2 screw type terminals. Each terminal shall be designed to accommodate at least 5 No. 14 conductors. A cover shall be provided on the compartment to give ready access to the terminal block. Where used to bracket mount signals, the terminal compartment shall be designed to bolt securely to a pole or standard. The horizontal dimension of mounting assembly members between the vertical centeriine of the terminal compartment or slip-fitter and the vertical centerline of each signal face, shall not exceed 280mm (11"), except where required to provide proper signal face alignment or permit programming of programmed visibility signal faces or when otherwise directed by the Engineer. Each mounting assembly shall be oriented to provide maximum horizontal clearance to the adjacent roadway. All mounting assembly members shall be either plumb or level, symmetrically arranged and securely assembled. Construction shall be such as to permit all conductors to be concealed. Mounting assemblies shall be watertight and free of sharp edges or protrusions which might damage conductor insulation. Revised: 10/08/03 Contract No. 3607 Page 130 of 184 Pages For post-top mounting of signals, a slip-fitter shall be used. Slip-fitter shall fit over a 115 mm <41/2") outside diameter pipe or tapered standard end. Each slip-fitter shall be provided with cadmium- plated steel set screws, arranged as shown on the plans. Each slip-fitter used to post-top mount signals with brackets shall be provided with an integral terminal compartment. Each mounting assembly shall be provided with positive locking, serrated fittings, which when mated with similar fittings on the signal faces shall prevent faces from rotating. Fittings shall permit fastening at in- crements of not more than 7 degrees. Signal faces shall not be installed at any intersection until all other signal equipment, including the complete controller assembly, is in place and ready for operation at that intersection, except that the signal faces may be mounted if they are not directed toward traffic or if they are covered. 209-4.09 Flashing Beacons. Each beacon shall consist of a single section traffic signal face, conforming to the provisions in Section 209-4.01, "Vehicle Signal Faces," with yellow or red lens as shown on the plans. The beacon flasher unit shall be independent of the intersection flasher unit. Reflective sheeting for W41 "Signal Ahead" signs, mounted on flashing beacons, shall be prismatic lens reflective sheeting (Diamond Grade or equal). 209-4.09A Backplates. Each beacon shall be provided with a backplate conforming to the requirements in Section 209-4.03, "Backplates." 209-4.09B Visors. Each beacon shall be provided with a full circle type visor conforming to the requirements in Section 209-4.01 D, "Visors." 209-4.09C Flashing Beacon Control Assembly. Each flashing beacon control assembly shall consist of switches, circuit breakers, terminal blocks, flasher, dimming relay, wiring and electrical components necessary to provide proper operation of the beacons, all housed in a single enclosure. 209-4.090(1) Enclosure. The enclosure shall be NEMA Type 3R, and shall be provided with dead front panel and a hasp to permit padlocking of the cover. The padlock will be furnished by others. The enclosure shall be hot-dip galvanized or, at the option of the Contractor, shall be provided with a factory applied rust resistant prime coat and finish coat. 209-4.090(2) Circuit Breakers and Switches. A 15-A circuit breaker shall be installed to control each ungrounded conductor entering the enclosure. A switch to permit manual operation of the sign lighting circuit shall be provided. Switches shall be of the single-hole-mounting toggle type, single- pole, single-throw, rated at 12 A, 120V. Switches shall be furnished with an indicating nameplate reading "Auto - Test" and shall be connected in parallel with the load contacts of the photoelectric control circuit. A 15-A circuit breaker may be used in place of the toggle switch. 209-4.090(3) Flasher. The flasher shall meet the requirements of Section 8, "Solid-State Flashers," of NEMA Standards Publication No. TS 1. The flasher shall be a solid-state device with no contact points or moving parts. The flasher shall provide 2 output circuits to permit alternate flashing of signal faces and shall be capable of carrying a minimum of 10 A per circuit at 120 V. 209-4.090(4) Wiring. Conductors and wiring in the enclosure shall conform to the requirements in Section 209-3.04C, "Cabinet Wiring." 209-4.090(5) Terminal Blocks. Terminal blocks shall be rated at 25 A, 600 V, shall be molded from phenolic or nylon material and shall be the barrier type with plated brass screw terminals and integral type marking strips. Revised: 10/08/03 Contract No. 3607 Page 131 of 184 Pages 209-4.090(6) Dimming Relay. A heavy duty dimming relay shall be provided to reduce the voltage to the lamps at night. Heavy duty relays shall be designed for continuous duty. Relays shall operate during ambient temperatures from -18°C to 71 °C (0° to 160°F). Each relay shall operate in the 8-pin Jones-type socket shown on the plans. Relays shall be provided with double-pole, double-throw contacts. Contact points shall be of fine silver, silver-alloy, or superior alternative material. Contact points and contact arms shall be capable of operation for 250,000 cycles with 20 A of tungsten load per contact at 120 V, 60 Hz AC. Coils shall have a power consumption of 10 V-A or less and shall be designed for continuous duty on 120 volts AC. Heavy duty relays shall be enclosed with a removable, clear plastic cover. 209-5 DETECTORS 209-5.01 Vehicle Detectors. Vehicle detectors shall be the type or types shown on the plans. Ail sensor units, control units, and amplifiers shall meet the requirements of California Test 675. The units shall not be affected by transient voltages when tested in accordance with California Test 667. After a power interruption the units shall return to normal operation within one minute. Each unit shall be provided with a light or meter, for each output circuit, to indicate when the detector is detecting a vehicle. Each detector shall operate over the range of voltages from 100 volts to 135 volts at 60 Hz. Circuitry shall be solid-state except relays with normally closed contacts may be used for the output circuit. Units shall be designed to provide ease of maintenance with easily ac- cessible electronic components. Each detector shall provide vehicle detection without readjustment from -18°C to 71 °C (0° to 160°F). Units shall use printed circuit boards designed to facilitate identification of components. This shall be done by either part identification markings or by providing a pictorial diagram showing physical location and identification of each component. Each printed circuit board shall have the following minimum quality requirements: NEMA FR-4 glass cloth base epoxy resin board, 1.5 mm (Vie") minimum thickness, organic solder masking and gold plated contacts. Intercomponent wiring shall be copper track with a minimum mass of 600 g/m2 (2 oz/ft2). Printed circuit design shall be such that components may be removed and replaced without permanent damage to boards or tracks. Splices shall conform to the provisions in Section 209-2.09, "Wiring." 209-5.01 A Inductive Loop Detectors. Inductive loop detectors shall conform to the following: 209-5.01 A(1) General. The term "inductive loop detector" applies to a complete installation consisting of a loop or group of loops installed in the roadway, as shown on the plans, lead-in cable and a sensor unit with power supply installed in a controller cabinet. 209-5.01 A(3) Sensor Unit Construction. "Card" type sensor units shall conform to the requirements in 'Traffic Signal Control Equipment Specifications," issued by the State of California, Department of Transportation, and to all addendums thereto current at the time of project advertising. Shelf mounted sensor units shall conform to the requirements in Section 11 of the NEMA Standards Publication No. TS 1. Capacitors or inductors necessary for loop tuning shall not be mounted external to the sensor unit. 209-5.01 A(4) Construction Materials. Conductor for each inductive loop detector shall be continuous and unspliced and shall conform to one of the following: Type 1 loop wire shall be Type RHW-USE neoprene-jacketed or Type USE cross-linked polyethylene insulated, No. 12, stranded copper wire. The minimum insulation thickness at any point shall be 1.0 mm (40 mils). Revised: 10/08/03 Contract No. 3607 Page 132 of 184 Pages Type 2 loop wire shall consist of a conductor inside of plastic tubing. The conductor shall be Type THWN or Type XHHW, No. 14, stranded copper wire. The tubing shall be polyethylene or vinyl, rated for use at 105°C, and shall be resistant to oil and gasoline. The tubing shall have a maximum outside diameter of 7 mm (0.27") and a minimum wall thickness of 0.71 mm (0.028"). The conduc- tors 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. Loop detector lead-in cable shall conform to the calculated cross sectional area of ASTM Designation: B 286, Table 1. The lead-in cable shall conform to one of the following: Type B lead-in cable shall be insulated with 0.5 mm (20 mils) of high-density polyethylene. The conductors shall be twisted together with at least 6 turns per meter and the twisted pair shall be protected with a copper or aluminum polyester shield. A No. 20, minimum, copper drain wire shall be provided and connected to the equipment ground within the cabinet. The cable shall be provided with a high-density polyethylene or high-density polypropylene outer jacket with a nominal thickness of 0.8 mm (35 mils). An amorphous interior moisture penetration barrier of nonhydroscopic polyethylene or polypropylene fillers shall be provided. Type C lead-in cable shall conform to International Municipal Signal Association (IMSA) Specification No. 50-2. A No. 20, minimum, copper drain wire shall be provided and connected to the equipment ground within the cabinet. 209-5.01 A(5) Installation Details. Installation and tests shall conform to the details and notes shown on the plans. Unless shown otherwise each loop shall consist of 3 turns of conductor as specified in Section 209-5.01 A(4), "Construction Materials." Slots cut in the pavement shall be washed clean, blown out and thoroughly dried before installing conductors. Residue resulting from slot cutting operations shall not be permitted to flow across shoulders or lanes occupied by public traffic and shall be removed from the pavement surface before any residue flows off of the pavement surface. Residue from slot cutting operations shall be disposed of outside the highway right of way in accordance with Section 7-8.1, "Cleanup and Dust Control." After conductors are installed in the slots cut in the pavement, the slots shall be filled with sealant to within 3 mm (V8") of the pavement surface. The sealant shall be at least 25 mm (1") thick above the top conductor in the saw cut. Before setting, surplus sealant shall be removed from the adjacent road surfaces without the use of solvents. The sealant for filling slots shall conform to the following: 1. Hot-Melt Rubberized Asphalt Sealant.— Hot-melt rubberized asphalt shall be in solid form at room temperature and fluid at an application temperature of 190°C (375°F) to 205°C (400°F). Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both asphalt concrete and Portland cement concrete. Performance characteristics of the cured hot-melt rubberized asphalt shall be as per Table 209-5.01 A(5)(B). Revised: 10/08/03 Contract No. 3607 Page 133 of 184 Pages TABLE 209-5.01 A(5)(B) CURED HOT-MELT RUBBERIZED ASPHALT Property Cone Penetration Flow, 60°C Resilience Softening Point, Ductility, Flash Point, COG, °C Viscosity, Brookfield Thermosel, Measuring Standard (ASTM Designation) ASTM D 3407, Sec. 5 ASTM D 3407, Sec. 6 ,ASTM D 3407, Sec. 8 ASTM D 36 ASTM D 113 ASTM D 92 ASTM D 4402 Results 3.5 mm, max. 5 mm, max. 25%, min. 82 °C, min. 300 mm, min. 288 °C, min. 2.5-3.5 Pa-s Conditions 25°C, 150g, 5s 25°C 25°C, 50 mm/min No. 27 Spindle, 20 rpm, 190°C, The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type melting unit. Temperature of the heat transfer medium shall not exceed 245°C (475°F). Application of the hot- melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied when the pavement surface temperature is greater than 4°C (40°F). Hot-melt sealant shall be packaged in containers clearly marked "Detector Loop Sealant" and specifying the batch and lot number of the manufacturer. Loop conductors shall be installed without splices and shall terminate in the nearest pull box. The loops shall be joined in the pull box in combination of series and parallel so that optimum sensitivity is obtained at the sensor unit. Final splices between loops and lead-in cable shall not be made until the operation of the loops under actual traffic conditions is approved by the Engineer. All loop conductors for each direction of travel for the same phase of a traffic signal system, in the same pull box, shall be spliced to a detector lead-in cable which shall be run from the pull box adjacent to the loop detector to a sensor unit mounted in the controller cabinet. All loop conductors for traffic monitoring shall terminate in a pull box or terminal strip in the traffic monitor station cabinet when a cabinet of that type is installed. Conductors for inductive loop traffic signal and traffic monitoring installations shall be identified and banded, in pairs, by lane, in the pull box adjacent to the loops and near the termination of the conductors in the controller or traffic monitoring station cabinet. Bands shall conform to the provisions in Section 209-2.09, "Wiring." If asphalt concrete surfacing is to be placed, the loop conductors shall be installed prior to placing the uppermost layer of asphalt concrete. The conductors shall be installed, as shown on the plans, in the compacted layer of asphalt concrete immediately below the uppermost layer. Installation details shall be as shown on the plans, except the sealant shall fill the slot flush to the surface. 209-5.01 B Emergency Vehicle Pre-Emption Detector System. Each emergency vehicle preemption detector system shall conform to the details shown on the plans and these special provisions and shall consist of an optical emitter assembly or assemblies located on the appropriate vehicle and an optical detector/discriminator assembly or assemblies located at the traffic signal. Each system shall permit detection of Class II emergency vehicles. Class II emergency vehicles shall be capable of being detected at any range up to 2,500 feet from the optical detector. Revised: 10/08/03 Contract No. 3607 Page 134 of 184 Pages 209-5.016(1) Optical Emitter Assembly. Each optical emitter assembly shall consist of an emitter unit, an emitter control unit and connecting cables and shall conform to the following: Each optical emitter assembly, including temp, shall be designed to operate over an ambient temperature range of -34 2C to 74 2C at both modulation frequencies and to operate continuously at the higher frequency for a minimum of 3,000 hours at 252C ambient before failure of lamp or any other component. Each emitter unit shall be controlled by a single, maintained-contact switch on the respective emitter control unit. The switch shall be capable of being positioned in a readily accessible location to the vehicle driver. The control unit shall contain a pilot light to indicate that the emitter power circuit is energized and shall be capable of generating only Class II modulating code. Functional Requirements. Each emitter unit shall transmit optical energy in one direction only. The signal from each emitter unit shall be capable of being detected at a distance of 2,500 feet when used with a standard optical detection/discriminator assembly. The modulation frequency for Class II signal emitters shall be 14.035 Hz ± 0.003 Hz. The standard optical detection/discriminator assembly to be used in conducting the range tests shall be available from the manufacturer of the system. A certified performance report shall be furnished by the contractor with each assembly. The emitter unit shall be configured with a grating to provide precise directionality control. Electrical Requirements. Each optical emitter assembly shall be capable of providing full light output with input voltages between 10 and 16 volts DC. An optical emitter assembly shall not be damaged by input voltages up to 7.5 volts DC about the supply voltage. The optical emitter assembly shall not generate voltage transient, on the input supply, which exceeds the supply voltage by more than 4 volts. Each optical emitter assembly shall not consume more than 100 watts at 17.5 volts DC and shall have a power input circuit breaker rated at 10 to 12 amperes, 12 volts DC. The design and circuitry of each emitter unit shall permit its use on vehicles with either negative or positive ground without disassembly or rewiring of the unit. Mechanical Requirements. Each emitter unit shall be housed in a weatherproof, corrosion- resistant housing. The housing shall be provided with facilities to permit mounting on various types of vehicles and shall have provision for proper alignment of the emitter unit and for locking of the emitter unit into proper alignment. Each emitter control unit shall be provided with appurtenant hardware to permit its mounting in or on an emergency vehicle or mass transit vehicle. Where required for certain emergency vehicles, the emitter control unit and all exposed controls shall be weatherproof. Each emitter shall include a multi-purpose port compliant with the SAE J1708 communication standard to enable unit configuration to be set into the emitter and read from the emitter. 209-5.01 B(2) Optical Detection/Discriminator Assembly. Optical detection/discriminator assembly shall consist of one or more optical detectors, connecting cable and a discriminator module and conform to the following: Each such assembly, when used with standard emitters, shall have a range of up to 2,500 feet for Class II signals. Standard emitters for Class II signals shall be available from the manufacturer of the system. Range measurements shall be taken with all range adjustments on the discriminator module set to "maximum". Revised: 10/08/03 Contract No. 3607 Page 135 of 184 Pages 209-5.016(3) Optical Detector. Each optical detector shall be a waterproof unit capable of receiving optical energy from one or two separately aimable directions. The horizontal angle between the two directions shall be variable from 5 degrees to 180 degrees. The reception angle for each photocell assembly shall be a maximum of 8 degrees in all directions about the aiming axis of the assembly. Measurements of reception angle will be taken at a range of 2,500 feet for a Class II emitter. All internal circuitry shall be solid state and electrical power shall be provided by the associated discriminator module. Each optical detector shall be contained in a housing, which shall include one or two rotatable photocell assemblies, an electronic assembly and a base. The base shall have an opening to permit its mounting on a mast arm. Each optical detector shall weigh no more than 2.5 pounds and shall present a maximum wind load area of 36 square inches. The housing shall be provided with weep holes to permit drainage of condensed moisture. Each optical detector shall be installed, wired and aimed as specified by the manufacturer. 209-5.01 B(4) Optical Detector Cable. Optical detector cable shall meet the requirements of IPCEA-S-61-402/NEMA WC 5, Section 7.4, 600 volt control cable, 75 SC, Type B and the following: The cable shall contain three conductors, each of which shall be AWG #20 (7x28) stranded, tinned copper with low-density polyethylene insulation. Minimum average insulation thickness shall be 25 mils. The insulation of individual conductors shall be color coded as follows: Yellow - Detector Signal #1 Blue - Detector Signal #2 Orange - Power (+) Bare (Drain) - Common or Ground The shield shall be either tinned copper braid or aluminized polyester film with a nominal 20 percent overlap. Where the film is used, a AWG #20 (7x28) standard, tinned, bare drain wire shall be place between the insulated conductors and the shield and in contact with the conductive surface of the shield The jacket shall be black polyvinyl chloride with a minimum rating of 600 volts and 80 2C and a minimum average thickness of 45 mils. The jacket shall be marked as required by IPCEA/NEMA. The finished outside diameter of the cable shall not exceed 0.3 inches. The capacitance of the optical detector cable, as measured between any conductor and the other conductors and the shield, shall not exceed 14.3 microfarads per 1000 feet. The characteristic impedance of the optical detector cable shall be 0.6 ohms per 1000 feet. 209-5.016(5) Discriminator Module. Each discriminator module shall be designed to be compatible and usable with Model 170 controller unit and to be mounted in the input file of a Model 332 controller cabinet, and shall conform to the requirements of Chapter 1 of the State of California, Department of Transportation, 'Traffic Signal Control Equipment Specifications", dated January 1989, and to all addenda thereto current at the time of project advertisement. Revised: 10/08/03 Contract No. 3607 Page 136 of 184 Pages Each discriminator module shall be capable of operating one or two channels and shall be capable of: 1. Receiving Class II signals at a range of up to 2,500 feet. 2. Decoding the signal on the basis of frequency at 14.035 Hz ± 0.003 Hz for Class II signals. 3. Establishing the validity of received signals on the basis of frequency and length of time received. A signal shall be considered valid only when received for more than 0.50 seconds. No combination of Class I signals shall be recognized as a Class II signal regardless of the number of signals being received, up to a maximum of ten signals. Once a valid signal has been recognized, its effect shall be held by the module in the event of temporary loss of the signal for a period adjustable from 4.5 seconds to 11 seconds in at least 2 steps at 5 ± 0.5 seconds and 10 ± 0.5 seconds. 4. Providing an output for each channel that will result in "tow" or grounded condition of the appropriate input of a Model 170 controller unit. For Class II signals the output shall be steady. Each discriminator module shall be powered from 115 volt (95 volts AC to 135 volts AC), 60 Hz mains and will contain an internal, regulated power supply that supports up to twelve optical detectors. Electric power, one detector input for each channel and one output for each channel, shall terminate at the printed circuit board edge connector pins listed below. Board edge connector pin assignments shall be as follows: Pins Function Pins Function A Ground P Not used D Channel A primary detector input R Detector 24 VDC power output E Detector 24 VDC power output S Not used F Channel A output, collector (+) T Not used H Channel A output, emitter (-) U Not used J Channel B primary detector input V Detector ground K Detector ground W Channel B output collector (+) L Earth ground X Channel B output emitter (-) M AC-(in) Y Not used N AC + (in) Z Not used Two auxiliary inputs for each channel shall enter each module through the front panel connector. Pin assignment for the connector shall be as follows: Pins Function 13 Auxiliary detector 2 input, Channel A 14 Auxiliary detector 1 input, Channel B 15 Auxiliary detector 2 input, Channel B 28 Auxiliary detector 1 input, Channel A Each channel output shall be an optically isolated NPN open collector transistor capable of sinking 50 milliamperes at 30 volts and shall be compatible with Model 170 controller unit inputs. Each discriminator module shall be provided with means of preventing transients received by the detector from affecting the Model 170 controller assembly. Each discriminator module shall have a single connector board, shall be capable of being inserted into the input file of a Model 332 cabinet and shall occupy one slot width of the input file. The front panel of each module shall have a handle to facilitate withdrawal and the following controls and indicators for each channel: Revised: 10/08/03 Contract No. 3607 Page 137 of 184 Pages 1. A Command (High) and Advantage (Low) solid-state LED indicator for each channel to display active calls. 2. A test switch for each channel to test proper operation of Command or Advantage priority. 3. A single confirmation light control output for each channel. These outputs shall be user configurable through software for a variety of confirmation light sequences. The front panel shall be provided with a single circular, bayonet-captured, multi-pin connector for two auxiliary detector inputs for each channel. Connector shall be a mechanical configuration equivalent to a D-Shell 44-Pin front panel. Wiring for a Model 332 cabinet shall conform to the following: Slots 12 and 13 of the input file "J" shall be wired to accept a two-channel module. Field wiring for the primary detectors, except 24-volt DC power, shall terminate on either terminal board TB-9 in the controller cabinet or on the rear of input file "J", depending on cabinet configuration. Where TB-9 is used, position assignments shall be as follows: Position Assignment 4 Channel A detector input, 1st module (Slot J-12) 5 Channel B detector input, 1st module (Slot J-12) 7 Channel A detector input, 2nd module (Slot J-13) 8 Channel B detector input, 2nd module (Slot J-13) The 24 volt cabinet DC power shall be available at Position 1 of terminal board TB-1 in the controller cabinet. All field wiring for the auxiliary detectors shall terminate on terminal board TB-0 in the controller cabinet. Position assignments are as follows: Position Assignment 7 +24VDC from (J-13E) 8 Detector ground from (J-13K) 9 Channel A auxiliary detector input 1 10 Channel A auxiliary detector input 2 11 Channel B auxiliary detector input 1 12 Channel B auxiliary detector input 2 The contractor shall demonstrate that all of the components of the system will perform satisfactorily as a system. Satisfactory performance shall be determined using the following test procedure: 1. Each system to be used for testing shall consist of an optical emitter assembly, an optical detector, at least 200 feet of optical detector cable and a discriminator module. 2. The discriminator modules shall be installed in the proper input file slot of Model 332 controller cabinet. The controller cabinet, together with a Model 170 controller unit with the appropriate operating program, a Model 210 monitor unit and 120 volt AC power, will be available as shown on the plans and as indicated elsewhere in these special provisions. 3. One test shall be conducted using a Class II signal emitter and a distance of 2,500 feet between the emitter and the detector. All range adjustments on the module shall be set to "Maximum" for each test. 4. Each test shall be conducted for a period of one hour, during which the emitter shall be operated for 30 cycles, each consisting of a one minute "on" interval and a one minute "off" interval. During the total test period: (A) the emitter signal shall cause the proper response from the Model 170 controller unit during each "on" interval and (B) there shall be no improper operation of either the Model 170 controller unit or the monitor during each "off" interval. Revised: 10/08/03 Contract No. 3607 Page 138 of 184 Pages 209-5.01 C Video Detection System. The video detection system shall consist of one (1) video camera and one (1) video detection processor (VDP) for each vehicle approach. A video monitor and a pointing device shall be housed in the controller cabinet. The system shall include software that detects vehicles in multiple lanes using only the video image. Detection zones shall be defined using only a video menu and a pointing device to place zones on a video image. A minimum of 24 detection zones per camera shall be available. 209-5.010(1) Functional Requirements. The VDP shall process video from a single source. The source can be a video camera or a video tape player. The video shall be input to the VDP in RS170 format and shall be digitized and analyzed in real time. The VDP shall detect the presence of vehicles in up to 24 detection zones per camera. A detection zone shall be approximately the width and length of one car. Detection zones shall be programmed via a menu displayed on a video monitor and a pointing device connected to the VDP. The menu shall facilitate placement of the detection zones and setting of zone parameters. A separate computer shall not be required for programming detection zones or to view system operations. The VDP shall store up to three different detection zone patterns. The VDP shall be able to switch to any one of the three different detection zone patterns within one second of user request via menu selection with the pointing device. The VDP shall detect vehicles in real time as they travel across each detection zone. The VDP shall have an RS-232 port for communications with an external computer. The VDP shall accept new detector patterns from an external computer through the RS-232 port when that computer uses the appropriate communications protocol for downloading detector patterns. The VDP shall send its detector patterns to an external computer through the RS-232 port when requested when that computer uses the appropriate communications protocol for uploading detector patterns. A Windows-based software program designed for local or remote connection and providing video capture, real-time detection indication and detection zone modification capability shall be provided with the system. The camera system shall be able to transmit an NTSC video signal, with minimal signal degradation, up to 300m (1000 ft). The VDP shall default to a safe condition, such as a constant call to each active detection channel, in the event of unacceptable interference in the video signal. The system shall be capable of automatically detecting a low visibility condition such as fog and respond by placing all defined detection zones in a constant call mode. A user-selected output shall be active during the low visibility condition that can be used to modify the controller operation if connected to the appropriate controller input modifier(s). The system shall automatically revert to normal detection mode when the low visibility condition no longer exists. 209-5.010(2) Operational Requirements. A minimum of 24 detection zones per camera shall be supported and each detection zone can be sized to suit the conditions and the desired vehicle detection region. A single detection zone shall be capable of replacing multiple loops and the detection zone may be AND'ed or OR'ed together to indicate vehicle presence on a single phase of traffic movement. Placement of detection zones shall be done by using a pointing device and a graphical interface built into the VDP and displayed on a video monitor. No separate computer shall be required to program the detection zones. Up to three detection zone patterns shall be saved within the VDP memory and this memory shall be preserved during power outages. The selection of the detection zone pattern for current use shall be done through a menu system. It shall be possible to activate a detection zone pattern for a camera from VDP memory and have the detection zone pattern displayed within one second of activation. When a vehicle is detected crossing a detection zone, the detection zone will flash a symbol on the screen to confirm the detection of the vehicle. Detection shall be at least 98% accurate in good weather conditions and at least 96% accurate under adverse weather conditions (rain, snow or fog). Detector placement shall not be more distant from the camera than a distance of fifteen times the mounting height of the camera. Revised: 10/08/03 Contract No. 3807 Page 139 of 184 Pages The VDP shall provide up to eight channels of vehicle presence detection through a NEMA TS1 port. The VDP shall provide dynamic zone reconfiguration (DZR) to enable normal detector operation of existing zones except the one being added or modified during the setup process. The VDP shall output a constant call on any detection channel when the corresponding zone is being modified. Detection zone outputs shall be configurable to allow the selection of presence, pulse, extend and delay outputs. Timing parameters of pulse, extend, and delay outputs shall be user definable between 0.1 and 25.0 seconds. Up to six detection zones shall be capable of counting the number of vehicles detected. The count value shall be internally stored for later retrieval through the RS-232 port. The data collection interval shall be user definable in periods of five, fifteen, thirty or sixty minutes. 209-5.010(3) Hardware Requirements. The VDP shall be housed in a durable metal enclosure suitable for shelf mounting in the side rails of the controller cabinet. The VDP enclosure shall not exceed 180mm (7.1 in) in length and 157mm (6.2 in) in depth. The VDP shall operate satisfactorily in a temperature range of -34°C to +74°C (-29°F to +165°F) and a humidity range of 0%RH to 95% RH, non-condensing. The VDP shall be powered by 24 volts DC. VDP power consumption shall not exceed 10 watts. The VDP shall include an RS-232 port for serial communications with a remote computer. This port shall be a 9-pin "D" subminiature connector on the front of the VDP. The front of the VDP shall include one BNC video input connection suitable for RS170 video inputs. The vjdeo input shall include a switch-selectable 75-ohm or high impedance termination to allow camera video to be routed to other devices, as well as input to the VDP for vehicle detection. The front of the VDP shall include one BNC video output providing real time video output that can be routed to other devices. 209-5.010(4) Video Detection Camera. The video camera shall be furnished by the VDP supplier and shall be qualified by the supplier to ensure proper system operation. The camera shall produce useable video image of the bodies of vehicles under all roadway lighting conditions, regardless of time of day. The minimum range of scene luminance over which the camera shall produce a useable video image shall be the minimum range of night time to day time but not less than the range of 0.1 lux to 10,000 lux. The camera shall use a CCD sensing element and shall output monochrome video with resolution of not less than 380 lines vertical and 380 lines horizontal. The camera shall include an electronic shutter control based upon average scene luminance and shall be equipped with a factory adjusted manual iris. The camera shall include a variable focal length lens with variable focus that can be adjusted, without opening the camera housing, to suit the site geometry by means of a portable interface device designed for that purpose and manufactured by the detection system supplier. The horizontal field of view shall be adjustable from 8.1° to 45.9°. A single camera configuration shall be used for all approaches in order to minimize setup time and spares required by the user. The camera electronics shall include AGC to produce a satisfactory image at night. The camera shall be housed in a weather-tight sealed enclosure. The camera enclosure shall be able to rotate to allow proper alignment between the camera and the traveled road surface. The camera enclosure shall be equipped with a sun shield. The sun shield shall include a provision for water diversion to prevent water from flowing in the camera's field of view. The camera enclosure with sun shield shall be less than 170mm (6 in) in diameter, less than 380mm (15 in) long, and shall weigh less than 13.3kg (6 pounds) when the camera and lens are mounted inside the enclosure. The camera enclosure shall include a thermostatically controlled heater to assure proper operation of the lens at low temperatures and to prevent moisture condensation on the optical faceplate of the enclosure. When mounted outdoors in the enclosure, the camera shall operate satisfactorily in a temperature range of -34°C to +60°C (-29°F to +140°F) and a humidity range of 0% RH to 100% RH. The camera shall be powered by 120/240 VAC, 50/60 Hz. Power consumption shall be 15 watts or less under all conditions. Revised: 10/08/03 Contract No. 3607 Page 140 of 184 Pages Recommended camera placement height shall be 10m (33 ft) above the roadway, and over the traveled way on which vehicles are to be detected. For optimum detection, the camera should be centered above the traveled roadway. The camera shall view approaching vehicles at a distance not to exceed 100m (350 ft) for reliable detection (heightidistance ration of 10:100). Camera placement and field of view shall be unobstructed and as noted in the installation documentation provided by the supplier. The camera enclosure shall be equipped with separate, weather-tight connections for power and video cables at the rear of the enclosure. These connections may also allow diagnostic testing and viewing of the video signal at the camera while the camera is installed, using a lens adjustment module supplied by the VDP supplier. Video and power shall not be connected within the same connector. The video signal output by the camera shall be black and white in RS170 or CCIR format. The video signal shall be fully isolated from the camera enclosure and power cabling. 209-5.010(5) Installation Requirements. The coaxial cable to be used between the camera and the VDP in the controller cabinet shall be Belden 8281 or a 75 ohm, precision video cable with 20 gauge solid bare copper conductor (9.9 ohms/M), solid polyethylene insulating dielectric, 98% (min) tinned copper double-braided shield and black polyethylene outer covering. The signal attenuation shall not exceed 0.78 dB per 30m (100 ft) at 10 MHz. Nominal outside diameter shall be 8mm (0.304 in). The coaxial cable shall be a continuous, unbroken run from the camera to the VDP. This cable shall be suitable for installation in conduit or overhead with appropriate span wire. 75 ohm BNC plug connectors shall be used at both the camera and controller. The coaxial cable, BNC connector and crimping tool shall be approved by the supplier of the video detection system, and the manufacturer's instructions must be followed to ensure proper connection. The power cabling shall be 16 AWG three conductor cable. The cabling shall comply with the National Electric Code, as well as local electrical codes. Cameras may acquire power from the luminaire if necessary. The video detection system shall be installed by supplier factory certified installers and as recommended by the supplier and documented in the installation materials provided by the supplier. Proof of factory certification shall be provided. 209-5.010(6) Warranty. The supplier shall provide a limited two year warrant on the video detection system. See supplier's standard warranty included in the Terms and Conditions of Sale documentation. During the warranty period, technical support shall be available from the supplier via telephone within four hours of the time a call is made by the user. This support shall be made available from factory certified personnel or factory certified installers. During the warranty period, updates to the VDP software shall be made available from the supplier without charge. 209-5.010(7) Maintenance and Support. The supplier shall maintain an adequate inventory of parts to support maintenance and repair of the video detection system. These parts shall be made available for delivery within 30 days of placement of an acceptable order at the supplier's current pricing and terms of sale for said parts. The supplier shall maintain an ongoing program of technical support for the video detection system. This technical support shall be available via telephone, or via personnel sent to the installation site upon placement of an acceptable order at the supplier's current pricing and terms of sale for on site technical support services. Installation or training support shall be provided by a factory authorized representative. All product documentation shall be written in the English language. The contractor shall ensure the presence of a factory authorized representative at the time of traffic signal turn-on. 209-5.02 Pedestrian Push Button Assemblies. Where shown on the plans, pedestrian push button assemblies of substantial tamper-proof construction and signs shall be furnished and installed. The housing shall be either die-cast or permanent mold cast aluminum, or when specified shall be ultraviolet stabilized, self-extinguishing structural plastic. Plastic housings shall be black matching Color No. 17038, 27038 or 37038 of Federal Standard No. 595B, and shall be colored throughout. The assembly shall be rainproof and shall be shockproof in any weather condition. The pedestrian push button switch shall be a phenolic enclosed precision snap-acting type, single-pole, double-throw, switching unit, with screw type terminate, rated 15 A at 125 volts AC, and shall have the following characteristics: Revised: 10/08/03 Contract No. 3607 Page 141 of 184 Pages 1. Switching unit shall have a stainless steel plunger actuator and shall be provided with U-frame to permit recessed mounting in push button housing. 2. Switch shall have an operating force of 2.5 N (9 oz.) to 3.6 N (13 oz.) and a minimum release force of one newton (4 oz.). 3. Pretravel shall be 0.4 mm (V64") maximum. 4. Over travel shall be 6 mm f/ua") minimum. 5. Differential travel shall be 0.01 mm (0.0004") to 0.05 mm (0.002"). 6. Actuator shall have a minimum diameter of 50 mm (2"). Where a pedestrian push button is attached to a pole, the housing shall be shaped to fit the curvature of the pole and secured to provide a rigid installation. Saddles shall be provided to make a neat fit when required. Where a pedestrian push button is to be mounted on top of a Size 65X21/2") diameter post, the housing shall be provided with a slip-fitter fitting and screws for securing rigidly to the post. Pedestrian push button signs shall be porcelain enameled metal or structural plastic. Push button and sign shall be installed on the crosswalk side of the pole. Arrows on push button signs shall point in the same direction as the corresponding crosswalk. Where Type A push buttons are specified, each push button assembly shall be equipped with red and green indicator lamps. Lamps shall be so connected that, when the push button has been activated, the red lamp shall be energized and continue so until the next pedestrian walk interval, at which time the green lamp shall be energized in lieu of the red lamp. At the termination of the pedestrian walk interval, the lamps shall be de-energized until the next actuation of the push button. Lenses for the lamps shall have a visible diameter of approximately 32 mm (1V4") and a length of approximately 22 mm (7/8"). On the Type A or Type B push button assembly, the sign shall attach to and be securely supported by the framework. With Type C pedestrian push buttons, the instruction sign shall be mounted, using 2 straps and saddle brackets, on the same standard as the push button assembly. Straps and saddle brackets shall be as shown on the plans and shall be corrosion-resisting chromium nickel steel con- forming to the specifications of ASTM Designation: A 167, Type 302. Bolts shall be stainless steel with a chromium content of at least 17 percent and a nickel content of at least 8 percent. Bolts shall NOT be theft-proof. 209-6 LIGHTING 209-6.01 High Pressure Sodium Luminaires. High pressure sodium luminaires shall be the enclosed type with a horizontal burning lamp. Luminaires shall be the cutoff type. Each luminaire shall consist of a housing, a reflector, a refractor or a lens, a lamp socket, an integral ballast, a terminal strip and a lamp. Housings shall be fabricated from aluminum. Housings that are painted shall withstand a 1000-hour salt spray test as specified in ASTM Designation: B 117. All other metal parts of the housing shall be fabricated from metal at least equal in corrosion resistance and finish to the metal in the housing. Each housing shall be provided with a slip-fitter capable of mounting on a 50 mm (2") pipe tenon and of being adjusted 5 degrees from the axis of the tenon. The clamping brackets of the slip-fitter shall not bottom out on the housing bosses when adjusted within the ±5 degree range. No part of the slip-fitter mounting brackets on the luminaires shall develop a permanent set in excess of 0.5 mm (0.020") when the four 10 mm (%") diameter cap screws used for mounting are tightened to 13 N-m (10 ft/lbs.). All luminaires to be mounted on horizontal mast arms, when tested in accordance with California Test 611, shall be capable of withstanding cyclic loading in (G = Acceleration of Gravity): 1. a vertical plane at a minimum peak acceleration level of 3.0 G peak-to-peak sinusoidal loading (same as 1.5 G peak) with the internal ballast removed, for a minimum of 2 million cycles without failure of any luminaire parts. 2. a horizontal plane perpendicular to the direction of the mast arm at a minimum peak acceleration level of 1.5 G peak-to-peak sinusoidal loading (same as 0.75-G peak) with the internal ballast installed, for a minimum of 2 million cycles without failure of any luminaire parts. Revised: 10/08/03 Contract No. 3607 Page 142 of 184 Pages 3. a vertical plane at a minimum peak acceleration level of 1.0 G peak-to-peak sinusoidal loading (same as 0.5-G peak) with the internal ballast installed, for a minimum of 2 million cycles without failure of any luminaire parts. Each mast arm mounted luminaire shall be furnished with a photoelectric unit receptacle. If a photoelectric unit receptacle is included and the plans call for the omission of a photoelectric unit, a raintight shorting cap shall be installed. The surface of each reflector shall be specular and shall be protected by either an anodized finish or a silicate film. The reflector shall be shaped so that a minimum of light is reflected through the arc tube of the lamp. Each refractor or lens shall be mounted in a frame that is hinged to the housing and secured with a spring-loaded latch. Each refractor shall be made of glass or polycarbonate plastic. Each lens shall be made of heat and impact resistant glass. The optical system, consisting of the reflector, refractor or lens, lamp socket and lamp, shall be in a sealed chamber. Sealing shall be provided by a gasket between the reflector and refractor or lens and a gasket between the reflector and lamp socket. The chamber shall have provision for filtered flow of air in and out of the chamber due to lamp heat. Filtering shall be accomplished by either a separate filter or a filtering gasket. Each lamp socket shall be a porcelain enclosed mogul-multiple type. The shell shall contain integral lamp grips to assure electrical contact under conditions of normal vibration. The socket shall be mounted in the luminaire in a manner to permit pre-setting a variety of specified light distribution patterns. The socket shall be rated for 1500 W and 600 V, and shall be rated for a 4-kV pulse. When the components are mounted on a down-opening door, the door shall be hinged and secured to the luminaire housing separately from the refractor or flat lens frame. The door shall be easily removable and replaceable. The door shall be secured to the housing in a manner to prevent its accidental opening when the refractor or flat lens frame is opened. Field wires connected to the luminaire shall terminate on a barrier type terminal block secured to the housing. The terminal screws shall be captive and equipped with wire grips for conductors up to No. 6. Each terminal position shall be clearly identified. The minimum light distribution for each luminaire shall be as shown on the isolux diagrams on the plans. The maximum brightness of each cutoff luminaire, with the lamp indicated, shall be as Table 209-6.01 (A): TABLE 209-6.01 (A) CUTOFF TYPE LUMINAIRE Lamp ANSI Code No. S55 S66 S50 S67 S51 Lamp Wattage 150 200 250 310 400 Maximum Brightness (cd/m2) 140 140 175 210 260 Brightness readings will be taken using a brightness meter with an acceptance angle of 1.5 degrees. When measured on the 90-degree and 270-degree lateral angle line, the maximum brightness shall not exceed the above specified brightness when the meter is located at a horizontal distance of 37 m (120') and a vertical distance of 2.3 m (7.5') between the luminaire and the meter, or at an angle of 3 degrees 35 minutes from the horizontal to the line between the luminaire and the meter. Measurements shall be made from both the 90-degree line and the 270-degree line and averaged. The lamp used for each test shall be operated at the wattage necessary to produce a light output as shown in Table 209-6.01 (B): Revised: 10/08/03 Contract No. 3607 Page 143 of 184 Pages TABLE 209-6.01(6) LAMP WATTAGE VERSUS LIGHT OUTPUT Lumens 16000 22000 27000 37000 50000 Lamp Wattage 150 200 250 310 400 209-6.01 A High Pressure Sodium Lamp Ballasts. Each ballast shall be designed for the type, characteristics and wattage of the lamp it is to operate and it shall provide the proper starting and operating waveforms, voltage and current. Ballasts shall provide reliable lamp starting and operation at ambient temperature down to -30°C for the rated life of the lamp. Ballasts shall be designed for continuous operation at ambient air temperatures from -20°C to 25°C without reduction in ballast life. Ballasts shall have a design life of not less than 100,000 hours. Ballasts shall be designed to operate for at least 180 cycles of 12 hours on and 12 hours off, with the lamp circuit in an open or short-circuited condition and without measurable reduction in the operating requirements. Ballasts shall be tested in accordance with the requirements of ANSI C82.6-1980, "Methods of Measurement of High-Intensity-Discharge Lamp Ballasts." Starting aids for ballasts of a given lamp wattage shall be interchangeable between ballasts of the same wattage and manufacturer without adjustment. A Certificate of Compliance conforming to the provisions in Section 4-1.5, "Certification," shall be submitted by the manufacturer with each lot of integral ballast luminaires and with each lot of ballasts designed for use outside of luminaires. The certificate shall state that the lot of ballasts meets, in every respect, the above requirements and the lamp-ballast specifications of the lamp manufacturer. The input voltage for ballasts shall be as shown on the plans or as specified in these special provisions. Each integral ballast shall consist of separate components, each of which shall be capable of being easily replaced. A starting aid which is encapsulated will be considered as a single component. Each component shall be provided with screw terminals, NEMA tab connectors or a single multi-circuit connector. All conductor terminals shall be identified as to the component terminal to which they connect. Heat-generating components shall be mounted so as to use the portion of the luminaire upon which they are mounted as a heat sink. Capacitors shall be located as far as practicable from heat-generating components or shall be thermally shielded to limit the case temperature to 75°C. Transformers and inductors shall be resin-impregnated for protection against moisture. Capacitors, except those in starting aids, shall be metal cased and hermetically sealed. Ballasts to be located remote from the luminaire shall be the submersible type and shall conform to the requirements in Section 209-6.09C, "Submersible Type Transformers." All components, including starting aid, shall be enclosed in a single housing. Ballast leads shall extend a minimum of 300 mm (12") from the case. Steel housings shall be galvanized or painted. Ballast housings shall be clearly labeled to in- dicate lamp type, lamp wattage and input voltage. Ballasts for high-pressure sodium lamps shall have a ballast characteristic curve which will intersect both of the lamp-voltage limit lines between the wattage limit lines and remain between the wattage limit lines throughout the full range of lamp voltage. This requirement shall be met not only at the rated input vdtage of the ballast, but also at the lowest and highest input voltage for which the ballast is rated. Throughout the lifetime of the lamp, the ballast curve shall fall within the specified limits of lamp voltage and wattage. Ballasts for luminaires to be mounted on mast arms, brackets or lowering assemblies shall be located within the luminaire housing. Revised: 10/08/03 Contract No. 3607 Page 144 of 184 Pages 209-6.01 A(1) Regulator Type Ballasts. Regulator type ballasts shall conform to the following: For nominal input voltage and lamp voltage, the ballast design center shall not vary more than 7.5 percent from rated lamp watts. The ballast shall be designed so that a capacitance variance of ±6 percent will not cause more than a ±8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. The lamp current crest factor shall not exceed 1.8 for input voltage variation of ±10 percent at any lamp voltage from initial through life. Regulator type ballasts shall be lag-type or lead-type conforming to the following: Lag-Type Regulator Ballasts.— Each lag-type regulator ballast shall have the primary and secondary windings electrically isolated and, when operated with the appropriate lamp, shall have the following characteristics and shall maintain the following lamp operation: The power factor shall be not less than 90 percent throughout the life of the lamp at nominal line voltage with a nominally rated reference lamp. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 18 percent for ±10 percent input voltage variation. Lead-Type Regulator Ballasts.— Each lead-type regulator ballast (CWA-constant wattage auto- regulator) shall, when operated with the appropriate lamp, have the following characteristics and shall maintain the following lamp operation: The power factor shall be not less than 90 percent when the ballast is operated at nominal line voltage with a nominally rated reference lamp. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 30 percent for ±10 percent input voltage variation. 209-6.01 A(2) Autotransformer or Reactor Type Ballasts. Each nonregulating reactor, autotransformer, or high reactance ballast shall, when operated with the appropriate lamp, have the following characteristics and shall maintain the following lamp operations: The power factor shall be not less than 90 percent when the ballast is operated at nominal line voltage with a nominally rated reference lamp. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 25 percent for ±5 percent input voltage variation. For nominal input voltage and lamp voltage, the ballast design center shall not vary more than 7.5 percent from rated lamp watts. The lamp current crest factor shall not exceed 1.8 for input voltage variation of ±5 percent at any lamp voltage from initial through life. 209-6.01 B High Pressure Sodium Lamps. High pressure sodium lamps shall conform to the ANSI Standard: C 78, "Lamp Specifications, Physical and Electrical Characteristics of High-Intensity- Discharge Lamps," when tested in accordance with ANSI Standard: C 78.388, "Methods of Measurement of High Pressure Sodium Lamp Characteristics." High-pressure sodium lamps shall have a minimum average rated life of 24 000 hours. Revised: 10/08/03 Contract No. 3607 Page 145 of 184 Pages 209-6.02 Mission Bell Luminaires. The contractor shall be responsible for furnishing and installing all components of the Mission Bell fixture and light standard in accordance to manufacturer's specifications and these special provisions. The Contractor's responsibility shall include, but is not limited to, mounting adaptor to mast arm, mounting bracket for use with photoelectric control and suspension method for conductors. Dissimilar metals shall not be used for mounting the Mission Bell to the fixture adapter (plumberizer). The 50 mm (2") diameter close aluminum nipples used between the plumberizer and Mission Bell casting shall be fabricated from bar stock aluminum conforming to ASTM designation 6061-T6 or 6063-T1 and shall be bored through along their central axis with a 25 mm (1") diameter hole to accommodate the lighting conductors. All aluminum incorporated in the fixture shall be clear anodized in accordance with Aluminum Association designation AA-M12C22A41. The minimum anodic coating thickness shall be not less than 0.03 mm (1.0 mil). Mission Bell Luminaires shall conform to the requirements of section 209-6.01 of these special provisions except as noted in this section (209-6.02) and shall be Sierra Lighting catalog number MB-200-HPS-240-DBZ, General Electric catalog number BELL20S3AGMN3DB or approved equal. All Mission Bell Luminaires from any source shall be modified as specified herein. The Contractor shall submit shop drawings for the mounting design for approval by the Engineer prior to fabrication in accordance with Section 2-5.3 Shop Drawings. 209-6.03 Soffit and Wall Luminaires, and Lamps. Soffit and wall luminaires shall be of the type or types specified. Soffit and wall luminaires shall be weatherproof and corrosion resistant. Installation details and minimum light distribution shall be as shown on the plans. Each flush- mounted soffit luminaire shall consist of a metal body, a prismatic refractor mounted in a door frame, a prismatic glass or specular anodized aluminum reflector, a ballast, and a lamp socket. The body shall have provisions for anchoring in concrete and shall be provided with two Size 27, minimum, conduit hubs. The refractor shall be glass and shall be clearly identified as to "street side." The door frame assembly shall be hinged, gasketed and secured to the body by at least 3 machine screws. The ballast shall be located either within the housing or in a ceiling pull box as shown on the plans. Each pendant soffit luminaire shall be enclosed and gasketed, and shall be furnished with aluminum finish. The reflector shall have a specular anodized aluminum finish. The refractor shall be made of heat-resistant polycarbonate or glass. The optical assembly shall be hinged and latched for lamp access and shall be provided with a device to prevent dropping. Each pendant soffit luminaire shall be furnished with a ballast and with a galvanized metal box for mounting the luminaire. The ballast shall be designed for operation in a raintight enclosure. The box shall be provided with a gasketed cover with 2 captive screws and 2 chains to prevent dropping. Each wall-mounted luminaire shall consist of a cast metal body, a prismatic refractor mounted in a door frame, an aluminum reflector with a specular anodized finish, an integral ballast and a lamp socket. The refractor shall be glass. A gasket shall be provided between the refractor and the body of the fixture. Each luminaire shall be provided with at least two 8 mm (5/16") minimum diameter mounting bolts. Cast aluminum bodies, which are to be cast into or mounted against concrete, shall be given a thick application of alkali-resistant bituminous paint on all surfaces to be in contact with concrete. Unless otherwise specified, each soffit luminaire and each wall luminaire shall be furnished with a 70-W high-pressure sodium lamp, with a minimum average rated life of 24 000 hours. Each lamp socket shall be positioned to locate the light center of the lamp within 13 mm (V2") of the light center location for which the luminaire is designed. Ballasts for soffit and wall luminaires shall be the autotransformer, reactor or regulator type conforming to the provisions in Section 209-6.01 A, "High Pressure Sodium Lamp Ballasts." Ballasts for wall luminaires shall be located in the luminaire housing or, when shown on the plans, in a pull box adjacent to the luminaire. Revised: 10/08/03 Contract No. 3607 Page 146 of 184 Pages 209-6.04 Pedestrian Crossing Fixtures. Pedestrian crossing fixtures shall consist of fluorescent lighting fixtures for pedestrian undercrossings and for pedestrian overcrossings as shown on the plans. w 209-6.05 Sign Lighting Fixtures— Mercury. Each mercury sign lighting fixture shall be designed for mounting near the bottom of the sign panel on an overhead sign structure. The fixture shall be of an enclosed design and shall be raintight and corrosion resistant. Each fixture shall consist of a housing with door, a reflector, refractor or a flat lens, a lamp, a socket assembly, a ballast and a fuse block, and shall conform to the following: 1. Housing.— The housing shall have a door designed to hold a refractor or flat lens. Housings and doors shall be fabricated of sheet or cast aluminum. Sheet aluminum shall conform to the requirements of ASTM Designation: B 209 or B 209M for 5052-H32 aluminum sheet. Painting is not required. All external bolts, screws, hinges, hinge pins and door closure devices shall be of material which will not corrode in normal use.The housing shall be provided with holes to permit condensed water to drain. The door shall be hinged to the housing on the side of the fixture away from the sign panel and shall be provided with two captive latch bolts or other latching device. The door shall be provided with means to allow the door to be locked in the open position (50 degrees, minimum from the plane of the door opening) with a wind of 110 km/h (70 mph) striking the door from either side. The juncture of the door and the housing shall be gasketed to provide a raintight and dusttight joint. The thickness of the gasket shall be 6 mm (0.25"), minimum. The maximum height of the fixture shall be 300 mm (12") above the top of the mounting rails. When the fixture is mounted on the mounting channels without a mounting plate, 4 holes of 11 mm (7/16") diameter shall be provided. The distance between the front and back holes shall be 165 mm (61/2"). 2. Reflector.— The reflector shall be one piece and shall be made from specularly finished aluminum protected with an electrochemically applied anodized finish or a chemically applied silicate film. The reflector shall be designed so that water deposited on it due to condensation will drain away. The reflector shall be secured to the housing with a minimum of two screws and shall be removable without removing any fixture parts. No reflectors shall be attached to the outside of the housing. 3. Refractor.— Refractors shall be made from borosilicate heat resistant glass. When a flat lens is used, the lens shall be made from heat resistant glass. The refractor shall be so designed or shielded that no fixture luminance is visible when the fixture is approached directly from the rear and the viewing level is the bottom of the fixture. When a shield is used it shall be an integral part of the door casting. 4. Lamp.— Each fixture shall be furnished with a 175-W mercury lamp conforming to ANSI C78.386-1989, Code: H39KC-175/DX. Lamps shall have a minimum average rated life of 16 000 hours. 5. Lamp Socket.— The lamp socket shall be a porcelain enclosed mogul type. The shell shall contain integral lamp grips to assure electrical contact under conditions of normal vibration. The center contact shall be spring-loaded. Shell and center contact shall be nickel plated brass. The socket shall be rated for 1500 W and 600 V. 6. Ballast. — The ballast for each mercury sign fixture shall be designed for the characteristics and wattage of the lamp and it shall provide the proper starting voltage and operating waveforms, voltage and current. Ballasts shall provide reliable lamp starting and operation at ambient temperatures down to -25°C for the rated life of the lamp. Ballasts shall be designed for continuous operation at ambient air temperatures from -20°C to 25°C without reduction in ballast life. Ballasts shall have a design life of not less than 100 000 hours. Ballasts shall be tested in accordance with the requirement of ANSI Standard C82.6-1980, "Methods of Measurement of High-Intensity-Discharge Lamp Ballasts." A Certificate of Compliance conforming to the provisions in Section 4-1.5, "Certification," shall be submitted by the manufacturer with each lot of sign lighting fixtures. The certificate shall state that the ballasts meet, in every respect, the above requirements and the lamp ballast specif ications of the lamp manufacturer. Revised: 10/08/03 Contract No. 3607 Page 147 of 184 Pages Ballasts consisting of separate components shall conform to the following: 1. Each component shall be capable of being easily replaced. Each component shall be provided with screw terminals, NEMA tab connect or a single multi-circuit connector. All conductor terminals shall be identified as to the component terminal to which they connect. 2. Heat-generating components shall be mounted so as to use the portion of the sign lighting fixture upon which they are mounted as a heat sink. Capacitors shall be located as far as practicable from heat-generating components or shall be thermally shielded to limit the case temperature to 75°C. 3. Transformers and inductors shall be resin-impregnated for protection against moisture. Capacitors shall be metal cased and hermetically sealed. 4. Ballasts for mercury sign lighting fixtures shall be normal power factor reactor type or autotransformer regulator type (CWA-constant wattage autotransformer). 5. Reactor Type Ballasts.— Each reactor type ballast shall, when operated with the mercury lamp, have the following characteristics and shall maintain the following lamp operation: a) The power factor shall be not less than 50 percent. b) The lamp wattage shall not vary by more than a ±10 percent for a ±5 percent input voltage variation. c) The lamp current crest factor shall not exceed 1.5 at rated input voltage. d) Ballast losses shall not exceed 25 W. 6. Autotransformer Regulator Ballasts.— Each autotransformer regulator type ballast shall, when operated with the mercury lamp, have the following characteristics and shall maintain the following lamp operation: a) The power factor shall be not less than 90 percent. b) The lamp wattage shall not vary by more than a ±7 percent for a ±10 percent input voltage variation. c) The lamp current crest factor shaN not exceed 1.7 at rated input voltage. d) Ballast losses shall not exceed 40 W. 7. Fuse Block.— Each fixture shall be provided with a barrier type fuse block for terminating field connections. The block shall be secured to the housing and shall be accessible without removal of any fixture parts. The block shall be mounted to leave a minimum of 13 mm (0.5 ") air space from the sidewalls of the housing. The block shall be designed for easy removal of fuses with fuse puller, shall be rated at 600 volts and shall have box terminals. Fuses shall be 10 mm (13/32") diameter, 38 mm (11/2") long ferrule type and shall be UL or ETL listed. For 120-volt input fixtures, only the ungrounded conductor shall be fused and a solid link shall be provided between the neutral and the ballasts. 8. Wire Guard.— When shown on the plans, each sign lighting fixture shall be provided with a wire guard to prevent damage to the refractor or lens. The guard shall be constructed of 6.5 mm (0.2625") (minimum) diameter steel wire and shall be either hot-dip galvanized or provided with an electroplated zinc coating conforming to ASTM Designation: B 633, Service Condition SC4 with a clear chromate dip treatment. Guard elements shall be spaced so as to prevent rocks in excess of 40 mm (1V2") in diameter from passing through. When the fixture is located so that the light center of the lamp is 1.4 m (56") in front of, 300 mm (12") below, and centered on a 3 m (10') high by 6 m (20') wide sign panel, the ratio of the maximum to minimum illuminance level on the panel shall not exceed 12 to 1 in 95 percent of the points measured. In addition, the illuminance gradient shall not exceed 2 to 1. Illuminance gradient is defined as the ratio of the minimum illuminance on any 300 mm (12") square of panel to that on any adjacent 300 mm (12") square of panel. The minimum horizontal lux requirements shall conform to the "Isolux Diagrams" shown on the plans. Each fixture shall be furnished with a mounting assembly that will permit the fixture to be mounted on the continuous slot channels shown on the plans. The mounting assembly shall be either cast aluminum, hot-dip galvanized steel plate or steel plate that has been galvanized and finished with a polymeric coating system. Revised: 10/08/03 Contract No. 3607 Page 148 of 184 Pages 209-6.06 Sign Lighting Fixtures— Incandescent. Each sign lighting fixture for an incandescent lamp shall be of the type shown on the plans or as specified in these special provisions. Sign lighting fixtures shall be UL or ETL listed for outdoor installation. The fixture shall consist of a hood with side outlet tapped for conduit and a symmetrical 250 mm (10") steel reflector. Fixture shall be rated at 150 W minimum. The reflector shall have a white porcelain enamel finish. The fixture shall have a medium base socket. 209-6.06 Internally Illuminated Street Name Signs. Internally illuminated street name signs shall conform to the details shown on the plans. The general design of signs shall be as shown on the plans. Minor details of construction shown are typical and may be modified subject to approval by the Engineer. The sign fixture shall be designed and constructed to prevent deformation or failure when subjected to 113 km/h (70mph) wind loads as set forth in the AASHTO publication, "Standard Specifications for Structural Supports of Highway Signs, Luminaires and Traffic Signals," and amend- ments thereto. The sign panels shall not deform or warp under a 113 km/h (70 mph) wind loading. A Certificate of Compliance conforming to the provisions in Section 4-1.5, "Certification," shall be sub- mitted by the manufacturer with each lot of internally illuminated street name signs. The certificate shall state that the internally illuminated street name signs meets the wind load requirements as described above. All material used in fabrication shall be new. If not covered herein, both the material and workmanship shall be of the best quality consistent with the intended purpose. All ferrous parts shall be galvanized or cadmium plated, unless otherwise specified herein or shown otherwise on the plans. Signs shall be Type B. Additionally all Internally Illuminated Street Name Signs shall conform to the following requirements: 1. Housing.— The top and bottom shall be formed or extruded aluminum and shall be attached to formed or cast aluminum end fittings. The design shall provide continuous sealing between top and bottom assemblies and the end fittings. The housing shall be rigidly constructed to resist torsional twist and warp. Provisions shall be made for ease of maintenance of all components. The opening or removal of one panel shall permit access to the interior of the sign and allow for replacement of lamps, ballasts and fuses. Type IV photoelectric unit sockets shall be provided. On Type A signs, both sides shall be hinged at the top to permit installation or removal of the sign panels, and to permit access to the interior of the sign. On Type B signs, the sign panels shall be slide-mounted into the housing. 2. Reflectors.— At the option of the Contractor, reflectors may be used to provide the required sign brightness. Reflectors, if used, shall be formed aluminum with acrylic baked white enamel surface having a minimum reflectance of 0.85. 3. Sign Panels.— The sign panels shall be slide-mounted or rigid mounted in a frame, with white legend, symbols, arrows, and border on each face, as shown on the plans. The background shall be green. The entire surface of the sign panel shall fabricated with prismatic, cube corner reflective sheeting (Diamond Grade or equal) and shall be evenly illuminated. The average of brightness readings for the letters shall be 500 cd/m2 (150 foot-lamberts), minimum. The light transmission factor of the sign panel shall provide a letter to background brightness ratio of be- tween 10 to 1 and 20 to 1. The luminance of the background shall not vary by more than 40 percent from the average of background brightness reading. The luminance of the letters, symbols and arrows shall not vary by more than 20 percent from the average brightness reading of letters, symbols and arrows. The sign panels shall be translucent panels of high impact resis- tant plastic of one of the following types: a) Glass fiber reinforced acrylated resin. b) Polycarbonate resin. c) Cellulose acetate butyrate plastic. d) Paint on the outside of the plastic shall be protected by a plastic film which shall seal the front surface of the panel and filter out ultraviolet radiation. Paint shall be acrylic plastic type. e) All surfaces shall be free of blemishes in the plastic or coating that may impair the serviceability or detract from the general appearance and color matching of the sign. Revised: 10/08/03 Contract No. 3607 Page 149 of 184 Pages f) The white or green color shall not fade or darken when the sign is exposed to an accelerated test of ultraviolet light which is equivalent to 2 years of outdoor exposure. The green color of the sign, when not illuminated, shall conform to Color No. 14109 of Federal Standard 595B. g) The sign panels shall not crack or shatter when a 25.4 mm (1") diameter, steel ball with a mass of 67 grams (4 oz.) is dropped from a height of 2.6 m (8.5') above the sign panel to any point of the sign panel. The panels shall be lying in a horizontal position and supported within their frame for this test. 4. Gaskets.— On Type A signs, gaskets shall be installed between the sign panel frame and the fixture housing to prevent the entrance of water between the frame and the fixture housing. Gaskets shall be uniform and even textured and shall be the closed cell, sponge neoprene type, designed for use at temperatures between -20°C(-4°F) and +70°C (158°F). Gaskets shall be neatly applied to thoroughly degreased, clean surfaces with a suitable heat-resistant adhesive which will not allow the gaskets to slip at temperatures between -20°C and +70°C. 5. Ballasts.— Ballasts shall be of the high power factor type and shall be capable of starting the lamps at -20°C (-4°F) and above. Ballasts for Type A signs shall be rated at 200 mA. Ballasts for Type B signs shall be rated at 430 mA. Ballasts shall be listed by UL or ETL for operation on 110 to 125 V, 60 Hz circuits, and shall conform to the requirements of ANSI Standard: C 82.1 and ANSI Standard: C 82.2. A separate ballast shall be provided for each lamp. 6. Lamp holders.— Lamp holders shall be listed by UL or ETL for outdoor use, shall be provided with silver coated contacts and waterproofed entrance leads for use with a rapid-start fluorescent lamp. Removal of the lamp from the socket shall de-energize the primary of the ballast. Each lamp holder shall be provided with a heat-resistant, circular cross section, partially recessed neoprene ring to seal against the lamp ends and protect electrical contacts from moisture and dirt or other injurious elements. One lamp holder for each lamp shall be of the spring-loaded type. The distance between the face of the lamp holders for each lamp shall provide a compression of at least 2.5 mm (0.10") on the spring-type lamp holder when the lamp is in place. The lamp shall have positive mechanical and electrical contact when the lamp is in place. The socket on the spring-type lamp holder shall have sufficient travel to permit installation of the lamp. Springs for lamp holders shall not be part of the current carrying circuit. Lamp holders shall match lamp requirements and shall not increase cathode filament circuit resistance by more than 0.10 Q. 7. Lamps.— Lamps shall be of the types shown on the plans and shall meet the requirements of ANSI Standard: C 78. 8. Terminal Blocks.— All wiring connections in the fixture shall be terminated on molded, phenolic, barrier type, terminal blocks rated at 15 A, 1000 V, and shall have integral type, white, waterproof marking strips. All current carrying parts of the terminal block shall be insulated from the fixture with integral plugs or strips to provide an insulating value in excess of the line-to-ground flashover voltage. If the Contractor elects to use sectionalized terminal blocks, each section shall be provided with an integral barrier on each side and shall be capable of rigid mounting and alignment. Terminal screws shall be size No. 10, minimum. 9. Fuses.— Fuses shall be Type SAG, miniature, slow blowing type with appropriate current and voltage ratings. Fuseholder shall be a panel-mounting type with threaded or bayonet type knob which grips the fuse tightly for extraction. A separate fuse shall be provided for each ballast. 10. Weep Holes.— Screened weep holes shall be provided at strategic locations in all members subject to the collection of moisture. Weep holes shall be shielded to prevent light leakage from the fixture. 11. Fasteners.— All fasteners, screws, and hardware shall be of passive stainless steel (Type 302 or 304) or aluminum Type 6060-T6. 12. Mounting Assemblies.— The top of the fixture housing shall have 2 free-swinging mounting brackets. Each of the brackets shall be adjustable vertically for leveling the sign to either a straight or curved mast arm. The bracket assembly shall permit the fixture to swing perpendicular to the sign panel. Hinge pins for the free-swinging brackets shall have a minimum diameter of Revised: 10/08/03 Contract No. 3607 Page 150 of 184 Pages 6 mm (0.25"). At least 4.6 m (15') clearance shall be provided between the bottom of the fixture and the roadway. 13. Message.— The message, as shown on the plans, shall be displayed on both sign panels. If not shown on the plans, the message, and the size of symbols or arrows will be furnished by the Engineer at the request of the Contractor. Unless shown otherwise, letters shall be 200 mm <6") upper case and 150 mm -(6") lower case, Series E. 14. Mass.— The total mass of the complete sign assembly, including lamps, ballasts, mounting brackets and appurtenances shall not exceed 30 kg. 15. Conductors.— All fixture conductors shall be UL or ETL listed appliance wiring material (AWM) stranded copper wire with 0.7 mm (28 mils), minimum, thermoplastic insulation, rated at 1000 volts and rated for use at 90°C. Conductors shall be No. 16, minimum, and shall match the color coding of the ballast leads. The size of conductors from the sign disconnect to the fuse block shall be as shown on the plans. All conductors within the fixture shall be secured with easily removable spring cross straps (not clamped) in the chassis or fixture. Straps shall be installed not more than 300 mm (12") apart. Stranded copper conductors connected to screw type terminals shall terminate in approved crimp type ring connectors. Splices will not be permitted within the fixture unless approved in writing by the Engineer. 16. Equipment List and Drawings.— Within 15 days following approval of contract, the Contractor shall submit 3 sets of shop drawings and a list of equipment and materials he proposes to install, as specified in Section 2-5, "Plans and Specifications." The shop drawings shall show the message for each sign and shall include the size of letters, symbols or arrows, as shown on the plans or as furnished by the Engineer. The list of equipment shall include the name of the manufacturer of all materials and sufficient detail to identify the materials. If requested, the Contractor shall supply, without cost to the Agency, sufficient samples of materials to be used in the fabrication of the sign, or a complete sign assembly, to permit adequate testing and evaluation of conformance to the specified requirements. 209-6.07 Photoelectric Controls. Photoelectric controls, as specified in these special provisions or as shown on the plans, shall be capable of switching multiple lighting systems directly. Type IV photoelectric control shall be used unless otherwise shown on the plans or required by these special provisions and shall be installed in a receptacle integral with the luminaire. 1. Type I photoelectric control shall consist of a remote photoelectric unit and a test switch housed in an enclosure. 2. Type II photoelectric control shall consist of a remote photoelectric unit, a separate contactor located in a service equipment enclosure, and a test switch located in the service equipment enclosure unless shown otherwise. 3. Type III photoelectric control shall consist of a remote photoelectric unit, and a separate contactor and a test switch housed in an enclosure. 4. Type IV photoelectric control shall consist of a photoelectric unit which plugs into an EEI-NEMA twist lock. 209-6.07A Types. The types of photoelectric controls shall be as follows: receptacle integral with the luminaire. Type V photoelectric control shall consist of a photoelectric unit, contactor and test switch located in a service equipment enclosure. A switch to permit manual operation of the lighting circuit shall be provided for each Type I, Type II, Type III, and Type V photoelectric control. Switches shall be of the single-hole mounting toggle type, single-pole, single-throw, rated at 12 A and a voltage rating to match the circuit. Switches shall be furnished with an indicating nameplate reading "Auto-Test" and shall be connected in parallel with the load contacts of the photoelectric unit. Test switch shall not have an "OFF" position. Revised: 10/08/03 Contract No. 3607 Page 151 of 184 Pages Photoelectric units for Types I, II and III photoelectric controls, shall be pole-top mounted unless otherwise specified. 209-6.07B Equipment Details. Equipment details shall conform to the following: 209-6.078(1) Photoelectric Unit. The photoelectric unit shall provide an output in response to changing light levels. Components of the unit shall not require periodic replacement. Units shall have a "turn-on" between 10 and 50 lux (one and 5 footcandles) and a "turn-off" at between 1.5 and 5 times "turn-on." Measurements shall be by the procedures set forth in EEI-NEMA Standards for Physical and Electrical Interchangeability of Light-Sensitive Control Devices Used in the Control of Roadway Lighting. Photoelectric controls, except Type IV and Type V, shall be furnished with a 100 mm (4") minimum inside diameter pole-top mounting adaptor containing a terminal block and with cable supports or clamps to support pole wires. The photoelectric unit receptacle shall be the EEI- NEMA type. Mounting brackets shall be used where pole-top mounting is not possible. Photoelectric controls shall be installed at the locations shown on the plans and oriented as directed by the Engineer. For switching 480 V, 60 Hz circuits, a 100 V'A, minimum, 480/120-volt transformer shall be installed in the contactor enclosure to provide 120 volts for the photoelectric control unit. Where more than one photoelectric unit is to be installed at the same location, a single transformer, with a volt-ampere rating capable of handling the total controlled load, may be used. Photoelectric units shall be screened to prevent artificial light from causing cycling. The photoelectric unit shall also conform to the following: The supply voltage rating shall be 60 Hz, 105-130 V, 210-240 V, or 105-240 V, as specified. The load rating shall be 800 W minimum, incandescent, mercury or fluorescent. The operating temperature range shall be from -29°C (-20°F) to 65°C (150°F). The power consumption shall be less than 10 W. The unit shall be housed in a weatherproof enclosure. The base of the unit shall be provided with a 3-prong, EEI-NEMA standard, twist-lock plug mounting. 1. Units shall be provided with a "fail-on" feature. 209-6.078(2) Contactor. The contactor shall have contacts rated to switch the specified lighting load and shall be normally open, unless otherwise specified. The contactor shall be either the mechanical armature type or the mercury displacement type. The contacts of the mechanical armature type contactor shall be either fine silver, silver alloy, or superior alternative material. The contactor shall have a minimum rating of 30 A, per contact, inductive load. 209-6.078(3) Contactor and Test Switch Housing. The enclosure for Type I and Type III photoelectric controls shall be NEMA Type 3R. The enclosure shall be provided with a factory applied rust resistant prime coat and finish coat. Two applications of paint to match the color of the standard shall be applied as specified in Section 209-2.16, "Painting." The enclosure may be hot-dip galvanized in lieu of painting. A minimum of 65 mm (21/2") shall be provided between contactor terminals and end of enclosure for wiring connections. The enclosure shall be mounted on the same standard as the photoelectric unit at a height of approximately 1.8 m (6') above the base. 209-6.078(4) Wiring. Conductors between the photoelectric unit and an external contactor shall be No. 14 and shall be run inside the lighting standard, or in conduit, unless otherwise shown on the plans. Revised: 10/08/03 Contract No. 3607 Page 152 of 184 Pages 209-6.076(5) Terminal Blocks. Terminal blocks shall be rated at 25 A, 600 V, shall be molded from phenolic or nylon material and shall be the barrier type with plated brass screw terminals and integral type marking strips. 209-6.09 Transformers. Multiple to multiple and series to multiple transformers shall be of the single-phase, dry type designed for operation on a 60 Hz supply. 209-6.09A Electrical Requirements. Transformer ratings shall be 120/480 volts, 240/480 votts or 480/120 volts for multiple to multiple units and 6.6 A/120 volts or 6.6 A/480 volts for series to multiple units or other ratings as shown on the plans. Secondary 480-volt windings shall be center tapped. Volt-ampere ratings shall be as shown on the plans. Transformer efficiency shall exceed 95 percent for multiple to multiple units and 80 percent for series to multiple units. Secondary voltage regulation and tolerance shall be ±3 percent from half load to full load for multiple to multiple units and +10 per- cent (maximum) at no load to ±3 percent at full load for series to multiple units. Transformers shall have a decal showing a connection diagram. The diagram shall show either color coding or tagging of wires with primary (H1, H2) or secondary (X1, X2) markers, and shall also show the primary and secondary voltage and volt-ampere rating. 209-6.09B Physical Requirements. External leads for multiple to multiple and series to multiple secondary connections shall be Type USE, No. 10, rated 600 volts AC. Primary conductors for series to multiple transformers shall be rated for use on 5000-volt AC circuits. Transformer leads shall extend a minimum of 300 mm (12") from the case. Transformer insulation shall be NEMA 185°C or better. Series to multiple transformers shall withstand the application of 12 000 volts AC from core to primary coil and from coil to coil for a one minute period. Series to multiple transformer secondaries and multiple to multiple transformers shall withstand the application of 2200 volts AC from core to coils and, for multiple units only, from coil to coil for a one minute period. The above tests shall be made immediately after operation of the transformer at full load for 24 hours. Non- submersible transformers shall be provided with metal half-shell coil protection, shall have moisture resistant, synthetic varnish impregnated windings and shall be suitable for outdoor operation in a raintight enclosure. Each transformer to be installed in a pull box shall be the submersible type and shall be provided with a handle and a hanger. 209-6.09C Submersible Type Transformers. Submersible type transformers shall be securely encased in a rugged corrosion resistant, watertight case and shall withstand a 5-day test submerged in 600 mm (2') of salt water (2 percent salt by mass) with 12-hour on and off periods. The operating periods shall be at full load. Leads of submersible transformers shall be brought out through one or more sealed hubs and shall be secured in a manner which will withstand a 450-N (100 Ib) static pull without loosening or leaking. 209-6.11 Falsework Lighting. Falsework lighting shall consist of lighting to illuminate the pavement, portals and pedestrian walkways at or under openings in the falsework required for traffic. Lighting to provide pavement and portal illumination shall be provided at the locations shown on the plans or specified in these special provisions. Lighting to provide pedestrian walkway illumination shall be provided at all pedestrian openings through or under falsework. 209-6.11 A General. The Contractor shall submit a plan of the proposed lighting installations and shaJl not commence falsework opening construction until those plans have been reviewed and ap- proved by the Engineer. Approval will be made in accordance with Section 2-5, "Plans and Specifications." The Contractor shall design falsework lighting so that required maintenance can be performed with a minimum of inconvenience to public traffic. Closing of traffic lanes for routine maintenance will not be permitted on roadways with posted speed limits in excess of 25 miles per hour. Illumination of pavement under falsework with portals less than 45 m (150') apart and illumination of falsework portals shall be provided only during the hours of darkness as defined in Division 1, Section 280, of the California Vehicle Code. Photoelectric switches shall be used to Revised: 10/08/03 Contract No. 3607 Page 153 of 184 Pages control those falsework lighting systems. Illumination of pavement under falsework with portals 45 m (150') or more apart and illumination of all pedestrian openings through falsework shall be provided 24 hours per day. All lighting fixtures shall be aimed in such a manner as to preclude glare to oncoming motorists. Type NMC cable with No. 12 minimum, conductors with ground wire shall be used. The cable shall be fastened to the supporting structure at sufficient intervals to adequately support the cable and within 300 mm (12") from every box or fitting. All conductors within 2.4 m (8') of ground shall be enclosed in a Size 16, or larger metal conduit. Each illumination system shall be on a minimum of one separate branch circuit at each bridge location. Each branch circuit shall be fused, not to exceed 20 A. For falsework lighting, the Contractor shall arrange with the serving utility to complete service connections. Energy, line extension, service, and service hookup costs shall be paid by the Contractor. Upon completion of the project or when directed by the Engineer, falsework lighting equipment shall become the property of the Contractor and shall be removed from the site of the work. The Contractor may propose a lighting plan which will provide light intensities equivalent to the systems specified herein. The Contractor shall supply sufficient data to permit evaluation of alternative methods. 209-6.11 B Pavement Illumination. For illumination of pavement at vehicular openings through falsework the following shall apply: 1. Lighting fixtures shall be provided with R/FL commercial type flood lamp holder with protective covers. 2. Fixtures shall be fully adjustable with brackets and locking screws and shall permit mounting directly to a standard metal junction box. 3. Lamps shall be medium-base R-40 flood lamps and shall be 150 W minimum. 4. A continuous row of the type of fixtures required shall be installed at the location and spacing as shown on the plans or as specified in these special provisions. The fixtures shall be installed beneath the falsework structure, with the end fixtures not further than 3 m (10') inside the portal faces. Fixtures shall be installed and energized as a first order of work after the members supporting them have been erected. 5. Fixtures along the sides of the opening shall be placed no more than 1.2 m (4') behind or 600 mm (21) in front of the roadway face of the temporary railing. Mounting heights of these fixtures shall be between 3.6 m (12') and 5 m (16') above the roadway surface and shall present an unobstructed light pattern on the pavement. 209-6.11C Portal Illumination. For illumination of falsework portals the following shall apply: 1. On each side of each entrance portal, clearance guides consisting of plywood sheets, 1.2 m (4') wide by 2.4 m (8') high, shall be fastened vertically facing traffic with the bottom of the panel 1.0 m (3') to 1.2 m (4') above the roadway. The center of the panel shall be located approximately one meter (3') horizontally behind the roadway face of the railing. The panels shall be freshly painted for each installation with not less than 2 applications of flat white paint, furnished and applied by the Contractor. Testing of paint will not be required. 2. When ordered by the Engineer, in order to improve the general appearance of the painted surfaces herein described, the Contractor shall repaint designated areas and that painting will be paid for as extra work as provided in Section 3-3, "Extra Work." 3. Falsework portals shall be illuminated on the side facing traffic with 150-W, minimum, PAR reflector flood lamps mounted on the structure directly over each vertical support adjacent to the traveled way, as needed to uniformly illuminate the exterior falsework beam, the clearance guides and the overhead clearance sign. Each lamp shall be supported approximately 5 m (16') above the pavement and approximately 1.8 m (6') in front of the portal face, the exact position to be as directed by the Engineer. Revised: 10/08/03 Contract No. 3607 Page 154 of 184 Pages 4. The above specified portal lighting and clearance guides shall be installed on the day that vertical members are erected. 209-6.11D Pedestrian Walkway Illumination. For illumination of pedestrian openings through or under falsework, the following shall apply: 1. Fixtures shall be flush mounted in the overhead protection shield, and shall be equipped with a clear polycarbonate diffuser lens, which is damage resistant. 2. Lamps shall be standard incandescent 100 W, 120 V. 3. Fixtures shall be centered over the passageway at intervals of not more than 4.5 m (15') with the end fixtures not more than 2 m (7') inside the end of the pedestrian openings. 4. Pedestrian passageway light systems shall be installed as a first order of work after the overhead protection shield is erected. 209-7 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT 209-7.01 Removing Electrical Equipment. Attention is directed to Section 7-9, "Protection and Restoration of Existing Improvements." Existing electrical equipment shown on the plans or specified in these special provisions to be removed and not reused or salvaged, and pull boxes, conduit and detector frames not reused, shall become the property of the Contractor and shall be removed from the street right of way in accordance with the provisions in 300-1, "Clearing and Grubbing," except, if not interfering with other construction, underground conduit may be abandoned in place after all conductors have been removed. Care shall be exercised in salvaging equipment so that it will not be damaged or destroyed and will remain in its existing condition whenever possible. Mast arms shall be removed from standards. Luminaires, signal heads, and signal mounting assemblies shall be removed from standards and mast arms. Attention is directed to the provisions in Section 7-9, "Protection and Restoration of Existing Improvements" and 300-1.2, "Preservation of Property." The Contractor will be required to repair or replace, at the Contractor's expense, any electrical equipment to be salvaged which, as determined by the Engineer, has been damaged or destroyed by reason of the Contractor's operations. Attention is directed to the provisions in Section 209-2.03, "Foundations," regarding foundations to be abandoned or removed. Holes resulting from removing pull boxes and detector frames shall be filled with material equivalent to the surrounding material. 209-7.02 Reinstalling Removed Electrical Equipment. When removed electrical equipment is to be reinstalled, the Contractor shall furnish and install all necessary materials and equipment, including signal mounting assemblies, anchor bolts, nuts, washers and concrete as required to complete the new installation. All traffic signal and flashing beacon faces to be reinstalled or to be part of a modified system shall be cleaned and relamped. All luminaires and sign lighting fixtures to be reinstalled shall be cleaned and relamped. Existing materials required to be relocated and found to be unsatisfactory by the Engineer shall be replaced by new material and the cost therefore will be paid for as extra work as provided in Section 3-3, "Extra Work." 209-8 PAYMENT 209-8.01 Payment. The contract lump sum price or prices paid for signal, flashing beacon, lighting, sign illumination, traffic monitoring station, closed circuit television systems, or combinations thereof; for modifying or removing those systems; for temporary systems; or the lump sum or unit prices paid for various units of those systems; or the lump sum or per meter price paid for conduit of the various sizes, types and installation methods listed in the Engineer's Estimate shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing, modifying, or removing the systems, combinations or units thereof, as shown on the plans, as specified in these special provisions, and as directed by the Engineer, including any necessary pull boxes (except when the type required is shown as a separate contract Revised: 10/08/03 Contract No. 3607 Page 155 of 184 Pages item); excavation and backfill; concrete foundations (except when shown as a separate contract item); pedestrian barricades; furnishing and installing illuminated street name signs; installing Agency-furnished sign panels on pedestrian barricades, on flashing beacon standards, and on traffic signal mast arms; restoring sidewalk, pavement and appurtenances damaged or destroyed during construction; salvaging existing materials; and making all required tests. Full compensation for all additional materials and labor, not shown on the plans or specified, which are necessary to complete the installation of the various systems, shall be considered as included in the prices paid for the systems, or units thereof, and no additional compensation will be allowed therefore, except as provided in Section 209-1.05, "Maintaining Existing and Temporary Electrical Systems." When shown as a contract item, the contract price paid per meter for cast-in-drilled-hole concrete pile (signal foundation) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in constructing reinforced concrete pile foundations of the size shown on the Engineer's Estimate, including drilling holes, disposing of the material resulting from drilling holes, furnishing and placing anchor bolt assemblies and rein- forcing steel, complete in place, as shown on the plans, and as specified in these special provisions and as directed by the Engineer. When shown as a contract item, non-reinforced portland cement concrete foundations will be measured and paid for in the manner as provided in Section 303-1.11, "Payment." When shown as a separate contract item by the lump sum or per bid item linear measurement, interconnection conduit and conductor shall include all interconnection conductors, but shall only include conduit and pull boxes containing interconnection conductors and no other conductors. The quantity of interconnection conduit and conductor to be paid for by the lump sum bid or the bid item linear measurement shall be the length of that conduit. Compensation for conduit containing in- terconnection conductors and other conductors shall be considered as included in the contract price paid for the item requiring the other conductors. Full compensation for furnishing, installing, maintaining and removing falsework lighting equipment shall be considered as included in the contract prices paid for the items of work involved in the structure which requires the falsework lighting and no additional compensation will be allowed therefore. SECTION 210 - PAINT AND PROTECTIVE COATINGS 210-1 PAINT. 210-1.5 Paint Systems. Add the following to Table 210-1.5(A) TABLE 210-1.5 (A) Surface to be Painted Temporary Railing type (K) Pre-reatment / Surface Preparation Abrasive Blast Cleaning to a Roughened, Textured Appearance Primer None (1) acrylic emulsion paint designed for use on exterior masonry. This paint sha Federal Specification TT-P-19 (latest revision), Paint, Acrylic Emulsion, Exterioi This paint may be tinted by using "universal" or "all purpose" concentrates. Finish Coats Two coats white Acrylic Emulsion Paint (1) 1 comply in all respects to |» Revised: 10/08/03 Contract No. 3607 Page 156 of 184 Pages 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follows: Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chevrons, and curbs shall be rapid dry water borne conforming to CALTRANS Specification No. PTWB-01. Paint for pavement legends, pavement symbols, pavement arrows, cross walks, parking stall markings and stop bars shall be alkyd thermoplastic conforming to CALTRANS Specification No. 8010-19A. Glass beads shall be applied to the surface of the rapid dry water borne paint and the molten thermoplastic material and shall conform to the requirements of CALTRANS Specification No. 8010-004 (Type II). CALTRANS Specifications for water borne paint, thermoplastic material and glass beads may be obtained from the CALTRANS Transportation Laboratory, P.O. Box 19128, Sacramento, CA 95819, telephone number {916) 227-7000. Add the following section. 210-1.8 Preformed Thermoplastic Pavement Markings. Preformed Thermoplastic Pavement Markings shall be Premark brand manufactured by Flint Trading Company 115 Todd Court, Thomasville, NC 27360, Premark 20/20 Flex brand manufactured by Flint Trading Company 115 Todd Court, Thomasville, NC 27360, Pavemark brand manufactured by Stimsonite Corporation, 6565 West Howard Street, Niles, IL 60714 or approved equal. 210-3 GALVANIZING Add the following section: 210-3.6 Galvanizing for Traffic Signal Facilities. The requirements of this section shall pertain only to the preparation and galvanizing of traffic signal facilities. Galvanizing of products fabricated from rolled, pressed and forged steel shapes, plates, bars and strip 3.2 mm (V8") thick or thicker, shall conform to the specifications of ASTM Designation: A 123, except that complete seal welding of tightly contacting surfaces of these products prior to galvanizing is required only where seal welding is shown on the plans or specified in these special provisions. Except for pre-galvanized standard pipe, galvanizing of material 3.2 mm (V8"j thick or thicker shall be performed after fabrication into the largest practical sections. At the option of the Contractor, material thinner than 3.2 mm (V8") shall be galvanized either before fabrication in conformance with the requirements of ASTM Designation: A525M, Coating Designation Z600, or after fabrication in conformance with the requirements of ASTM Designation: A 123, except that the weight of zinc coating shall average not less than 365 g per square meter (1.2 oz. per ft^) of actual surface area with no individual specimen having a coating weight of less than 305 g per square meter (1.0 oz. per ft2). Galvanizing of standard pipe shall conform to the requirements of ASTM Designation: A 53. Galvanizing will not be required for stainless steel, monel metal and similar corrosion resistant parts. Fabrication shall include all operations such as shearing, cutting, punching, forming, drilling, milling, bending, welding and riveting. All welded areas shall be thoroughly cleaned prior to galvanizing to remove all slag or other material that would interfere with the adherence of the zinc. When it is necessary to straighten any sections after galvanizing, the work shall be performed without damage to the zinc coating. Galvanizing of iron and steel hardware and nuts and bolts, when specified or shown on the plans, shall conform to the specifications of ASTM Designation: A 153, except whenever threaded studs, bolts, nuts, and washers are specified to conform to ASTM Designation: A 307, A 325, A 325M, A 449, A 563, A 563M, or F 436 and zinc coating is required, they shall be hot-dip zinc coated or mechanically zinc coated in accordance with the requirements of the ASTM Designations. Unless otherwise specified, galvanizing shall be performed after fabrication. Components of bolted assemblies shall be galvanized separately before assembly. Tapping of nuts or other internally threaded parts to be used with zinc coated bolts, anchor bars or studs shall be done after galvanizing Revised: 10/08/03 Contract No. 3607 Page 157 of 184 Pages and shall conform to the requirements for thread dimensions and overlapping allowances in ASTM Designation: A 563 or A 563M. When specified, painting of zinc coated surfaces shall be in accordance with the procedures in Section 210-1, "Paint." Galvanized surfaces that are abraded or damaged at any time after the application of the zinc coating shall be repaired by thoroughly wire brushing the damaged areas and removing all loose and cracked coating, after which the cleaned areas shall be painted with 2 applications of unthinned zinc-rich primer (organic vehicle type) conforming to the provisions in Section 210-3.5, "Repair of Damaged Zinc Coating." Aerosol cans shall not be used. SECTION 212 - LANDSCAPE AND IRRIGATION MATERIALS 212-1 LANDSCAPE MATERIALS. 212-1.2.3 Commercial Fertilizer, add the following: Preplant fertilizer shall be granular commercial fertilizer 7-7-7 or approved equal. Postplant fertilizer shall be 12-4-6 or approved equal with Ca, Fe, Zn, and Mn and with the majority of nitrogen in nonammoniac form to prevent acidification of soil. Planting tablets shall be compressed fertilizer tablets with a 20-10-5 analysis. Hy^KJseed ^jffi&if shall be long-lasting, controlied-release, plastic-coated, uniform in composition, free-flowing, suitable for application with approved equipment, and shall contain the minimum available percentages of nitrogen, phosphoric acid, potash and sulfur required by tables 212-1,2,5-1 (A) through JH2*$r2*5r 3(A). 212-1.2.4 Organic Soil Amendment. Add the following: For all types of Organic Soil Amendment mulch materials produced from pine trees grown in Alameda, Monterey, Santa Clara, Santa Cruz or San Mateo Counties shall not be used in the Work. Type 1A Organic Soil Amendment shall conform to the requirements for type 1 Organic Soil Amendment except as modified hereinafter. Type 1A Organic Soil Amendment shall be a wood or rice residual product derived from the bark of pine, white fir, or red fir or cedar or redwood shavings or rice hulls. Type 1A Organic Soil Amendment shall be manufactured from clean wood, free from clods coarse objects and rocks and shall conform to the properties shown in Table 212-1.2.4(6): TABLE 212-1.2.4(6) SOIL AMENDMENT PROPERTIES Property Dry Weight Nitrogen Dry Weight Passing 25 mm (1") Sieve Dry Weight Passing #4 Sieve Dry Weight Passing #1 6 Sieve Dry Weight Passing #30 Sieve Dry Weight Passing #50 Sieve Dry Weight Passing #100 Sieve Salinity Iron ( Dilute acid soluble on dry weight basis) Ash (dry weight basis) PH Wettability Minimum (D 100% 95% 45% 30% 0% 0% (1) 0.08% 0% 6.0 (D Maximum (D 100% 100% 65% 40% 10% 2% (1) — 6.0% 7.0 0) (1) (As Required by Table 212-1.2.4(A) SSPWC) Revised: 10/08/03 Contract No. 3607 Page 158 of 184 Pages For all types of Organic Soil Amendment the Contractor shall supply the Engineer a sample of the proposed amendment accompanied by an analytical analysis from a qualified agricultural laboratory certifying compliance to the requirements herein. Qualified agricultural laboratories shall have an on- going quality assurance program that fulfills the requirements of the most recent version of the "Western States Laboratory Proficiency Testing . rogram Soil and Plant Analytical Methods". Certificates of compliance shall contain a statement attesting that the organic soil amendment meets the requirements of these specifications and that the testing agricultural laboratory does fulfill the requirements of "Western States Laboratory Proficiency Testing Program Soil and Plant Analytical Methods". Said submittal shall be in accordance with Section 2-5.3.3. Add the following section: 212-1.2.6 Herbicides and Pesticides. Shall be used in their appropriate applications with strict adherence to manufacturer's specifications and instructions. Postemergent herbicide for all areas shall be Glyphosate, N-(phosphonomethyl) glycine, in the form of its isopropylamine salt such as Roundup Pro, Diquat, Montar, or approved equal. Preemergent herbicide for shrubs and groundcover areas planted from flats shall be Treflan, Surflan, Eptan, or approved equal. Add the following section: 212-1.2.7 General Soil Conditioners. Agricultural-grade gypsum shall be a calcium sulfate (CaSO4 H20) product - 94.3 percent. 90 percent shall pass a 50-mesh screen. Control of dust during application is mandatory. Iron Sulfate shall be ferrous sulfate in pelletized or granular form containing not less than 20.0 percent iron expressed as metallic iron. Iron Sulfate pellets shall be of size and gradation such that 98 percent is retained on a 10-mesh screen. 212-1.4.1 General. Add the following: Plants shall be the variety and size shown on the plans or in the special provisions and shall conform to the requirements of these specifications. Contractor shall notify the Engineer 48 hours before each plant delivery so that the Engineer can inspect the plants. The scientific and common names of plants herein specified shall conform to the approved names given in "A Checklist of Woody Ornamental Plants in California, Oregon and Washington" published by the University of California, Division of Agriculture Sciences, Publication 4091 (1979). Each group of plant materials delivered on site shall be labeled clearly as to species and variety. All patented plants (cultivars) required by the plant list shall be delivered with a proper plant patent attached. The Contractor shall obtain clearance from the County Agricultural Commissioner, as required by law, before planting plants delivered from outside the County in which they are to be planted. Evidence that clearance has been obtained shall be filed with the Engineer. All plants furnished by the Contractor shall be true to type or name as shown on the plans and shall be tagged identifying the plants by species or variety; however, determination of plant species or variety will be made by the Engineer and the Engineer's decision shall be final. Plants shall be individually tagged or tagged in groups by species or variety. Carpobrotus cuttings need not be tagged. All plants shall comply with Federal and State laws requiring inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plants, and certificates shall be delivered to the Engineer. Plants furnished by the Contractor shall be healthy, shapely, and well-rooted, and roots shall show no evidence of having been restricted or deformed at any time. Plants shall be well-grown, free from insect pests and disease, and shall be grown in nurseries which have been inspected by the State Department of Food and Agriculture and have complied with the regulations thereof. Revised: 10/08/03 Contract No. 3607 Page 159 of 184 Pages The Engineer is the sole judge as to acceptability of each plant. Vigorous, healthy, well-proportioned plants are the intent of this specification. Plants which are even moderately "overgrown", or are showing signs of decline or lack of vigor, are subject to rejection. The size of the plants will be as shown on the plans. Plants larger in size than specified may be used with the approval of the Engineer, but the use of larger plants will make no change in contract price. If the use of larger plants is approved, soil amendments shall be increased proportionately. All plants not conforming to the requirements herein specified shall be considered defective and such plants, whether in place or not, shall be marked as rejected, and immediately removed from the site and replaced with new plants by the Contractor at the Contractor's expense. The Engineer reserves the right to change the species, variety, and/or sizes of plant material to be furnished, provided that the cost of such plant changes do not exceed the cost of plants in the original bid, and with the provision that the Contractor shall be notified in writing, at least 60 days before the planting operation has commenced. No plant shall be transported to the planting area that is not thoroughly wet throughout the ball of earth surrounding the roots. Any plant that, in the opinion of the Engineer, has a damaged root ball or is dry or in a wilted condition when delivered to the planting area will not be accepted, and shall be replaced by the Contractor at the Contractor's expense. Each plant shall be handled and packed in the approved manner for that species or variety, and all necessary precautions shall be taken to ensure that the plants will arrive at the site of the work in proper condition for successful growth. Trucks used for transporting plants shall be equipped with covers to protect plants from windburn. Root condition of plants furnished by the Contractor in containers will be determined by removal of earth from the roots of not less than 2 plants nor more than 2 percent of the total number of plants of each species or variety, except when container-grown plants are from several sources, the roots of not less than 2 plants of each species or variety from each source will be inspected by the Engineer. In case the sample plants inspected are found to be defective, the Agency reserves the right to reject the entire lot or lots of plants represented by the defective samples. Any plants rendered unsuitable for planting because of this inspection will be considered as samples and will not be paid for. The Contractor shall notify the Engineer when plants are to be shipped to the project site. The notification shall be given not less than 10 days prior to the actual shipment date. 212-1.5.3 Tree Stakes. Modify as follows: Tree stakes shall be 50mm (2") diameter turned lodgepole pine, pointed on their driven end. Add the following section: 212-1.6 Erosion Control Matting. Erosion control matting shall be made of 100-percent- biodegradable, weed-free wheat straw of thickness and density yielding 270 grams per square meter (0.50 lb./sy) with photodegradable polypropylene netting with a density of 0.89 grams per square meter (1.64 lb/1000 sy) having an approximate mesh interval of 50 mm x 50 mm (2" x 2") on each face of the straw mat. The straw mat shall be sewn together with unidirectional lines of cotton or polypropylene thread spaced approximately 50 mm (2") apart. Erosion control matting shall be "North American Green, DS150", "BonTerra S2", or approved equal. Add the following section: 212-1.7 Erosion Control Mat Staples. Erosion control mat staples shall be 25 mm x 150 mm (1" x 6"), U-shaped 11-gauge mild steel staples. Revised: 10/08/03 Contract No. 3607 Page 160 of 184 Pages Add the following section: 212-1.8 Root Barriers. Root barriers shall be no less than 1 m (39") in width. Root barriers shall be "Biobarrier", as manufactured by Reemay, Inc., 70 Old Hickory Boulevard, Old Hickory, TN 97138, Phone 615-847-7000, no substitutes will be accepted. SECTION 213 - ENGINEERING FABRICS 213-2GEOTEXTILES. 213-2.1 General. Add the following: Geotextile types shall be used for the applications listed in Table 213-2.1 (A) Table 213-2.1 (A) GEOTEXTILE APPLICATIONS Application of Geotextile Separation of Soil and Street Structural Section Separation of Soil and Subsurface Aggregate Drain Reinforcement of Street Structural Section Remediation and Separation of Soil Reinforcement of Soil Drainage at the Interface of Soil Structures Drainage at the Interface of Soil and Structures Rock Slope Protection Fabric for Rock Sizes Below 225 kg (% Ton) Rock Slope Protection Fabric for Rock Sizes Including and Above 225 kg (1/4 Ton) Plant Protection Covering Erosion Control Fence with 14 AWG - 150 mm x 150 mm (6"x6") Wire and 3 m (1 0') Post Spacing Erosion Control Fence with 1.8 m (6') Post Spacing and No Wire Fencing Type Designation 90WS 180N 200WS 270WS 270WS N/A N/A 180N 250N 90N 90WS 200WS Add the following section: 213-3 EROSION CONTROL SPECIALTIES. Add the following section: 213-3 Gravel bags. Gravel bags for the use of temporary erosion control shall be burlap type, filled with no less than 23kg (50 Ibs) of 19 mm (3/4") crushed rock and securely tied closed. Plastic bags are not acceptable. SECTION 214 - PAVEMENT MARKERS 214-5 REFLECTIVE PAVEMENT MARKERS Add the following section: 214-5.1 Permanent Reflective Channelizer. Reflective Channelizer shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Reflective Channelizer posts shall be orange in color. Reflective channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm in size. The reflective sheeting shall be visible at 300 m at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. Reflective Channelizer shall be one of the types shown in Table 214-5.2{A), or equal thereto. Revised: 10/08/03 Contract No. 3607 Page 161 of 184 Pages TABLE 214-5.2(A) REFLECTIVE CHANNELIZER Type Safe-Hit SH236MA Carsonite "Super Duck" SDF-436 Repo "The Replaceable Post" Manufacturer of Distributor Safe-Hit Corporation 1930 West Winton Avenue, Building Hayward, CA 94545 Telephone (415) 783-6550 #11 Carsonite International Corporation 2900 Lockheed Way Carson City, NV 89701 Telephone (702) 883-5104 Western Highway Products P.O. Box 7 Stanton, CA 90680 Telephone (800) 422-4420 The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of Section 2-5.3.3 "Submittals". Said certificate shall certify that the permanent reflective channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the engineer and were manufactured in accordance with the approved quality control program. * Add the following section: SECTION 215 - CATCH BASIN INSERT 215-1 Catch Basin Insert 215-1.1 Catch Basin Insert. Catch Basins constructed shall include the installation of Fossil Filter, Flo-Gard inserts as manufactured by KriStar Enterprises or approved equal. 215-1.2 Payment. Payment for Catch Basin Inserts shall be included in the contract bid price for Construct Type B-1 Inlet per SDRSD D-2 (L=9') with catch basin insert shall include all labor, materials and equipment necessary to install the inserts complete and in place and no additional compensation will be allowed. Revised: 10/08/03 Contract No. 3607 Page 162 of 184 Pages SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.1 General, add the following to the third paragraph: During surface clearing operations, the Contractor shall not cover or bury any plant growth or other objectionable materials. If the Contractor cannot successfully separate the plant growth from the surface soil and advertently or inadvertently mixes organic or other objectionable materials with the soil, the soil so contaminated shall be removed from the site by the Contractor. All costs, if any, associated with removing the soil mixed with organic or other objectionable materials and importing soil to replace said contaminated soil shall be borne by the Contractor and no additional payment therefore shall be made to the Contractor. 300-1.3 Removal and Disposal of Materials, add the following: Also included in clearing and grubbing shall be removal and either salvage or disposal of existing asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, concrete driveway, concrete cross gutter, traffic signs, trees, air vents and other existing features which interfere with the work. Whether or not such items are shown on the plans they shall be removed as a part of clearing and grubbing. Existing underground pipes and conduits that are shown on the plans and designated to be removed shall be removed by the Contractor as a part of clearing and grubbing. Items to be removed and salvaged shall be stored until the improvements are complete and the Engineer approved the replacement of the items. 300-1.3.2 Requirements, add the following: Payment for traffic control necessary for sawcutting and removals shall be included in the contract lump sum bid for traffic control. Payment for the removal of portions of A.C. pavement sawcut will be made at the lump sum bid for Clearing and Grubbing. Contractor shall not perform any removals of bituminous pavement without giving at least 48 hours notice to the Engineer. 300-1.4 Payment, modify as follows: Payment for clearing and grubbing shall be made at the contract lump sum price for clearing and grubbing within the project limits and at stockpile locations and no other payments will be made. Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. Revised: 10/08/03 Contract No. 3607 Page 163 of 184 Pages 300-2 UNCLASSIFIED EXCAVATION. 300-2.1 General, add the following: Unclassified excavation shall include removal and stockpile of suitable material, recompaction, mixing, grading for mitigation work, trenching and backfilling of storm drains, sewers, other utilities, disposal of unsuitable materials not included in the bid item for clearing and grubbing, all cut and fill including removal and recompaction of usukable material, salvaging clean excavated material and filling areas to the required grades and cross section. Unclassified excavation shall be utilized onsite to make all fills shown on the plans. Unclassified excavation shall also include scarification and moisture adjustment and compaction of the top 300 mm (1') of the subgrade in the roadway prism in cut areas to 95 percent relative compaction, wetland mitigation grading and attendant work, export of remaining excess material to a disposal site or spoil area acquired by the Contractor and pumping and disposal of storm and ground water. 300-2.2.1 General, add the following: Alluvial and colluvial removal and recompaction shall consist of excavating, blending and recompacting loose soils in areas that are designated to receive fills. The existing loose soils shall be removed by the Contractor until a firm unyielding surface is exposed or to a depth determined by the Engineer. If the excavated material contains 4%, or more, water than the optimum moisture content the Contractor shall blend the wet soil with soils having a lower moisture content and/or spread the excavated material in a manner that enables the material to dry to optimum moisture content. The cost of spreading and/or drying shall be included in the contract unit price for removal and recompaction. The excavated material shall be placed and compacted in accordance with section 300-4 of the specifications except that section 300-4.9, Measurement and Payment, shall not apply. add the following to the first paragraph: Such direction may include, but is not limited to, directing the Contractor to blend, adjust moisture content of, rework, and place unsuitable soils at specific locations or elevations on the site. Add the following section: 300-2.2.3 Compressible Soil. Compressible soils such as existing uncontrolled or unacceptable fill, alluvium, and colluvium may exist within portions of the Project site. Where required by the Engineer, the Contractor shall remove such compressible soils from areas to receive fill or from areas upon which surface improvements are to be placed. The removal and disposal of such compressible soils shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer in which case it may be paid for in accordance with section 300-2.2.1. 300-2.5 Slopes, add the following: The hinge points (the top and bottom) of slopes shall be located within 75 mm (0.25') of the locations shown on the plans. 300-2.5 Slopes, add the following: after the first sentence of the first paragraph: A slope shall be defined as any area steeper than three horizontal to one vertical. 300-2.6 Surplus Material, add the following: The Contractor shall haul and dispose of all surplus material from the project. The Contractor shall utilize highway legal haul trucks for this export of material from the project site and to a site secured by the Contractor. No earth moving equipment or special construction equipment, as defined in section 565 of the California Vehicle Code, will be allowed for hauling material on public streets. Revised: 10/08/03 Contract No. 3607 Page 164 of 184 Pages 300-2.9 Payment, substitute the following: Payment for all unclassified excavation will be made at the Contract Lump Sum price bid for Unclassified Excavation and shall include compensation for excavation, sloping, rounding tops and ends of excavation, matching existing graded slopes, loading, exporting and disposing of surplus material and unsuitable material shown on the plans or specified herein to be removed, stockpiling, hauling to designated sites, placing and compacting, mixing, grading of mitigation site, salvaging clean and suitable material and filling areas to the required grades and cross sections. Unclassified fill, slope rounding, all work incidental to Section 300-4.8 and construction of transitions will be paid for as a part of unclassified excavation, and no additional payment will be made therefore. When required by the plans or specifications or where directed by the Engineer, the excavation and stockpiling of selected material will be paid for at the Contract Lump Sum price for clearing & grubbing. Removing such selected material from the stockpile and placing it in its final position will also be paid for at the Contract Lump Sump Price for unclassified excavation and no additional compensation will be allowed therefore. Add the following section: 300-2.10 Grading Tolerance. The Contractor shall finish excavated areas other than slopes and subgrade below structures, within the roadway and sidewalk areas within 30 mm (0.1') of the grades shown on the plans. Subgrade tolerances shall conform to the requirements of section 301-1.4 SSPWC. 300-3 STRUCTURE EXCAVATION AND BACKFILL 300-3.1 General, add the following: The Contractor shall excavate to the lines and levels required. The Contractor shall provide all shoring, bracing, cribbing, pumping, and planking required. The Contractor shall excavate and maintain the bottom of all trenches in a condition that is level, firm, clean and free from all debris or foreign matter. Excavations shall be kept free from water at all times. The Contractor shall remove any unsuitable material encountered below grade as directed by the Engineer 300-3.6 Payment, add the following: Dewatering shall be paid for as an incidental to structure excavation and backfill and no additional compensation will be made therefore. Except for unsuitable materials removed as part of the clearing and grubbing item unsuitable material encountered below grade will be paid for at the lump sum price bid for unclassified excavation. 300-4 UNCLASSIFIED FILL 300-4.2 Preparation of Fill Areas, add the following: Except as provided in section 300-4.7, "Compaction", areas proposed for improvements all fill (including backfill and Scarified ground surfaces) shall be compacted by the Contractor to no less than 90 percent of maximum dry density as determined in accordance with ASTM Test Procedure D1557-91. 300-4.6 Application of Water, add the following: The Contractor shall place all fill soil at a moisture content no less than one (1) percent below optimum moisture as determined by ASTM test D-1557- 91. 300-4.7 Compaction, add the following: The Contractor shall compact all fill soils placed within the top 1 m (3') of roadway subgrade to a minimum of 95 percent relative compaction. On all areas to receive planting, the top 150 mm (6") shall be compacted to 85%, +2% -5%, to allow for plant growth. Revised: 10/08/03 Contract No. 3607 Page 165 of 184 Pages 300-4.8 Slopes, add the following: Feathering of fill over the tops of slopes will not be permitted. The Contractor shall compact the faces of fill slopes with a sheep's foot roller at vertical intervals no greater than 600 mm (2') or shall be built and cut back to finish grade. In addition, if not over built and cut back, the face of the slope shall be track walked upon completion. 300-4.9 Measurement and Payment, delete and substitute the following: Unclassified fill, grading, shaping, compacting or consolidating, slope rounding, construction of transitions and all work included in and incidental to Section 300-4, "Unclassified Fill" will be paid for in the lump sum item bid for "Unclassified Excavation" and shall constitute all work necessary to construct site and road grades per Specifications and Plans and no additional compensation will be allowed therefor. 300-9 GEOTEXTILES FOR EROSION CONTROL. Modify as follows: 300-9 GEOTEXTILES FOR EROSION CONTROL AND WATER POLLUTION CONTROL. Add the following section: 300-9.2 General. The Contractor shall provide erosion control and water pollution control conforming to the requirements shown on the plans, as specified herein, and as elsewhere required by the Contract Documents. Erosion control and water pollution control shall include the work specified herein, and such additional measures, as may be directed by the Engineer, to meet Best Management Practices, as defined herein, and to properly control erosion and storm water damage of the limits of work and construction impacts upon areas receiving drainage flows from within the limits of work. Add the following section: 300-9.2.1 Grading Controls. The Contractor shall protect all areas that have been graded and/or cleared and grubbed as well as areas that have not been graded and/or cleared and grubbed within the limits of work from erosion. The Contractor shall provide temporary earth berms, gravel bags, silt fences, stabilized construction entrances and similar measures, coordinated with its construction procedures, as necessary to control on site and off site erosion during the construction period. The Contractor will be required to protect areas which have been cleared and grubbed prior to excavation or embankment operations, and which are subject to runoff during the duration of the contract. The criteria used to determine the appropriate erosion control measures shall be the "Best Management Practices", hereinafter BMP, defined and described in the, "Stormwater Best Management Practices Handbook, Construction", January 2003 edition as published by the California Stormwater Quality Association. The Contractor shall maintain a copy of the "Stormwater Best Management Practices Handbook, Construction", January 2003 edition on the project site and shall conduct its operations in conformity to said Handbook. Temporary erosion control measures provided by the Contractor shall include, but not be limited to, the following: a) Embankment areas, while being brought up to grade and during periods of completion prior to final roadbed construction, shall be graded so as to direct runoff into impoundment areas within the limits of work where such runoff shall have pollutants removed by BMP methods . b) The Contractor shall provide protection by BMP measures to eliminate erosion and the siltation of downstream facilities and adjacent areas. These measures shall include, but shall not be limited to: temporary down drains, either in the form of pipes or paved ditches with protected outfall berms; graded berms around areas to eliminate erosion of embankment slopes by surface runoff; confined ponding areas to desilt runoff; and to desilt runoff. c) Excavation areas, while being brought to grade, shall be protected from erosion and the resulting siltation of downstream facilities and adjacent areas by the use of BMP measures. These measures shall include, but shall not be limited to, methods shown on the plans and described herein. Revised: 10/08/03 Contract No. 3607 Page 1-66 of 184 Pages Add the following section: 300-9.2.2 Payment. Full compensation for performing erosion control and water pollution control, conforming to the operational requirements herein, of the BMP and conforming to the requirements of the Federal Water Pollution Control Act, including the latest amendments thereto, which is not a part of the planned permanent work or included as a separate bid item shall be considered as included in the contract price bid for unclassified excavation, and no additional compensation will be allowed therefore. 300-12 STORM WATER POLLUTION PREVENTION PLAN Add the following section: 300-12.1 Storm Water Pollution Prevention Plan. As part of the storm water pollution prevention work, the Contractor shall prepare and submit Storm Water Pollution Prevention Plan, hereafter referred to as the "SWPPP". The SWPPP shall conform to the requirements of the "Greenbook" Standard Specifications for Public Works Construction, the requirements in the California Storm Water Quality Association, Stormwater Best Management Practice Handbook, Construction ("Handbook"), the requirements of the Permit, the requirements in the plans and these supplemental provisions. 300-12.1.1 SWPPP Document Within 15 calendar days after the execution of the contract, the Contractor shall submit 3 copies of the SWPPP to the Engineer, in accordance with Section 2-5.3.3 of these Special Provisions. Contractor will be provided the digital format for SWPPP to complete required sections. The SWPPP is attached as Appendix B. If revisions are required, as determined by the Engineer, the Contractor shall revise and resubmit the SWPPP within 15 days of receipt of the Engineer's comments and shall allow 5 days for the Engineer to review the revisions. Upon the Engineer's acceptance of the SWPPP, 3 additional copies of the SWPPP, incorporating the required changes, shall be submitted to the Engineer. In order to allow construction activities to proceed, the Engineer may conditionally approve the SWPPP while minor revisions are being completed. The objectives of the SWPPP shall be to identify pollution sources that may adversely affect the quality of storm water discharges associated with the project and to identify, construct, implement and maintain storm water pollution prevention measures, hereafter referred to as control measures, to reduce to the extent feasible pollutants in storm water discharges from the construction site both during and after construction is completed under this contract. The SWPPP shall incorporate control measures in the following categories: 1. Soil stabilization practices; 2. Sediment control practices; 3. Wind erosion control practices; and 4. Non-storm water management and waste management and disposal control practices. Specific objectives and minimum requirements for each category of control measures are contained in the Handbook. The Contractor shall designate a Water Pollution Control Manager who will have the responsibilities outlined in the SWPPP. The SWPPP shall include, but not be limited to, the following items as described in the SWPPP: 1. Source Identification; 2. Erosion and Sediment Controls; 3. Non-Storm Water Management; 4. Waste Management and Disposal; 5. Maintenance, Inspection and Repair; Revised: 10/08/03 Contract No. 3607 Page 167 of 184 Pages 6. Training; 7. List of Contractors and Subcontractors; 8. Post-Construction Storm Water Management; 9. Preparer; 10. Copy of the local permit; 11. BMP Consideration Checklist; 12. SWPPP Checklist; 13. Schedule of Values; and 14. Storm Water Pollution Prevention Drawings. The Contractor shall amend the SWPPP, graphically and in narrative form, whenever there is a change in construction activities or operations which may affect the discharge of significant quantities of pollutants to surface waters, ground waters, municipal storm drain systems, or when deemed necessary by the Engineer. The SWPPP shall also be amended if it is in violation of any condition of the Permit, or has not effectively achieved the objective of reducing pollutants in storm water discharges. Amendments shall show additional control measures or revised operations, including those in areas not shown in the initially accepted SWPPP, which are required on the project to control water pollution effectively. Amendments to the SWPPP shall be submitted for review and acceptance by the Engineer in the same manner specified for the initially accepted SWPPP. Accepted amendments shall be dated and logged in the SWPPP. Upon acceptance of the amendment, the Contractor shall implement the additional control measures or revised operations. The Contractor shall keep a copy of the accepted SWPPP and accepted amendments at the project site. The SWPPP shall be made available upon request of a representative of the Regional Water Quality Control Board, State Water Resources Control Board, U.S. Environmental Protection Agency or local storm water management agency. Requests by the public shall be directed to the Engineer. By June 15 of each year, the Contractor shall submit an annual certification to the Engineer stating compliance with the requirements governing the Permit. If the project is in non-compliance at any time, the Contractor shall make a written report to the Engineer within 15 days of identification of non-compliance. Add the following section: 300-12-1.2 Availability of SWPPP template. A site-specific draft document intended for use as a template for the required SWPPP document will be made available for use at the Contractor's option, at no cost to the Contractor. The document is available for review in Appendix B. The Contractor shall review the template and modify it as necessary to reflect the Contractor's operations. Add the following section: 300-12.1.3 Payment. Preparation, implementation and management of SWPPP shall be considered as included in the lump sum bid price paid for SWPPP and Implementation and no additional payment will be made therefore. Add the following section: 300-12.1.4 SWPPP Implementation. Upon acceptance of the SWPPP, the Contractor shall be responsible throughout the duration of the project for installing, constructing, inspecting and maintaining the control measures included in the SWPPP and any amendments thereto and for removing and disposing of temporary control measures. Unless otherwise directed by the Engineer or specified in these supplemental provisions, the Contractor's responsibility for SWPPP implementation shall continue throughout any temporary suspension of work ordered in accordance with Section 6-3, "Suspension of Work". Requirements for installation, construction, inspection, maintenance, removal and disposal of control measures are specified in the "Handbook" and these supplemental provisions. Revised: 10/08/03 Contract No. 3607 Page 168 of 184 Pages Soil stabilization practices and sediment control measures, including minimum requirements, shall be provided throughout the winter season, defined as between October 1 and April 30. It is anticipated that the contract work will be conducted during the dry season. Should contract work occur in the winter season, amendment to the SWPPP is required and erosion control measure will be paid per Section 3-3 of the SSPWC. Implementation of soil stabilization practices and sediment control measures for soil-disturbed areas of the project site shall be completed, except as provided for below, no later than 20 days prior to the beginning of the winter season or upon start of applicable construction activities for projects which begin either during or within 20 days of the winter season. The Contractor shall implement, year-round and throughout the duration of the project, control measures included in the SWPPP for sediment tracking, wind erosion, non-storm water management and waste management and disposal. The Engineer may order the suspension of construction operations, at the Contractor's cost, which create water pollution if the Contractor fails to conform to the requirements of this section as determined by the Engineer. Add the following section: 300-12.1.5 Maintenance. To ensure the proper implementation and functioning of control measures, the Contractor shall regularly inspect and maintain the construction site for the control measures identified in the SWPPP. The Contractor shall identify corrective actions and time frames to address any damaged measures or reinitiate any measures that have been discontinued. The construction site inspection checklist provided in the "Handbook" shall be used to ensure that the necessary measures are being properly implemented, and to ensure that the control measures are functioning adequately. The Contractor shall submit one copy of each site inspection record to the Engineer, within two days of the inspection. During the winter season, inspections of the construction site shall be conducted by the Contractor to identify deficient measures, as follows: 1. When the five-day rain probability forecast exceeds forty percent (40%). 2. After any precipitation which causes runoff capable of carrying sediment from the construction site; 3. At 24 hour intervals during extended precipitation events; and 4. Routinely, at a minimum of once every week. If the Contractor or the Engineer identifies a deficiency in the deployment or functioning of an identified control measure, the deficiency shall be corrected by the Contractor immediately, or by a later date and time if requested by the Contractor and accepted by the Engineer in writing, but not later than the onset of subsequent precipitation events. The correction of deficiencies shall be at no additional cost to the City. Revised: 10/08/03 Contract No. 3607 Page 169 of 184 Pages SECTION 301 - TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION. 301-1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Change each instance reading "150mm (6 inches)" to "300 mm (12")". 301-1.3 Relative Compaction. Delete the first paragraph and substitute the following: The Contractor shall compact the upper 300 mm (12") of subgrade beneath areas to be paved, have base or subbase material placed on them, or curb, gutter, curb and gutter, alley pavement, driveway or sidewalk constructed over them to no less than 95 percent maximum dry density as determined by ASTM test D-1557-91. 301-1.7 Payment. Modify the first paragraph as follows: Payment for subgrade preparation shall be included in the contract bid price for which the subgrade is prepared and shall include all labor, materials; including water, operations and equipment to scarify, adjust moisture, compact or recompact the subgrade, both in cut areas and in fill areas, and no further compensation will be allowed. SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT. 302-5.1 General, add the following: The Contractor shall treat all vegetation within the limits of the paved area to receive asphalt concrete paving with a post emergent herbicide. Herbicide shall be applied at least 2 (two) working days prior to paving the area. Allowance for the two day period shall be shown in the schedule required per section 6-1. 302-5.2.2 Equipment, add the following: The machine shall be capable of grinding Asphalt Concrete so that the finished surface shall not vary from true plane enough to permit a .01 foot thick shim .25 feet wide to pass under a 12 foot long straight edge when the straight edge is laid on the finished surface parallel to the centerline. The transverse slope of the finished surface shall be uniform to a degree such that a .02 foot shim .25 feet wide will not pass under 12 foot long straight edge when the straight edge is laid on the finished surface in a direction transverse to the centerline and extending from edge to edge of a traffic lane. 302-5.2.5 Pavement Transitions, add the following: The Contractor shall ramp the approaches and termini to all structures and vertical joints in the cold-milled area which are transverse to through traffic with temporary asphalt concrete pavement as specified in section 306-1.5.1. Ramps shall be constructed the same day as cold milling and removed the same day as permanent paving. Ramp dimensions and compaction shall be as approved by the Engineer. 302-5.4 Tack Coat, add the following: The Contractor shall place a tack coat between the successive interfaces of existing pavement and new pavement when, in the opinion of the engineer, the Contractor has failed to maintain or prepare each existing or previously laid course of asphalt receiving the subsequent course of asphalt in a sufficiently clean state and the asphalt receiving the new pavement course is dirty enough to impair bonding between the next lift of asphalt. Revised: 10/08/03 Contract No. 3607 Page 170 of 184 Pages 302-5.5 Distribution and Spreading, modify as follows: After second sentence of sixth paragraph, add: The Contractor shall provide the spreading and finishing machine used to construct the asphalt concrete surface course with an automatic screed control for surface course paving. The automatic screed control shall be 9 m (30') minimum length. The paving machine shall be operated by an operator and two full-time screed men during all paving. The Contractor shall provide an on-site backup paving during all paving operations. The surface course shall be 50 mm {2") thick. Leveling courses will be required in a variable thickness pavement section. Delete the second sentence of paragraph 7 and the subsequent subsections A. thru E. which reference windrow operations. Add the following sentence in place of the deleted sentence and subsequent subsections: The use of windrow operations shall not be allowed. 302-5.6.1 General, modify as follows: Second paragraph, Part (2), add: Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer. modify as follows: After last paragraph, add: Unless directed otherwise by the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this section. 302-5.9 Measurement and Payment, add the following: Payment for asphalt concrete shall be at the unit price bid per ton. No additional payment shall be made for any tack coat. SECTION 303 CONCRETE AND MASONRY CONSTRUCTION. 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. 303-5.5.2 Curb, add the following: The Contractor shall stamp the curb face with 75 mm (3") high block letters directly above the point that it is crossed by underground facilities with the marking specified in Table 303-5.5.2{A) TABLE 303-5.5.2(A) Curb Face Markings Type of underground facilities Water Service Lateral Sewer Service Lateral Irrigation Water Lateral or Sleeve Marking W s RW 303-5.9 Measurement and Payment, add the following: Curb and gutter, and curb, shall be considered as continuing across driveways and access ramps when constructed adjacent thereto. Neither curb and gutter nor curb will be paid for across the length of local depressions, except that which occurs in gutter transitions at each side of an inlet. 303-6 STAMPED CONCRETE. 303-6.1 General. Add the following: Concrete shall be 560-C-3250 with 6"x6" - 10 guage wire mesh throughout. Revised: 10/08/03 Contract No. 3607 Page 171 of 184 Pages Add the , 303-6.5 ||mns-'',Use color application method "B" (integral color). Color shall be per Section 201-1.2.4(a). The pattern shall match the existing median condition adjacent to the prposed construction along El Camino Real. Add the following: 303-6.6 Measurement and Payment. Payment for colored, stamped concrete paving shall be paid under the contract unit price bid per square foot for median concrete paving. Said payment shall include compensation for all excavation, grading, backfill, permeable material, forming, mesh, reinforcing steel, concrete, integral color, texture sealers, and other material necessary to construct the specific paving. SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS Add the following section: 306-1.1.7 Steel Plate Bridging - With a Non-Skid Surface. This section covers the use of steel plate bridging. The Contractor shall not employ the use or use steel plate bridging or trench plate that does not meet the requirements of this section both in application and circumstance of use. Add the following section: 306-1.1.7.1 Requirements for Use. Alternate construction methods that avoid the use of steel plate bridging shall be used by the Contractor unless otherwise approved by the Engineer. It is recognized that to accommodate excavation work, steel plate bridging may be necessary. All conditions for use of steel plate bridging set forth in the following requirements must be fulfilled as conditions of approval of the use of steel plate bridging. Consideration of steel plate bridging in the review process will take into account the following factors: 1. Traffic volume and composition. 2. Duration of use of the steel plate bridging. 3. Size of the proposed excavation. 4. Weather conditions. The following formula shall be used to score the permitted use of steel plate bridging: PS = [ APT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (kmh) + SLOPE X 100] X LANES 1000 8 PS = [ APT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (mphl + SLOPE X 100] X LANES 1000 5 where: PS = plate score. ADT = average daily traffic as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement. EWL = equivalent wheel loads as defined in the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement. DAYS = total number of 24 hour periods during which the plates will be utilized at the site being considered. Revised: 10/08/03 Contract No. 3607 Page 172 of 184 Pages WEEKEND = total number of Saturdays, Sundays and holidays that the plates will be utilized at the site being considered. NIGHTS = total number of overnight periods that the plates will be in place, exclusive of Saturday, Sunday and holiday nights. WEATHER = total number of 24-hour periods that the plates will be utilized at the site being considered when the possibility of rain exceeds 40 percent. SPEED = the design speed in kilometers per hour or miles per hour, as applicable in the formulae above, of the street where the plates are to be installed. This number shall not be reduced for construction zone speed reductions. SLOPE = the quotient of the vertical differential divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locations spanning a distance of 15 m (50') up and downstream of the position of the proposed steel plate bridging. LANES = the number of lanes where plates will be used. When the computed value of the plate score exceeds 50, steel plate bridging shall not be used unless, and at the sole discretion of the Engineer, the Engineer determines that no alternative method of construction is possible in lieu of using steel plate bridging or that other overriding considerations make the use of steel plate bridging acceptable. Alternatives considered to bridging shall include, but not be limited to, detouring traffic, construction detour routes, tunneling, boring and other methods of trenchless construction. Unless specifically noted in the provisions of the Engineer's approval, the use of steel plate bridging at each location so approved shall not exceed four (4) consecutive working days in any given week. Add the following section: 306-1.1.7.2 Additional Requirements. In all cases when the depth of the trench exceeds the width of the steel plate bridging resting on each side of the pavement adjacent to the trench, safety regulations require or the Engineer determines that shoring is necessary to protect the health or safety of workers or the public the Contractor shall install shoring conforming to Section 7-10.4.1 of the Standard Specifications. The trench shoring shall be designed and installed to support the steel plate bridging and traffic loads. All approvals for design, substitution of materials or methods shall be submitted by the Contractor in accordance with all provisions of section 2-5.3 Shop Drawings and Submittals. The Contractor shall backfill and resurface excavations in accordance with section 306- 1.5. Add the following section: 306-1.1.7.3 Installation. When backfilling operations of an excavation in the traveled way, whether transverse or longitudinal cannot be properly completed within a work day, steel plate bridging with a non-skid surface and shoring may be required to preserve unobstructed traffic flow. In such cases, the following conditions shall apply: a) Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the sole discretion of the Engineer, it is approved as specified hereinbefore. b) Steel plates used for bridging must extend a minimum of 610 mm (2') beyond the edges of the trench. c) Steel plate bridging shall be installed to operate with minimum noise. When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall install using either Method (1) or (2) depending on the design speed of the portion of street where the steel plate bridging is proposed for use. Ftevised: 10/08/03 Contract No. 3607 Page 173 of 184 Pages Method 1 [For speeds more than 70 Km/hr (45 MPH)]: The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. The cold milling shall produce a flat surface that the plate shall rest on with no horizontal or vertical movement. Horizontal gaps between the unmilled pavement and the plate shall not exceed 25 mm (1") and shall be filled with elastomeric sealant material which may, at the contractor's option, be mixed with no more that 50%, by volume, of Type I aggregate conforming to the requirements of tables 203-5.2(6) and 203-5.3(A). Method 2 [For speeds 70 Km/hr (45 MPH) or less]: Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway and shall be secured against displacement by using two adjustable cleats that are no less than 50 mm (2") shorter than the width of the trench bolted to the underside of each plate and located within 150 mm <6") of the beginning and end of the trench for plates at the beginning and end of the trench, a minimum of two 300 mm long by 19 mm diameter (12" x %") steel bolts placed through the plate and driven into holes drilled 300 mm (12") into the pavement section, or other devices approved by the Engineer. Subsequent plates shall be butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope 8.5% with a minimum 300 mm (12") taper to cover all edges of the steel plates. When steel plates are removed, the dowel holes in the pavement section shall be completely filled with elastomeric sealant material. At the Contractor's option, the methods required for Method 1 may be used. If the Contractor so elects, all requirements of Method 1 shall be used. The Contractor shall maintain the steel plates, shoring, and asphalt concrete ramps and maintain and restore the street surface during and after their use. Add the following section: 306-1.1.7.4 Materials. The minimal thickness of steel plate bridging shall be as shown in Table 306-1.1.7.4(A) TABLE 306-1.1.7.4(A) REQUIRED PLATE THICKNESS FOR A GIVEN TRENCH WIDTH Maximum Trench Width (1) 0.3m (10") 0.6m (23") 0.8m (31") 1.0m (41") 1.6m {63") Minimum Plate Thickness 13mm (V2") 19mm (%") 22mm (7/8") 25mm (1") 32 mm (1 V) (1) For spans greater than 1.6 m (5'), a structural design shall be prepared by a registered civil engineer and submitted to the Engineer for review and approval in accordance with section 2-5.3. Steel plate bridging shall be steel plate designed to support the HS20-44 truck loading per CALTRANS Bridge Design Specifications Manual. The Contractor shall maintain a non-skid surface on the steel plate with no less than a coefficient of friction of 0.35 as determined by California Test Method 342. If a different test method is used, the Contractor may utilize standard test plates with known coefficients of friction available from the CALTRANS District 11 Materials Engineer to correlate skid resistance results to California Test Method 342. In addition to all other required construction signing, the Contractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate bridging. Revised: 10/08/03 Contract No. 3607 Page 174 of 184 Pages Add the following section: 306-1.1.7.5 Measurement and Payment. Steel plate bridge materials including, but not limited to: steel plates, anchoring devices, cold milling, eiastomeric sealant material, asphalt ramping and padding, signage, placing, installation, removal, relocation, preparation and processing of shop drawings and submittals to support the use of steel plate bridging and all other materials, labor, supervision, overhead of any type or description will be paid for as an incidental to the work that the bridging is installed to facilitate. No separate payment for steel plate bridging will be made. No extension to contract time will be allowed for, or because of, the use of steel plate bridging. 306-1.2.1 Bedding. All installation of, and bedding for potable water mains shall conform to Carlsbad Municipal Water District Rules and Regulations for the Construction of Potable Water Mains, latest edition. 306-1.2.4 Field Jointing of Reinforced Concrete Pipe, add the following: The Contractor shall provide Gasket-type joints for reinforced concrete pipe (watertight joints) where indicated on plans. 306-1.3.1 General, add the following: The Contractor shall install detectable underground utility marking tape 230 mm x75 mm (9" x 3") above each or, in the case of bundled underground conduit of the same type, the upper underground conduit being installed by the open trench method. The type and color of detectable underground utility marking tape shall conform to the requirements of section 207-25 et seq. 306-1.3.4 Compaction Requirements, delete Section 306-1.3.4 and replace with the following: The Contractor shall densify trench backfill to a minimum of 90 percent relative compaction except that in the top 300 mm (12") of the street right-of-way, compaction shall be 95 percent. 306-1.5 Trench Resurfacing. 306-1.5.1 Temporary Resurfacing. Delete the fourth and fifth paragraphs and substitute the following: Temporary bituminous resurfacing materials which are placed by the Contractor are for its convenience and shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall be used in lieu of permanent resurfacing only when approved by the Engineer. When temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be removed and replaced with permanent resurfacing within 7 days of placement. No additional payment will be made for temporary bituminous resurfacing materials. The price bid for the associated conduit or structure shall include full compensation for furnishing, placing, maintaining, removing, and disposing of such temporary resurfacing materials. 306-1.5.2 Permanent Resurfacing. Add the following: Except as provided in section 306-1.5.1, 'Temporary Resurfacing," the Contractor shall perform permanent trench resurfacing within 24 hours after the completion of backfill and densification of backfill and aggregate base materials. 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. Revised: 10/08/03 Contract No. 3607 Page 175 of 184 Pages SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS 307-3 STREET LIGHTING CONSTRUCTION. Modify as follows: Section 209, "Signals, Lighting and Electrical Systems" herein, shall replace Section 307-3, "Street Lighting Construction ", of the SSPWC in all matters pertaining to the specifications for measurement, payment, warranty, and methods of construction for all elements of street lighting. 307-4 TRAFFIC SIGNAL CONSTRUCTION. Modify as follows: Section 209, "Signals, Lighting and Electrical Systems" herein, shall replace Section 307-4, "Traffic Signal Construction ", of the SSPWC in all matters pertaining to the specifications for measurement, payment, warranty, and methods of construction for all elements of traffic signals. SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATION 308-4 PLANTING. 308-4.1 General, add the following: The Contractor shall perform actual planting during those periods when weather and soil conditions are suitable and in accordance with locally accepted horticultural practice and as approved by the Engineer. No planting shall be done in any area until it has been satisfactorily prepared in accordance with these specifications. Soil moisture level prior to planting shall be no less than 75 percent of field capacity. The Contractor shall obtain the Engineer's approval of planting pits before planting operations begin. For pit planted vegetation when the soil moisture level is found to be insufficient for planting, the Contractor shall fill the planting pits with water and allow them to drain before starting planting operations. No more plants shall be distributed in the planting area on any day than can be planted and watered on that day. The Contractor shall plant and water all plants as herein specified immediately after removal from their containers. Containers shall not be cut prior to placing the plants in the planting area. It shall be the responsibility of the Contractor to provide continuous horticultural services and temporary and/or permanent irrigation to all planted and hydroseeded areas so that the planted and hydroseeded vegetation is 100 percent healthy and thriving prior to, and throughout the, landscape maintenance period. 308-4.2 Protection and Storage, add the following: The Contractor shall submit a sheltered and secure location for on-site plant storage area for the Engineer's approval prior to the delivery of any plant materials. Any plant determined by the Engineer to be wilted, broken, or otherwise damaged shall be rejected at any time during the project, whether in the ground or not. All plants shall be handled by their containers. Any plant that has been handled by its trunk or stem shall be rejected. All rejected plants shall be removed from the site immediately. 308-4.3 Layout and Plant Location, modify as follows: Planting areas shall be staked by the Contractor and the Contractor shall obtain the Engineer's approval of the planting layout before planting operations begin. Revised: 10/08/03 Contract No. 3607 Page 176 of 184 Pages 308-4.5 Tree and Shrub Planting, add the following: The Contractor shall amend the backfill for planting holes to a thoroughly blended mixture of clean loamy soil meeting the requirements of Tables 308-2.3.2(6) and 308-2.3.2(0) and then blend the amendments listed in Table 308-4.5(A) into the backfill for planting holes. TABLE 308-4.5(A) BACKFILL AND AMENDMENTS FOR TREE AND SHRUB PLANTING Soil Amendment Agricultural Gypsum Iron Sulfate Calcium Carbonate Lime Organic Soil Amendment Planting Tablets n Planting Tablets : Planting Tablets n Metric Application Rate 1 8 kg per cubic meter 600 g per cubic meter 6 kg per cubic meter 0.67 cubic meters per cubic meter 1 per 100 mm dia. pot container 2 per 1 9 liter container 1 per each 50 mm width of each box- size container Approx. U.S. Application Rate 30 Ibs. per cubic yard 1 Ib. per cubic yard 10 Ibs. per cubic yard z/3 cubic yards per cubic yard 1 per 4" dia. pot container 2 per 5 gal. container 1 per each 2" width of each box- size container 1 Planting tablet requirements are not cumulative and apply to the size container indicated Pruning shall be limited to the minimum necessary to remove injured twigs and branches, and to compensate for loss of roots during transplanting, but never to exceed one-tenth the branching structure. Pruning may be done only with the approval of, and in the presence of, the Engineer. Cuts over 19 mm (%") shall be painted with an approved tree wound paint. Add the following section: 308-4.5.1 Root Barriers. Root barriers shall conform to section 212-1.8, Root Barriers. The Contractor shall install root barriers continuously at the edges of all median planter areas. The top of the root barrier shall be 25 mm (1") below the finish grade of the planted area. The bottom of the root barrier shall be installed ;lJ25;fn-{4Plf below the finish grade of the planted area. Install as indicated on the plans, eliminating any breaks in the barrier by providing at least 150 mm (6") of overlap at splices or damaged areas. Splices and repair patches shall be stitched to the root barrier material by a running stitch of no less than 661 stitches per 25 mm (1"). 308-4.6 Plant Staking and Guying, add the following: The Contractor shall install all boxed trees per drawings L-1 and L-2 of the San Diego Regional Standard Drawings unless details shown on the project plans differ therefrom. Add the following section, 308-4.10 Erosion Control Matting Installation Add the following section, 308-4.10.1 General. Before installation of erosion control matting the Contractor shall complete all soil preparation, fine grading, and hydroseeding of the areas to receive erosion control matting. Add the following section: 308-4.10.3 Installation. The Contractor shall install erosion control matting using the following techniques: 1. Begin at the top of the slope by placing the erosion control matting into a 150 mm (6") wide by 150 mm (6") deep trench with the end of the matting laid flat in the bottom of the trench 2. Anchor the end of the erosion control matting with erosion control mat staples spaced no more than 300 mm (12") on centers placed at the intersection of the bottom and the downhill vertical face of the trench. 3. Roll the erosion control matting down the slope. Revised: 10/08/03 Contract No. 3607 Page 177 of 184 Pages 4. Staple the erosion control matting on an alternating grid consisting of three across and two across lines of staples in horizontal lines spaced 900mm (3') on centers. 5. Erosion control mat so stapled shall be spaced such that no less than 1 % staples per square meter (11/2 staples per square yard) are provided to anchor the erosion control matting. 6. Start the adjacent erosion control mat as in Item 1. of this section, overlapping the previously 308-7 GUARANTEE. Add following: The Contractor shall guarantee all 600 mm (24") box trees installed under the contract to live and grow for one year from the day of final acceptance of the contract work. The Contractor shall guarantee all other plant material, including ground covers to live and grow for a period of 30 days from the last day of the maintenance period or final acceptance of the contract work, whichever is the later. The Contractor shall replace, at its expense, all plant material found to be dead, missing, or in poor condition during the maintenance period within 5 days of discovery of such plant material. The Engineer shall be the sole judge as to the condition of the plant material. Plant material found to be dead or in poor condition within the guarantee period shall be replaced by the Contractor, at its expense, within 15 days of written notification. Replacements shall be made to the same specifications required for the original plantings. The Contractor shall submit written vegetation, planting and irrigation guarantee in approved form that all work showing defects in materials or workmanship will be repaired or replaced at no cost to the Engineer for a period of one year from the date of acceptance by the Engineer. The Guarantee form shall be retyped on the Contractor's letterhead and contain the following verbiage: "Guarantee For Vegetation, Planting and Irrigation System For (Project Name) We hereby guarantee that the vegetation, planting and irrigation system we have furnished and installed for (project name) is free from defects in materials and workmanship, and the work has been completed in accordance with the drawings and specifications. We agree to repair or replace any defect in vegetation, material or workmanship, including that due to ordinary wear and tear, which may develop during the periods specified in section 308-7 of the Standard Specifications and the Special Provisions of said project from date of completion of the Work or termination of any maintenance period, whichever is the later, and also to repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the Agency. . This guarantee does not extend to unusual abuse or neglect that may occur subsequent to the date of completion of the Work or termination of any maintenance period, whichever is the later. We shall make such repairs or replacements within a reasonable time, as determined by the Engineer, after receipt of written notice. In the event of failure to make such repairs or replacements within a reasonable time after receipt of written notice from the Engineer, we authorize the Engineer to proceed to have said repairs or replacements made at our expense, and we will pay the costs and charges therefore upon demand. Project: (Project Name) Location: (Legal Description of Project Property) Name of Contractor: Address: (Of Contractor) Telephone:: (Of Contractor) By: (Typed or printed names of signing Officers) of the Contractor authorized to bind the Contractor in legal matters) Title: (Of said officers)) Signature(s) Date of Execution." Revised: 10/08/03 Contract No. 3607 Page 178 of 184 Pages 308-8 MEASUREMENT AND PAYMENT, add the following: The lump-sum or unit prices set forth in the contract documents shall include, but not be limited to, full compensation for furnishing all labor, materials, tools, and equipment and performing all work necessary to complete, maintain, and guarantee the planting work described or specified in the contract documents, including soils testing and recommended soil amendments, tree stakes, root barrier, bark mulch, erosion control matting, plant materials, temporary irrigation and project guarantees. SECTION 310 - PAINTING 310-5 PAINTING VARIOUS SURFACES. 310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth paragraph as follows: The Contractor shall furnish all equipment, materials, labor, and supervision necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks, and other designated markings in accordance with the Plans, or for approved temporary detours essential for safe control of traffic through and around the construction site. The Contractor shall remove by wet grinding all existing or temporary traffic markings and lines that may confuse the public. When temporary detour striping or markings are no longer required, they shall be removed prior to painting the new traffic stripes or markings. 310-5.6.3 Equipment. Delete the ninth paragraph and substitute the following: The Contractor shall provide a wet grinding machine with sufficient capacity to completely remove all existing or temporary traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced by grinding the existing or temporary traffic striping or markings on pavement shall not exceed variations from a uniform plane more than 3 mm (V8") in 3 m (10') when measured parallel to the center-line of the street or more than 6 mm (V4") in 3 m (10') when measured perpendicular to the centerline of the street. The use of any equipment that leaves ridges, indentations or other objectionable marks in the pavement shall be discontinued, and equipment capable of providing acceptable surface shall be furnished by the Contractor. This equipment shall meet all requirements of the air pollution control district having jurisdiction. 310-5.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: The Contractor shall remove all existing markings and striping, either permanent or temporary, which are to be abandoned, obliterated or that conflict with the plans by wet grinding methods. Removal of striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain or water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any other masking method other than a minimum 30mm (0.10') thick asphalt concrete overlay is not permitted. 310-5.6.7 Layout, Alignment, and Spotting. Modify the first paragraph as follows: The Contractor shall establish the necessary control points for all required pavement striping and markings by surveying methods. No layout of traffic striping shall be performed by the Contractor before establishment of the necessary control points. The Contractor shall establish all traffic striping between these points by string line or other method to provide striping that will vary less than 80mm per 100m (1/2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight stripes deviating more than 80mm per 100mm (1/ 2 inch in 50 feet) by wet grinding, and then correcting the markings. The Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the work progresses. Revised: 10/08/03 Contract No. 3607 Page 179 of 184 Pages 310-S.6.8 Application of Paint. Modify the second paragraph as follows: The Contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer. The Contractor shall paint the ends of each median nose yellow. Add the following to the eighth paragraph: The Contractor shall apply temporary traffic stripes in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are clearly visible both day and night. 310-5.6.10 Measurement and Payment. Modify the first paragraph as follows: Final and temporary traffic striping, curb markings and pavement markings as shown on the plans and required by the specifications shall be included in the lump-sum price bid for Signing and Striping, and no additional compensation will be allowed therefore. Reapplication of temporary stripes and markings shall be repainted at the Contractor's expense, and no additional compensation will be allowed therefore. The lump sum price bid shall include all labor, tools, equipment, materials, and incidentals for doing all work in installing the final and temporary traffic striping. Add the following Section: 310-7 PERMANENT SIGNING Add the following Section: 310-7.1 General. Add the following section: The Contractor shall provide and install all permanent traffic control signs at locations shown on plans and as specified herein. Add the following section: 310-7.2 Measurement And Payment. Permanent signing and appurtenances thereto shown on the plans or required in the specifications are a part of the lump-sum item for permanent Signing and Striping payment therefore shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in supplying and installing permanent signing and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT. Add the following to the third paragraph: 4) When being installed on asphalt concrete pavement sooner than 14 days after placement of the asphalt concrete pavement course on which the pavement markers are to be placed. Add the following section: 312-1.1 Reflective Channelizer Placement and Removal. The Contractor shall place and remove reflective channelizers the same as for pavement marker placement and removal. The Contractor shall place the channelizers uniformly, straight on tangent alignment and on a true arc on curved alignment to the same tolerances of position as for application of paint in section 310-5.6.8. The Contractor shall perform all layout work necessary to place the channelizers to the proper alignment. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. When reflective channelizers are removed the pavement surface shall be restored to the same color and surface finish as the adjacent pavement. oRevised: 10/08/03 Contract No. 3607 Page 180 of 184 Pages SECTION 313 - TEMPORARY TRAFFIC CONSTROL DEVICES Add the following section: 313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. Add the following section: 313-1.1 General. The Contractor shall supply and install temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances at the locations shown on the plans and as required in the specifications, complete in place prior to opening the traveled way served by said final and temporary traffic pavement markers, signing, railing (type K) and appurtenances to public traffic. 313-1.2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer's instructions. Temporary reflective raised pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary reflective raised pavement markers in areas where removal of the markers will be required. Pavement striping, legends and markers which conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflective raised pavement markers for temporary pavement marking, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the section 312 "Pavement Marker Placement and Removal", except the 14-day waiting period before placing the pavement markers on new asphalt concrete surfacing as specified in section 312-1 "Placement", shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Add the following section: 313-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Channelizer posts shall be orange in color. Channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm (3" x 12") in size. The reflective sheeting shall be visible at 300 m (1000') at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. The channelizer bases shall be cemented to the pavement in the same manner as provided for cementing pavement markers to pavement in section 312-1, "Placement." Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and location shown on the plans and as directed by the Engineer. The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on curved alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of section 4-1.5, "Certification". Said certificate shall certify that the channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality control program approved by the Engineer. Revised: 10/08/03 Contract No. 3607 Page 181 of 184 Pages Add the following section: 313-2 TEMPORARY TRAFFIC SIGNING. Add the following section: 313-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. Add the following section: 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking being discovered during non-working hours or, when the marking is discovered during working hours, within 2 hours of such discovery of marking. Add the following section: 313-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS. Add the following section: 313-3.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist of interconnected new or undamaged used precast concrete barrier units as shown on the plans. Temporary sand-filled crash cushions shall consist of new or undamaged used temporary sand-filled crash cushions units as shown on the plans. 313-3.1.1 Appearance. Exposed surfaces of new and used units of Temporary railing (Type K) shall be freshly coated with a white color paint prior to their first use on the project. The paint shall conform to the provisions in sections 210-1.5 "Paint Systems" and 310 "Painting". Contractor shall be responsible for the removal and cleanup or painting over the graffiti from the K-Rails within 48 hours. The Contractor Shall replace or repaint units of Temporary railing (Type K) or shall remove graffiti, tire or vehicle marks, dirt or any and all materials such that said marks or discoloration mar the appearance of said units when ordered by the Engineer after the units are in place. Add the following section. 313-3.1.2 Manufacture of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be manufactured per CALTRANS Standard Drawing T3. Concrete used to manufacture Temporary railing (Type K) shall conform to the provisions in sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures"." Load tickets and a Certificate of Compliance will not be required. Reinforcing steel shall conform to the provisions sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures". Steel bars to receive bolts at ends of concrete panels shall conform to ASTM Designation: A 36/A 36M. The bolts shall conform to ASTM Designation: A 307. A round bar of the same diameter may be substituted for the end-connecting bolt shown on the plans. The bar shall conform to ASTM Designation: A 36/A 36M, shall have a minimum length of 660 mm and shall have a 75 mm (3") diameter by 9 mm (3/8") thick plate welded on the upper end with a 5-mm (3/ie") fillet weld. The final surface finish of temporary railings (Type K) shall conform to the provisions in section 303-1.9.2 "Ordinary Surface Finish." Exposed surfaces of concrete elements shall be cured by the water method, the forms-in-place method, or the pigmented curing compound method. The pigmented curing compound shall be type 2 curing compound. Temporary railing (Type K) may have the Contractor's name or logo on each panel. The name or logo shall not be more than 100 mm in height and shall be located not more than 300 mm above the bottom of the rail panel. Revised: 10/08/03 Contract No. 3607 Page 182 of 184 Pages Add the following section. 313-3.1.3 Installation of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be installed per CALTRANS Standard Drawing T3. Temporary railing (Type K) shall be set on firm, stable foundation. The foundation shall be graded to provide a uniform bearing throughout the entire length of the railing. Abutting ends of precast concrete units shall be placed and maintained in alignment without substantial offset to each other. The precast concrete units shall be positioned straight on tangent alignment and on a true arc on curved alignment Each rail unit placed within 3 m (10') of a traffic lane shall have a reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be furnished by the Contractor. A Type P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement shall also be installed at each end of railing installed adjacent to a two-lane, two-way highway and at the end facing traffic of railing installed adjacent to a one-way roadbed. If the railing is placed on a skew, the marker shall be installed at the end of the skew nearest the traveled way. Type P marker panels shall conform to the provisions of section 206-7.2, Temporary Traffic Signs". Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in existing concrete. When temporary railings (Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary railing shall be restored to its previous condition, or constructed to its planned condition. Add the following section: 313-3.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be "Energite III" manufactured by Energy Absorption Systems, "Fitch Inertial Barrier System Modules" manufactured by Roadway Safety Service, or equal. Features required to determine equivalence of any other temporary sand-filled crash cushion units shall be approval of the system by CALTRANS and that the temporary sand-filled crash cushion units meet NCHRP 350 standards. Other features will be suitability to application, operational characteristics, durability and other such characteristics that the Engineer shall determine. Temporary sand-filled crash cushions (TSFCC) shall be of the type and array configurations shown on plans, and installed at every end of, or gap in, the temporary railing (Type K) whenever the closest point of approach of traffic, regardless of direction, is 4.6 m (15') or less to the end of the temporary railing (Type K) being considered. The TSFCC shall be installed per CALTRANS Standard Drawings T1 and T2 for approach speeds no less than the posted speed of the street prior to construction or 55 kilometers per hour (35 mph), whichever is the greater. The TSFCC array shall be appropriate to the application as shown on said standard drawings. A Type J and/or P marker panel conforming to the requirements of the Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) 2003 Edition as amended by the MUTCD 2003 California Supplement shall also be installed at each TSFCC array as shown in CALTRANS Standard Drawings T1 and T2. Particular care shall be taken to assure that crash cushions are installed with the soil supporting them and the adjacent soil leveled to match the elevation of the bottom of the temporary railing immediately adjacent to the crash cushion. All routes of approach to the TSCFF array shall be graded such that any vehicle diverging from the travelled way to strike the TSCFF will travel on a vertical alignment parallel to the segment of the travel lane that it departed from. Add the following section: 313-4 MEASUREMENT AND PAYMENT. Temporary traffic pavement markers, temporary channelizers, temporary signing, temporary railing (type K), temporary crash cushions and temporary appurtenances thereto shown on the plans or required in the specifications are a part of the lump- sum item for traffic control and payment therefore shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in applying, installing, maintaining, and removing temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. Payment for temporary crash cushions, concrete barriers and the signs and reflectors marking them shall include the installation, grading for installation, grading for the approach path, maintenance, painting and re-painting, replacement of damaged units and removal and shall also be included in the lump-sum price bid for traffic control. Payment for installation and/or relocation of K- rails and crash cushions when not shown on the plans and requested by the Engineer shall be made per section 3-3, Extra Work, SSPWC. Revised: 10/08/03 Contract No. 3607 Page 183 of 184 Pages Appendix A Resident Notification Example APPENDIX "A" CITY OF CARLSBAD ROAD WORK ABC CONTRACTORS OFFICE # (760)XXX-XXXX FIELD # (760)XXX-XXXX Dear resident: As a part of the City of Carlsbad's ongoing program to maintain its streets, your street will be resurfaced with asphalt concrete over the existing roadway surface. This construction will require the closing of your street to through traffic for one day. Your street, from XYZ St. to DEFAve. will be closed to through traffic and resurfaced on: MON. TUB. WED. THU. FRI. DATE: XX/XX/XX from 7.-OOA.M. to 5:00 P.M. If you don't plan to leave your home by 7:00 A.M. on the above date please park your car on an adjacent street in your neighborhood that will not be resurfaced. Streets scheduled for resurfacing can be determined by calling either the Contractor or the City of Carlsbad's Project Inspector. When walking to and from your car, remember not to walk on the newly overlaid street or you will have black residue on the bottom of your shoes. Please do not drive, walk on, walk pets, play, or skate on the newly overlaid asphalt. Also, please refrain from watering your lawns, washing cars, etc., approximately 6-8 hours after the asphalt is laid as running water will cause damage to the new surface. ABC is the Contractor that will be performing the resurfacing work for the city and you may call them at the above phone number if you have any questions regarding the project. Resurfacing of your street will not occur on the day your trash is collected. Mail delivery may be delayed if the postman cannot reach the mailbox that day. If you have a moving company scheduled for that day please call and inform the Contractor of the date. If you have any concerns which cannot be addressed by the Contractor, you may call the City's Project Inspector @ (xxx) xxx-xxxx. Thank you for your cooperation as we work to make a better City of Carlsbad. Revised: 10/08/03 Contract No. 3607 Page 184 of 184 Pages Appendix B Standard Drawings CONCRETE 560-C-3250 \ TYP - , — #4 AT 12"O.C. • L . / / ,X& /Afc:/.•^j.my^I I -, -^>r / 7\• os^,NEW OR TYP. ' / / y^O^> EXISTING , / U-^ry ^^/ S P« // /NEW OR /> ' / ' EXISTING , / 90'/-"i // 1 PIPE / / f / ' ' LJ '/ . 1 *~\ l^ #4 AT 12" O.C. NC1 N V D L T 1) A 12" I'-O" 4" C 18" 1'-0" 5" 24" I'-O" 6" ^ * 36" r-6" 8" S 48" l'-6" 10" D ' — ^^ / 1 ' / r^^'7_7/~r<, ' — 3- i 4 CIRCULAR TIES DIES: CONCRETE COLLAR IS REQUIRED WHERE THE HANGE .IN GRADE EXCEEDS 0.10 FT. PER FT. HERE PIPES OF DIFFERENT DIAMETERS ARE OINED WITH A CONCRETE COLLAR, L AND T HALL fiE THOSE OF THE LARGER PIPE. D = D1 OR 2 WHICHEVER IS GREATER. 57" T-6" 10" 3). FOR PIPES LARGER THAN 66" A SPECIAL COLLAR 60" 1'-9" 11" DETAIL IS REQUIRED. 66" r-9" 11" ^ f< 5). 01 D LE 6). Wl Th 7). Wf A 8) PI PI )R PIPE SIZE NOT LISTED USE NEXT SIZE LARGER rflT REINFORCING ON PIPES 24" AND LESS IN AMETER AND ON ALL PIPES WHERE ANGLE A IS !SS THAN 10". HERE REINFORCING IS REQUIRED THE DIAMETER OF € CIRCULAR TIES SHALL BE D + (2xWALL THICKNESS) + 8". HEN D1 IS EQUAL TO OR LESS THAN D2, JOIN INVERTS MD WHEN Dl IS GREATER THAN 02 JOIN SOFFITS. °E MAY BE CORRUGATED METAL PIPE, CONCRETE PE OR REINFORCED CONCRETE PIPE. REV. APPROVED DATE CITY OF CARLSBAD ^ .- sJ POMPROV^INOP r-/^ki—\ i-rOR F JETE PIPE COLLAR C.TYENONEER DATE >IPES 1 2" THROUGH 66" |?S2£M£ DS-5 E BARS - 2 ABOVE AND 2 BELOW OPENING 5 -H 3"RAOIUS SEE NOTE 3 |4 AT 18"OC. OR CLOSER EBARS -2 ABOVE AND 2 BELOW OPENING #4 AT 18"O.C. OR CLOSER #4 AT I2"O.C. CBARS AT 18'O.C OR CLOSER SECTION A-A PLAN CORNER CONNECTION NOTES 1). REINFORCING STEEL SHALL BE 1-1/2" CLEAR FROM FACE OF CONCRETE UNLESS OTHERWISE SHOWN. 2). REINFORCING STEEL FOR INSIDE FACE OF CURB INLET BASIN SHALL BE CUT AT CENTER OF OPENING AND BENT INTO WALLS OF MONOLITHIC CONNECTION. REINFORCING STEEL FOR OUTSIDE FACE OF CATCH BASIN WALL SHALL BE CUT 2" CLEAR OF OPENING. 3). CONNECTION SHALL BE POURED MONOLITHIC WITH CURB INLET. THE ROUNDED EDGE OF OUTLET SHALL BE CON- STRUCTED BY POURING CONCRETE AGAINST A CURVED FORM WITH A RADIUS OF 3". 4) FLOOR OF STRUCTURE SHALL BE STEEL-TROWELED TO SPRING LINE 5). CONNECTIONS SHALL BE CONSTRUCTED WHEN: A) PIPES. 12" THROUGH 72" IN DIAMETER. INLET OR OUTLET THROUGH CORNER OF CURB INLET. B) ANGLE A, FOR PIPES 24" THROUGH 30" IN DIAMETER, IS 70'OR LESS. C) PIPES, 33" THROUGH 72" IN DIAMETER. INLET OR OUTLET THROUGH THE SIDE WALL OF CURB INLET. 6) ALL CONCRETE SHALL BE TYPE 560-C-3250 DBARS-2 ABOVE AND 2 BELOW OPENING AT 12"OC. OR CLOSER SIDE CONNECTION B 12" 15" 18" 21" 24" 27" 30" 33" 36" 39" T 4" 4-1/4 4-1/2 5" 5-1/4 5-1/2 6" 6-1/4 6-1/2 7" i/i CD O O O 1 — 2_ I/)CE LU Z O 5= B 42" 45" 48' 51" 54' 57" 60" 63" 66" 69" 72" T 7-1/2 7-3/4 . 8" 8-1/2 9" 9-1/4 9-1/2 10" 10-1/4 10-3/4 11" tnIt<00 O O d> =to 1 —< in=it LAOfa Oz<Q to=fc REV.APPROVED DATE CITY OF CARLSBAD CONNECTION TO CURB INLET FOR PIPES 12" THROUGH 72" CITY ENGINEER 6-04 DATE SUPPLEMENTAL STANDARD NO DS-9 STANDARD CAST IRON ACCESSHOLE FRAME &COVER - SEE DWG.NO.S4 PAVEMENT OR FINISH GRADE. 12" 12" WIDE X 6 CONCRETE COLLAR WITH 3" ASPHALT CONCRETE OVERLAY (TYPICAL) VARIABLE f B JOINT DETAILS 'SEE DWG SI A MIN. SLOPE 1" PER FT WIDTH SHALL EQUAL INSIDE DIA OF PIPE. INVERT GRADE 3/4" PIPE DIA. MAX. = 11. MIN. =5". TOP = 2-2 1/2" RINGS. B ,4"MIN. SECTION A-A UNDISTURBED SOIL OR 6" MIN ROCK BASE REQUIRED SECTION C-C NOTES: ALL CAST IN PLACE CONCRETE SHALL BE TYPE 564-6-3250. ALL PIPE IN ACCESSHOLE SHALL BE PVC AND SHALL BE INCLUDED AS PART OF ACCESSHOLE ACCESSHOLE SHALL 8E CONSTRUCTED IN ACCORDANCE WITH ASTM C-478. STUB OUTS SHALL HAVE A MINIMUM LENGTH OF 2 FEET SDR 35 PVC PIPE MAY BE INSTALLED IN STRAIGHT-THROUGH ACCESS HOLES WITH NO JUNCTIONS THE TOP SECTION OF PIPE SHALL BE REMOVED FLUSH WITH TOP OF SHELF. CUTS SHALL BE NEAT AND DRESSED MINIMIZING BURRS AND ROUGH EDGES. WHEN ACCESSHOLE FORMS THE JUNCTION OF SEWERS AND/OR AN ANGLE IN MAIN ALIGNMENT. SPECIAL CARE SHALL BE USED IN FORMING THE CHANNELS TO FACILITATE THE FLOW OF SEWAGE. INVERTS SHALL BE TRUE TO GRADE AND ALIGNMENT AND FINISHED WITH SMOOTH SURFACE. PLAN B-B NOT TO SCALE REV. APPROVED DATE CITY OF CARLSBAD STANDARD SEWER ACCESSHOLE CITY ENGINEER 6-01 DATE SUPPLEMENTAL STANDARD NO.S-l HALF PLAN FRAME & COVER INNER COVER TOP SIDE INNER COVER SEE DETAIL 1 5/8 38 1/8"D ^j 1/4" CHAMFER 26"D 26 1/2"D BOTTOM SIDE HALF SECTION FRAME & COVER NOTES: 1 1/2" WEIGHTS: INNER COVER OUTER COVER FRAME = 155 LBS. = 300 LBS. =330 LBS MATERIAL: CAST IRON. MACHINE SEATS TO PREVENT NOISE FILLET RADII TO BE 12" IMPORTED COVERS AND FRAMES SHALL HAVE CONTRY OF ORIGIN MARKING IN COMPIANCE WITH FEDERAL REGULATIONS SECTION A-A REV.APPROVED DATE CITY OF CARLSBAD ACCESSHOLE FRAME & COVER CITY ENGINEER SUPPLEMENTAL STANDARD NO. 6-01 DATE S-4 r-o 1" Chamfer •1" Chamfer TYPE-A WALL (Applicable for all types of backfill loadings) 1 1/2: 1 Slope Unlimited OR 2' Level Surcharge (Vehicle Traffic) T-0" -1" Chamfer .evel Surface TWF There shall be no loadings extending above top of wall within a distance equal to height of the wall. H/2 7YPE-B WALL TYPE-C WALL WALL TYPE A B C HEIGHT T-6' 2'-0"y-o" 4'-0" S'-O" 6'-0" 3'-0" 4'-0" S'-O" 6'-0" BASE I'-O" T-0" 2'-4" 2f-10" 3'-4" 3'-10" T-6" 2'-0" 2'-6" 31-0" CONG CF/R 1.50 2.00 4.99 7.66 10.82 14.49 3.75 6.00 8.75 12.00 -Expansion joint O 30'-0"± centers (max) ond/or O each step. Top of Wall Finished Ground Line .evel Reference ELVEVATION NOTE See Standard Drawings C-10 for Section A-A, notes and details. Revision ORIGINAL By Approved Kerchevol Date 12/75 SAN DIEGO REGIONAL STANDARD DRAWING GRAVITY RETAINING WALLS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Choirpefsoo R.C.E. 19246 Dote DRAWING NUMBER C-9 CONCRETE Concrete shall be 560-C-3250 DESIGN CONDITIONS Walls ore to be used for the loading conditions shown for each type wall. Design H may be exceeded by six inches before going to next size. DESIGN DATA Fc = 1200 psi F'c = 3000 psi Earth = 120 pcf and equivalent fluid pressure = 36 psf per foot of height Walls shown for 1 1/2:1 unlimited sloping suchorge ore designed in accordance with Ronkine's Formula /or unlimited sloping surcharge with 0 = 33 42'. Note: Maximum toe pressure under wall footing =11/2 tons. Special design required where footing material is incapable of supporting this pressure. EXCAVATION AND BACKFILL Compaction of backfill material by jetting or ponding with water will not be permitted. Each layer of backfill shall be moistened as directed by the Engineer and thoroughly tamped, rolled or other- wise compacted until the relative com- paction is not less than 90 percent. No backfill material shall be deposited against concrete retaining walls until the concrete has developed a strength of 2.500 pounds per square inch in com- pression as determined by test cylinders, or until 28 days after wall has been placed. Top extension !f specified filler Material: 1" max. crushed aggregate 4 cu. ft. min at each drain. 4" dio. drains with 1/4" galv. wire mesh screen. 8" above outside ground surface, slope 1/2" per ft. Locate drains § 15' - 0" center to center or as directed by the Engineer. TYPICAL DRAINAGE WHEN H 6 GREATER THAN 4' - 0' 1/2" Expansion joint, fill with premolded expansion joint filler. Locate joints at approx. 30' - 0" centers or as directed by the Engineer. 1/2" chamf Water stop, use only when watertight joint is required, see water stop detail. SECTION A-A Embedment 2 3/8" mirn~x 3/8" dio.Split permitted RUBBER WATERSTOP Use only when watertight joint is required. Revision ORIGINAL By Approved Kerchevol Dote 12/75 SAN DIEGO REGIONAL STANDARD DRAWING GENERAL NOTES AND DETAILS FOR GRAVITY RETAINING WALLS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Chairperson R.C.E. 19246 Dote DRAWING NUMBER C-10 -Manhole frame and cover see \drowing M-2 |4f~laround opening Transition to normal curb height in 10 ft. on both sides unless otherwise noted See note 7 |4012' Golv. steel angle continuous and protection bar. See Sld.Dwg. 0-12 of Gutter SECTION B-B PLAN f4§6 Y-HO" |4012" •Curb Line 10" unlessotherwiseshown-i — \ -rr r-i'-o" 4-|4 around pipe Slope floor 12:1 Utowards outlet Rounded pipe endssee drawing 0-61 Determined by pipe size 4'min.. 6'max. SECTION C-C SECTION A-A NOTES 1. See Standard Drawings 0-11 & D-12 for additional notes and details. 2. Types ore designated as follows: (no wing)B. (one wing)B-1, (two wings)B-2. 3. Exposed edges of concrete shall be rounded with a radius of 1/2*. 4. When V exceeds 4' steps shall be installed. See Standard Drawing D-11 for details. 5. Concrete gutter to match adjacent gutters. 6. An expansion joint shall be placed at the ends of the inlet where the curb is to adjoin. 7. Provide 1/4" tooled groove in top slab in line with bock of adjacent curb. 8. Surface of top slob shall be sidewalk finished to drain toward street at a slope of 1/4* per foot. 9. Maintain 1-1/2" clear spacing between reinforcing and surface unless otherwise noted. LEGEND ON PLANS Revision ORIGINAL By Approved Kerchevol Date 12/75 SAN OIEGO REGIONAL STANDARD DRAWING CURB INLET - TYPE B RECOMMENDED BY THE SAN OIEGO REGIONAL STANDARDS COMMITTEE Chairperson R.C.E. 19246 Date DRAWING NUMBER D-2 Vertical reinforcing f4 Q 18" max. (for horizontal reinforcing, see table -1 1/2" Clearance. Typ. 2" Typical TYPICAL BOX SECTION 10"14- R 3/4" dio. steel bars. hot dipped galvanized BOX SECTION REINFORCEMENT MAXIMUM SPAN X or Y 3'-0" to 4'-0"4--r to r-o" r-r to e'-o" 3'-0" to 4'-0" 4'-1" to 5'-0" 5'-1" to 6'-0" 6'-1" to 8'-0" 3'-0" to 4--0" 4'- " to 5--0" 5'- " to 6'-0" 6'- " to 8'-0" 3'-0" to 4P-0" 41- " to 5'-0" 5'- " to 6'-0" 6'- " to 7'-0" T- " to 8'-0" 3'-0" to 4'-0" 4'-1" to 5'-0" 5'- " to 6'-0" 6'- " to 7'-0" 7'- " to 8'-0" 3'-0" to 4'-0" 41- " to 5f-0" 5'- " to 6'-0" 6'- " to 7'-0" T- " to B'-O" DEPTH V 4'-0" 4'-l"to 8'-0" B'-l"in 12'-0" i2'-r to16'-0" 16'-1" to20'-0" 20'- 1" to 24'-0" THICKNESST 6* 6" 6" 6" 6" 6" 6" 6" 8" 8" 8" 8" 8" 8" 8" 8" 8" 10" 10" 10" ID- S' 10" 10" 10" 12" HOR. & OR. REINF. * 4 18" 1 4 12' _j' 4 8" r 4 is" f 4 12" 1 4 8" 14 6" l' 4 15" l' 4 12" 14 8" 14 6" 1 4 12" § 4 12" 14 8" 1 4 6" __# 5 8" i 4 12" I 4 12" 14 8" 14 6" 15 8" 1 4 12" 1 4 12" |l 4 8" t 4 6" 1 5 8" STEP DETAIL NOTES 1. Concrete shall be 560-C-3250 unless otherwise noted. 2. Reinforcing steel shall comply with this drawing unless otherwise specified. 3. Reinforcing steel shall be intermediate grade deformed bars conforming to latest ASTM specifications. 4. Bends shall be in accordance with latest ACI code. 5. Minimum splice length for reinforcing shall be 30 diameters. 6. Floor shall have a wood trowel finish and, except where used as junction boxes, shall have a minimum slope of 1 inch per foot toward the outlet. 7. Depth V is measured from the top of the structure to the flowline of the box. 8. Wall thickness and reinforcing steel required may be decreased in accordance with table above. 9. Wall thickness shall be stepped on the outside of the box. 10. When the structure depth V exceeds 4 feel, steps shall be cast into the wall at 15 inch intervals from 15 inches above floor to within 12 inches of top of structure. Where possible place steps in wall without pipe opening, otherwise over opening of smallest diameter. 11. Alternate step may be an approved steel reinforced polypropylene step. 12. Upon approval of the Agency and the Engineer, as defined by Section 6703 of the Business and Professions Code, the use of precast storm structures is acceptable as an alternate to cost-in-place. Precast units shall conform to ASTM standards and be manufactured in a permanent facility designed for that purpose. Revision (ORIGINAL Approved Kerchevol Date 12/75 SAN DIEGO REGIONAL STANDARD DRAWING INLETS AND CLEANOUTS NOTES AND DETAILS RECOMMENDED BY THE SAN DIE CO REQONAL STANDARDS COMMITTEE Chairperson R.C.E. 19246 Date DRAWING NUMBER D-11 4' x'y x 3/8" 1/2" « Anchor bar 9 3' o.c. max. 1 9 Support Bolt NOTES 1. Face angle shall be cast into structure continuous for the full lenght V. 2. All exposed metal parts shall be hot-dipped galvanized after fabrication. 3. When curb inlet opening height (H) exceeds 6* install 1"0 steel protection bar. 4. Install additional bars at 3 1/2" clear spacing above first bar when opening exceeds 13". 5. When curb inlet opening length exceeds 8* install 1" 0 Steel support bolts, spaced at not more than 5' o.c. Revision ORIGINAL By Approved Kerchevol Date 12/75 SAN DIEGO REGIONAL STANDARD DRAWING CURB INLET OPENING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Chairperson R.C.E. 19246 Date DRAWING NUMBER D-12 3/4* radius lug slot in both sides of rim 3/4" Oio. Pick Hote Open position mark, 1/8" deep groove in both sides of rim ond cover. 2" X 1" diamond mat. 1/8" deep TOP OF FRAME & COVER SipfJn to9!^ exposed surfaces. 23 5/8" outside dio. of cover —>-fiiii »- > V<m 22" Dio. Cteor Opening', > i 1/8" R - SECTION THROUGH RIM 22* Dio. dear Opening SECTION THROUGH FRAME & COVER SECTION THROUGH LUG Machined Surface Some angle throughout Outline where rib joins ran Outline where ribs join—-^ Lug. both sides SECTION THROUGH RIB AT MID RADIUS BOTTOM OF COVER NOTES 1. Frame ond cover shall be cast iron. Cost iron shall conform to ASTM 48, Class 30. 2. Frame and cover for use in non-traffic area only. 3. Weights: Frame 29 - 33 IDS. Cover 95-110 IDS. 4. Imported frames and covers shall have the country of origin marked in compliance with federal regulations. © FOR MARK Sewer Projects Sewer Storm Drain Projects Storm Drain Water Projects Water Revision ORIGINAL By Approved Kerchevol Date 12/7J SAN DIEGO REGIONAL STANDARD DRAWING 24' MANHOLE FRAME AND COVER LIGHT DUTY RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Chairperson R.C.E. 19246 Dole DRAWING NUMBER M-2 Weakened Plane Joint T R TYPE G H W 24" 30" •AREA SQ. FT. 1.34 1.61 * with 6" Curb Face NOTES 1. Concrete shall be 520-C-2500. 2. See Standard Drawing G-10 for joint details. 3. Slope top of curb 1/4" per foot toward street.LEGEND ON PLANS Revision ORIGINAL By Approved Kercheval Date 12/75 SAN DIEGO REGIONAL STANDARD DRAWING CURB AND GUTTER - COMBINED RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Chairpi 19246 Dote DRAWING NUMBER G-2 Vories Width os shown on plan r ----J NON-CONTIGUOUS Width as shown on plan CONTIGUOUS NOTES 1. Concrete shall be 520-C-2500. 2. See Standard Drawing G-9 and C-10 tor joint details. LEGEND ON PIANS Revision ORIGINAL By Approved Kerchevol 12/75 Dote SAN DIEGO REGIONAL STANDARD DRAWING SIDEWALK - TYPICAL SECTIONS RECOMMENDED BY THE SAN DIECO REGIONAL STANDARDS COMMITTEE Choirpefson R.C.E. 192+6 Oot« DRAWING NUMBER Mid Point of Curb Return P.C.R. NOTES 1. Expansion joints at curb returns, adjacent to structures and at 45' intervals. (See Standard Drawing G-10). 2. Weakened Plane Joints at mid point of curb return, when required, and at 15' intervals from P.C.R.'s (See Standard Drawing G-10). 3. 1/4" grooves-•with 1/4" radius edges at 5' intervals. Revision ORIGINAL By Approved Kerchevol Date 12/75 SAN DIEGO REGIONAL STANDARD DRAWING SIDEWALK JOINT LOCATIONS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Choirpelson R.C.E. 19246 Dale DRAWING NUMBER G-9 -Exponsion Joint Filler Moteriol /—1/8"R , (' ' •. t _ 1:•• J » — 1/2"(Pavement) 3/8" (Sidewalk) EXPANSION JOINT -Preformed Joint filler .1/4" WEAKENED PLANE JOINT GUTTER AND PAVEMENT CM 1/8" R 1I S.f » — CM t— m — 1 * A 4 t , s\ s / 1/2" x 24" Smooth. Greased or Oiled Bar. 30" c.c. CONTACT JOINT -1/8" R 1 WEAKENED PLANE JOINT CURB AND SIDEWALK I • J_ '. T — J ft CM £ CM CM ft .. » <s ft ft 4 — 1 5/8" KEYED JOINT Revision By ORIGINAL Approved Parkinson Date 2/?5 SAN DIEGO REGIONAL STANDARD DRAWING CONCRETE JOINT DETAILS RECOMMENDED BY THE SAN OIECO REOONAL STANDARDS COMMITTEE DRAWING NUMBER G-10 4 Existing Score Mork-Areo to be removed 5' or from joint to joint in ponel whichever is less -Existing Joint Existing Score Mork-i SIDEWALK PLAN Area to be removed Existing Joint SIDEWALK SECTION 5' or from joint to joint in panel whichever is less.Area la be removed 30" Min. from existing joint or edge of curb -Existing Joint or Edge Curb Line -Cutter lint CURB PLAN O| Existing Joint or Edge 5' (Min.) r"u'" or edge of pavement / "••'II * *H PAVEMENT SECTION Remaining edge to be smooth and true with no shatter.-^ Concrete to be removed NOTE When distance from. "Area to be removed", to existing joint, edge or score mark is less than minimum shown. "Area to be removed* shall be extended to joint, edge or score mark. SECTION Showing Cut By Approved Kerchevol Dote 12/75 SAN DIEGO REGIONAL STANDARD DRAWING CONCRETE CURB, GUTTER, SIDEWALK AND PAVEMENT REMOVAL AND REPLACEMENT RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Chairperson R C.E. 192*6 Date DRAWING NUMBER G-11 rl 3 ^Contact Joints per Standard Drawing G-10 when separate pours are made PLAN shown on plan 10'unless otherwise _ | ^-1/2' R typical Top of Po*ng1.5X V5X ^ —Base material as shown on plans SECTION A-A NOTES 1. Concrete sholl be 560-C-32SO. 2. = Weakened plane joints. 3. —— — = Typical ftowlines. 4. o = Elevations to be shown on plans. 5. Return segments to be 7* Thick. 6. Curb between P.C.R.s. sholl be considered as port of cross gutter. 7. In all cases subgrode shod be compacted to 9SX min relative compaction to depth of 12*.l£GENO ON PUNS Revision ORIGINAL By Approved Kerchevol Dote 12/75 SAN DIEGO REGIONAL STANDARD DRAWING CROSS GUTTER RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE R.C.E. 19245 oat« DRAWING NUMBER R/W CN to oi <oi Depressed Lurb Curb Line - Gutter PLAN Driveway Curb Opening Drivewoy Shown On Width Plons -vr/v/y/xw/xf/y Bottom of Curb ELEVATION 12" R (typ.) Edge of Sidewalk -Normal Rise 5 1/2" Residential 5 1/2" Commercial SECTION NOTES 1/2"R 1. No concrete shall be placed until forms and subgrade are inspected by the Agency. 2. Concrete shall be 520-C-2500. 3. See Standard Drawings G-15 and G-16 for width and location requirements 4. Driveway ramp to extend to 10 feet from curb face or to property line whichever is less. (For commercial driveways only) 5. See Standard Drawings G-2 and G-10 for curb and joint details. Cutter Revision ORIGINAL By Approved R. Munoz Dote 4/97 SAN DIEGO REGIONAL STANDARD DRAWING CONCRETE DRIVEWAY (Contiguous Sidewalk) RECOMMENDED BY THE SAN tMEGO REGIONAL STANDARDS COMMITTEE ChoirpeJson R.C.E. 19246 Date DRAWING NUMBER G-14A I Property Line Curb Line Driveaoy Curb Opening Property Line Curb Line Rodius more , *> than 25 T~"~~~~" ML' '~~"—~ Orivewoy •Curb Opening 1/8 of toUrt-length of ore Curb Line Property line " Orivetroy jCurb Opening REQUIREMENT 1 No portion of ony curb opening sholl be permitted within 6' of the intersection of the prolonged property lines ond the curb os shown by ore A. REQUIREMENT 2 No portion of any curb opening shall be permitted in the curb return where the radius of curb is 25' or less, as shown by ore B. REQUIREMENT 3 On all curb returns where the radius is more than 25*. curb openings may encroach upon each end of the return a distance equal to 12 1/2X or 1/8 of the total length of the arc on the curb return, thus leaving at least 75% of the length of ore on the return face free from driveway encroachment, provided Requirement 1 is met. REQUIREMENT 4 No portion of any curb opening shall be permitted in the curb return where a separate turning movement is provided, os shown by arc C. Revision Approved ORIGINAL Kerchevol Date 12/Z5 SAN DIEGO REGIONAL STANDARD DRAWING DRIVEWAY LOCATION - ADJACENT TO CURB RETURNS AND STREET LINES RECOMMENDED BY THE SAN DlEGO REGIONAL STANDARDS COMMITTEE Chairperson R.C.C. 19246 Dote DRAWING NUMBER G-15 ALLEY Ostruction 3' min. from _ ony drivewoy 1 _J— Drivewoy i. Driveway c E •e o Obstruction i Curb Radius- Curb 6' min. from Alley or Drainage Outlet -Residential Driveway Width—12' min., 30' max. Residential: 20'min. between curb openings serving some parcel. Commercial: 4'min. to 10'max. between curb openings serving same parcel. If over 10*. minimum of 26' required. Commercial Driveway Width—(12'min.30'max.) STREET NOTES 1. Curb openings, except for joint-use driveways and driveways on lots having 21 - foot frontage or less, shall be located at least 3 feet from the side property line extended. 2. Not more than 40X of the property frontage on residential lots, nor 60% of the property frontage on commercial lots may be allocated for driveway curb openings, except that lots having frontage of less than 45' ore entitled to one 12' driveway. (18 foot curb opening). 3. All driveways and curb openings shall be o minimum of 3 feet from any obstruction, i.e., poles, hydrants, etc. 4. No portion of any driveway shall be allowed across o line extending normal to the roadway from the front corner of the property, except that joint-use driveways may be permitted in special instances where written approval of both property owners is filed with the Agency. Revision ORIGINAL By Kerchevol Approved Date SAN DIEGO REGIONAL STANDARD DRAWING DRIVEWAY LOCATION AND WIDTH REQUIREMENTS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Chairperson R.C.E. 19246 Dote DRAWING NUMBER G-16 12" wide border with 1/4 " grooves opprox. 3/4 " o.c. '*! ionolilhic Curb Meet sidewalk elevation Back of Sidewalk 5X max gutter apron slope at ramp opening See Detail B Std. Dwg. G-32 12:1 Face of curb Lip (toe) of gutter I— Top of curb CT • f ' • 20' " * .'• .** ."* 4' "••."•- 20" J^-—\ ' * . "• ."" ."* CT ' f | \ t >-2 1/2' \v_ Guttei ELEVATION SECTION A-A NOTES 1. Type C ramps are only to be used to mitigate existing conditions where inadequate right of way exists to use Standard Drawing G-28 or G-30. and ore not to be used in new construction. ^. 1. See Standard Drawing G-32 for general notes. X CURB HEIGHT 4" 5" 6" 7" 8" 9" 10" 11" 12" 13" CURB r 2' 3' 4' 5' 6' r 8' 9f 10' CT TRANSITION - 6" - 6" - 6" - 6" - 6" - 6" - 6" - 6" - 6" - 6" Revision ORIGINAL By Approved R. Munoz Date 5/97 SAN DIEGO REGIONAL STANDARD DRAWING CURB RAMP - TYPE C (For Existing Sidewalk) RECOMMENDED BY THE SAN DIE GO REGIONAL STANDARDS COMMITTEE Chairperson R.C.E. 19246 Dote DRAWING NUMBER G-29 12" wide border with 1/4" grooves opprox 3/4" O.C. Meet existing Foce of curb Lip (toe) of gutter PLAN -Top of curb CT Z 4' ELEVATION L2X_ 12" ^£s 12 « J 1 ^~:^~>^^-^--TT-^-r^-^. . . IV Design curb height Gutter flow line 5X max. gutter apron slope at ramp opening TABLE A X DESIGN CURBHEIGHTr • 2" 3" 4" 5" 6" 7" 8" Y RAMP LENGTH (12:1) 0'-6"r-e" 2'-6" 3'-6" 4'-6" 5'-6" 6'-6" 7'-6" Z SIDE SLOPE f10:1)r-e" 1'~6"2'-r 2'-H" 3'-9" A'-7" 5'-5" L6'-3" CT CURB TRANS. o i U § UJU(/I SECTION A-A See Detail B Std. Owg. G-32 NOTES 1. See Standard Drawing G-32 for generalnotes. 2. X= Design Curb Height as shown on plans. 3. Curb transition (CT) shall be I'-O" for each one inch difference between existing curb height and design curb height. 4. If specified, construct monolithic curb at DOCK of ramp as in Std. Dwg. G-29 ' 5. Delete 12" inside border at romp when X=1" Revision ORIGINAL By G.Porkinson Approved Date 2/95 SAN DIEGO REGIONAL STANDARD DRAWING CURB RAMP - TYPE C-1 (For Existing Sidewalk) RECOMMENDED BY THE SAN DCCO REGIONAL STANDARDS COMMITTEE ChoirpeJson R.C.E. 19246 Dole DRAWING NUMBER G-30 Slope = X:Y Where X is level plane Line of Curb Sidewalk- Remove & reconstruct pavement as shown on plans to provide 5Z max. slope within 4' of sidewalk limit. DETAIL B NOTES 1. The removal of existing concrete curb, gutter, sidewalk and pavement for pedestrian ramp installation shall comply with Standard Drawing G— 11. 2. Areas shown thus:shall have a heavy broom "ripple" texture finish, transverse to axis of ramp contrasting visually with adjoining surfaces. 3. Areas shown thus: [._are the minimum required for a complete ramp installation and shall be concrete class 520-C-2500. 4. If obstructions such as inlets, utility poles, fire hydrants, etc., are encountered, the ramp locations may be adjusted upon the approval of the Resident Engineer. 5. Ramp slope shall be a minimum grade of 15:1. 6. The ramp slopes will be measured relative to the sidewalk slope, see Detail A below. Adjoining slope beyond ramp shall not exceed 20:1 (5%). Revision ORIGINAL By Approved C.Parkinson Dote 2/95 SAN DIEGO REGIONAL STANDARD DRAWING GENERAL NOTES for CURB RAMPS RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE Chairperson R.C.E. 19246 Date DRAWING NUMBER G-32 TRENCH WIDTH AT TOP OF TRENCH NOT LIMITED TOP OF BACKFILL TO BE SAME AS ORIGINAL GROUND AND MATCH ADJACENT UNDISTURBED GROUND 0 BACKFILL TRENCH ZONE WITH NATIVE EARTH BACKFILL OR IMPORTED MATERIAL TRENCH WIDTH IN PIPE ZONE MARKING TAPE BACKFILL PIPE BASE AND PIPE ZONE WITH IMPORTED SAND HAUNCHING LIMITED A PIPE DIAMETER 1" THROUGH 8" 10" THROUGH 16" 18" THROUGH 24" 27" THROUGH 36" MIN. 6" 8" 10" 12" MAX. 9" 12" 18" 24" NO SCALE ITEM DESCRIPTION SPEC/DWG BEDDING MATERIAL SECT 02223 REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT TYPICAL TRENCH SECTION CITY ENGINEER 6-0^. DATE STANDARD DWG. NO W2 SIDEWALK CURB & CUTTER METER AND BALL VALVE BY DISTRICT CONNECT TO OUTLET ASSY. NOTES: 1. CONTRACTOR SHALL ADJUST ANGLE VALVE & METER BOX TO F.C. AFTER SIDEWALK IS INSTALLED & APPROVED 2. DISTRICT WILL SET METER AND BALL VALVE 3. ALL COPPER JIONTS SHALL BE SILVER SOLDERED IN CONFORMANCE WITH SPECIFICATIONS. 4. TAP TO MAIN TO BE MINIMUM OF 24" FROM NEAREST COUPLING, FITTING, VALVE, BELL OR OTHER TAPS. 5. POSITON ANODE MIDWAY BETWEEN PIPELINE AND METER BOX. 6. INTERIOR OF METER BOX SHALL BE CLEAR OF DEBRIS TO DEPTH OF 12" AND CORP STOP FULLY EXPOSED DETAIL NON-CONTIGUOUS SIDEWALK & CURB ITEM DESCRIPTION 5PEC/DWG COPPER. (TYPE 'K' . SOFTl OUTLET ONPVC PRESSURE PIPE OUTLET ON AC PIPE OUTLET ON CML&C STEEL PIPE OUTLET ON DUCTILE IRON PIPE 1" ANGLE METER STOP METER BOX AND COVER (TRAFFIC AREA) METER BOX AND COVER (NON-TRAFFIC AREA) 30 LB. ZINC ANODE WITH ANODE LEAD WIRE 25 REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT I" WATER SERVICE CONNECTION FOR 5/8", 3/4" & I" METERS CITV ENGINEER DATE STANDARD OWG NO.W3 A.C. MAIN P.V.C. MAIN FOR WATER SERVICE CONNECTION ( TYP. ) ITEM DESCRIPTION SPEC/DWG DOUBLE BAND BRASS SERVICE SADDLE. BRONZE DOUBLE STRAP SERVICE SADDLE. CORP. STOP 1" WATER SERVICE. CORP. STOP 2" WATER SERVICE. CORP. STOP 1" AIR VACUUM VALVE ASSEMBLY. CORP. STOP 2" AIR VACUUM VALVE ASSEMBLY 1" MANUAL AIR RELEASE ASSEMBLY 2" BLOW-OFF MANUAL AIR RELEASE ASSEMBLY.5&6 2" MANUAL BLOW-OFF / AIR RELEASE ASSEMBLY.6&7 REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT OUTLETS ON A.C. OR P.V.C. MAIN FOR I INCH THRU 2 INCH ASSEMBLIES 6-04 CITY ENGINEER DATE STANDARD DWG NO.W8 D.I. MAIN STEEL MAIN EOR WATER SERVICE CONNECTION f TYP. SPEC/DWGITEMDESCRIPTION DOUBLE BAND BRASS SERVICE SADDLE. CORP. STOP 1" WATER SERVICE. CORP. STOP 2" WATER SERVICE. CORP. STOP 1" AIR VACUUM VALVE ASSEMBLY. CORP STOP 2" AIR VACUUM VALVE ASSEMBLY. 1" MANUAL AIR RELEASE ASSEMBLY. 2" BLOW-OFF MANUAL AIR RELEASE ASSEMBLY.6&7 2" BLOW-OFF / AIR RELEASE ASSEMBLY.6&7 NOT USED 10 3000 PSI FORGED STEEL COUPLING WELDED TO MAIN.10 11 INSULATING BUSHING. ( LEXAN OR DELRIN ).10 REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT OUTLETS ON D.I. OR STEEL MAIN FOR I INCH THRU 2 INCH ASSEMBLIES CITY ENGINEER STANDARD OWG NO 6-0*4 DATE W9 NOTES: 1 FIRE HYDRANT BASE - 6 EA. 13/16" DIA. HOLES. 2 BOLTS & NUTS - 3/4" X 3" HEX HEADS. 3 INSTALL BOLTS WITH NUTS ON TOP OF FLANGE. 4 SEE SPECIFICATION FOR PAINTING REQUIREMENTS. (BEGIN PAINT AT SCORE IN BREAK-OFF SPOOL). 5 SEE SPECIFICATION FOR BURIED FLANGE REQUIREMENTS. 6. SEE IMPROVEMENT PLANS FOR FIRE HYDRANT LOCATIONS. 7 A 3' CLEAR SPACE SHALL BE MAINTAINED AROUND THE CIRCUMFERENCE OF F.H. EXCEPT AS OTHERWISE REQUIRED OR APPROVED. * 36" BEHIND FACE OF CURB FOR NON-CONTIGUOU NO SIDEWALK. ITEM DESCRIPTION SPEC/DWG A.C.P. - RT X FL TEE. DUCTILE IRON PIPE "- D.I. TEE WITH 6" FL. OUTLET. ( PJ OR MJ X FL ) STEEL PIPE - 6" STEEL FL OUTLET. ASBESTOS CEMENT PIPE - RT X FL TEE WITH 6" OUTLET. 6" FL X PJ GATE VALVE. 6" CLASS 150 PVC PRESSURE PIPE. "(T X 30" PJ X FL BURYELL. ( 6 HOLE PATTERN 6" VARIABLE LENGTH FL BREAK OFF SPOOL. ( GROOVED BOTH ENDS ). 6" FIRE HYDRANT. 10 POLYETHYLENE WRAP. 11 VALVE BOX ASSEMBLY. 12 THRUST BLOCK REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT FIRE HYDRANT ASSEMBLY •-.__.. (,-QU CITY ENGINEER DATE STANDARD OWG. NO WI2 NOTES: 1. THERE SHALL BE NO FITTINGS OR CONNECTIONS BETWEEN THE METER AND BACKFLOW ASSEMBLY. 2 CONSTRUCT 2' HIGH RETAINING WALL ON 3 SIDES OF BACKFLOW PREVENTER WHEN INSTALLED ON 4:1 OR GREATER SLOPE. OPEN END SHALL BE AT DOWNHILL SIDE OF SLOPE. PROVIDE 2 HORIZONTAL CLEARANCE BETWEEN WALL AND BACKFLOW PREVENTER. 3. DO NOT INSTALL IN AREASUBJECT TO FLOODING. PRIVATE CONSUMERS RESPONSIBILITY TO BE INSTALLED PURSUANT TO MUNICIPAL CODE BOOK 14.08.010,4001-SEC.5 & TITLE 17 OF THE CALIFORNIA ADMINISTRATIVE CODE. ITEM DESCRIPTION SPEC/DWG METER AND VALVE ( BY DISTRICT ). TYPE K HARD OR TYPE L HARD COPPER OR BRASS RISER. COPPER OR BRASS 90' ELBOW ( SOLDER JOINTS OR THREADED FITTINGS ). COPPER OR BRASS NIPPLE. BRASS UNION. APPROVED BACKFLOW PREVENTER ASSEMBLY. CONCRETE THRUST BLOCK METER BOX ( BY DISTRICT ). REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT 2 INCH AND UNDER BACKFLOW INSTALLATION CITY ENGINEER DATE STANDARD OWC. NO.W20 ZINC ANODE ANODE LEAD ABOVE GRADE CONNECTION ABOVE GRADE CONNECTION NOTES: 1. RISER PIPE SHALL BE WIRE BRUSHED TO CLEAN BRIGHT METAL. 2. PIPE CLAMP SHALL BE LOCATED ON RISER PIPE. 3. WIRE INSULATION SHALL BE STRIPPED TO A MINIMUM LENGTH TO CONNECT WIRE TO PIPE CLAMP. PACKAGED BACKEILL COMPOSITION: 75% GYPSUM 20% BENTONITE 5% SODIUM SULFATE INGOT WEIGHT: 30 LBS. PKGD. WEIGHT: 70 LBS. APPROX. ITEM DESCRIPTION SPEC/DWG ANODE LEAD NO 12 AWG STRD. COPPER WIRE W/ THW INSULATION. HEAT SHRINKABLE SLEEVE. SILVER SOLDER CONNECTION. 1/4" DIAMETER GALVANIZED STEEL CORE. 2"x2"x3Q" ZINC ALLOY INGOT. CLOTH BAG. PACKAGED BACKFILL. BRASS OR COPPER RISER PIPE. BRASS OR COPPER PIPE CLAMP WITH SCREW TERMINAL. REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT ZINC ANODE AND CONNECTORS FOR I" AND 2" WATER SERVICE CITY ENGINEER DATE STANDARD DWG. NO.W25 FINISH GRADE NOTES: 1. NO DIPS OR LOW SPOTS WILL BE ALLOWED IN PIPING INSTALLATION 2. LOCATE ENCLOSURE AS SHOWN ON 3. INSTALL WARNING/IDENTIFICATION TAPE SHOWN ON 4. BREAK-AWAY BOLTS SHALL BE 5/8"x3" WITH 3/8" HOLE DRILLED IN THE SHAFT OF THE BOLT. INSTALL WITH NUTS ON TOP OF THE FLANGE. BOLTS SHAFT SHALL BE FILLED WITH SILICONE SEALANT. 5. AIR AND VACUM VALVES INSTALLED FOR THE USE OF RECYCLED WATER SHALL BE IDENTIFIED AS DESCRIBED IN SECTION 15151 OF THE SPECIFICATIONS 6. CONNECTIONS TO STEEL MAINS SHALL BE IN ACCORDANCE WITH SECTION 15061 7. MATERIALS SHALL BE SELECTED FROM THE APPROVED MATERIALS LIST ITEM DESCRIPTION ITEM 4" AUTOMATIC COMBINATION AIR RELEASE & AIR /VACUUM VALVE ASSEMBLY 10 CONCRETE THRUST/ANCHOR BLOCK 11 BREAK-AWAY BOLTS. SEE NOTE 5 4" FLO Dl PIPE x REQUIRED LENGTH (MAXIMUM OF 2 SPOOLS) 4"x8" LONG FLG'O 8-BOLT SPOOL WITH BREAK-OFF GROOVES 12 13 4" FLG x MJ/PO 90' BEND 4" C-900 PVC PIPE 1/2"x3" STAINLESS STEEL DROP-IN ANCHORS (3 EA @120' APART) 14 15 8 GATE WELL 4" FLG x MJ/PO/FLG RWCV VALVE ENCLOSURE 16 TRACER WIRE (IF REQUIRED) 4" FLG x MJ/PO 90' ADAPTER (IF REQUIRED) 42"x42"x6" THICK CONCRETE SLAB 17 4" FLANGE 90' BEND 18 4" MJ/PO/FLG x FLG TEE COLD JOINT STRIP 19 WATER MAIN 1" PVC CONDUIT FOR TRACER WIRE INSTALLED 2" ABOVE SLAB REV.APPROVED DATE CARLSBAD MUNICIPAL WATER DISTRICT U' AUTOMATIC COMBINATION AIR RELEASE & AIR/VACUUM VALVE INSTALLATIONS CITY ENGINEER 6-0*. DATE STANDARD DWG NO W33 Appendix C Model SWPPP Template STORM WATER POLLUTION PREVENTION PLAN for Faraday and El Carnino Real Intersection Project No. 3607-1 Prepared for City of Carlsbad Public Works 1635 Faraday Avenue Carlsbad, CA 92008 Submitted by: CLICK AND INSERT CONTRACTOR'S COMPANY NAME CLICK AND INSERT ADDRESS CLICK AND INSERT CITY, STATE, ZIP CLICK AND INSERT TELEPHONE NUMBER CLICK AND INSERT OWNER/REPRESENTATIVE'S NAME Project Site Address: CLICK AND INSERT JOB SITE ADDRESS (IF ANY) CLICK AND INSERT JOB SITE TELEPHONE NUMBER (IF ANY) Contractor's Water Pollution Control Manager: CLICK AND INSERT WPCM'S NAME CLICK AND INSERT TELEPHONE NUMBER SWPP Prepared by: CLICK AND INSERT COMPANY NAME CLICK AND INSERT ADDRESS CLICK AND INSERT CITY, STATE, ZIP CLICK AND INSERT TELEPHONE NUMBER CLICK AND INSERT NAME AND TITLE OF PREPARER SWPPP Preparation Date: CLICK AND INSERT DATE Contents Page Section 100 SWPPP Certifications and Approval 1 100.1 Initial SWPPP Certification 1 100.2 SWPPP Approval 2 100.3 Annual Compliance Certification 3 Section 200 SWPPP Amendments 4 200.1 SWPPP Amendment Certification and Approval 4 200.2 Amendment Log 6 Section 300 Introduction and Project Description 7 300.1 Introduction and Project Description 7 300.2 Unique Site Features 7 300.3 Construction Site Estimates 7 300.4 Project Schedule/Water Pollution Control Schedule 7 300.5 Contact Information/List of Responsible Parties 7 Section 400 References 9 Section 500 Body of SWPPP 10 500.1 Objectives 10 500.2 Vicinity Map 10 500.3 Pollutant Source Identification and BMP Selection 11 500.3.1 Inventory of Materials and Activities that May Pollute Storm Water 11 500.3.2 Existing (pre-construction) Control Measures 11 500.3.3 Nature of Fill Material and Existing Data Describing the Soil 12 500.3.4. Soil Stabilization (Erosion Control) 12 500.3.5 Sediment Control 13 500.3.6 Tracking Control 14 500.3.7 Wind Erosion Control 14 500.3.8 Non-Storm Water Control 14 500.3.9 Waste Management and Materials Pollution Control 15 500.4 Water Pollution Control Drawings (WPCDs) 15 500.5 Construction BMP Maintenance, Inspection and Repair 15 500.6 Post-Construction Storm Water Management 15 500.6.1 Post-Construction Control Practices 15 500.6.2 Operation/Maintenance after Project Completion 16 500.7 Training 16 500.8 List of Subcontractors 16 500.9 Other Plans/Permits 16 Section 600 Monitoring Program and Reports 17 600.1 Site Inspections 17 600.2 Discharge Reporting 17 600.3 Record Keeping and Reports 17 SWPPP Attachments Attachment A Vicinity Map Attachment B Water Pollution Control Drawings Attachment C BMP Consideration Checklist Attachment D Computation Sheet for Determining Runoff Coefficients Attachment E Calculations for Storm Water Run-On Attachment F Notification of Construction (NOC) Attachment G. Program for Maintenance, Inspection, & Repair of Construction Site BMPs Attachment H Storm Water Quality Construction Site Inspection Checklist Attachment I Trained Contractor Personnel Log Attachment J Subcontractor Notification Letter and Log Attachment K Notice of Discharge, Written Notice or Order Attachment L SWPPP and Monitoring Program Checklist Attachment M Annual Certification of Compliance Form Attachment N Other Plans/Permits Attachment O Notice of Completion of Construction Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3607-1 Section 100 SWPPP Certifications and Approval 100.1 Initial SWPPP Certification Project Name: Faraday Avenue and El Camino Real Intersection City of Carlsbad Contract No. 3607-1 "I certify under a penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to ensure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system or those persons directly responsible for gathering the information, to the best of my knowledge and belief, the information submitted is true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations". Contractor's Signature Date Contractor's Name and Title Telephone Number INSERT CONTRACTOR'S COMPANY NAME INSERT DATE Page 1 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3607-1 100.2 SWPPP Approval For City of Carlsbad Use Only City Approval and Certification of the Storm Water Pollution Prevention Plan Project Name: City of Carlsbad Contract No. Faraday Avenue and El Camino Real Intersection 3607-1 "I certify under a penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to ensure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system or those persons directly responsible for gathering the information, to the best of my knowledge and belief, the information submitted is true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations". Engineer's Signature Date Engineer's Name Engineer's Telephone Number INSERT CONTRACTOR'S COMPANY NAME INSERT DATE Page 2 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3607-1 100.3 Annual Compliance Certification By June 15 of each year, the contractor shall submit an Annual Certification of Compliance to the Engineer stating compliance with the terms and conditions of the Permits and the SWPPP. The Annual Certification of Compliance Form and Engineer Approval form are included in Attachment M. Completed Annual Certifications of Compliance and Approvals can be found in the following pages. INSERT CONTRACTOR'S COMPANY NAME INSERT DATE Page 3 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3607-1 Section 200 SWPPP Amendments 200.1 SWPPP Amendment Certification and Approval This SWPPP shall be amended: • Whenever there is a change in construction or operations which may affect the discharge of pollutants to surface waters, groundwater(s), or a municipal separate storm sewer system (MS4); or • If any condition of the Permits is violated or the general objective of reducing or eliminating pollutants in storm water discharges has not been achieved. If the RWQCB determines that a Permit violation has occurred, the SWPPP shall be amended and implemented within 14 calendar days after notification by the RWQCB; • Annually, prior to the defined rainy season, when required by the project's Special Provisions; and • When deemed necessary by the Engineer. The amendments for this SWPPP, along with the Contractor's Certification and the Engineer's approval, can be found in the following pages. Amendments are listed in the Amendment Log in section 200.2 CLICK AND INSERT ADDITIONAL RESPONSIBILITIES AND/OR NAMES OR DELETE THIS LINE INSERT CONTRACTOR'S COMPANY NAME INSERT DATE Page 4 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3607-1 SWPPP Amendment No. Project Name: Faraday Avenue and El Camino Real Intersection City of Carlsbad Contract No. 3607-1 To be Completed by Contractor "I certify under a penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to ensure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system or those persons directly responsible for gathering the information, to the best of my knowledge and belief, the information submitted is true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations". Contractor's Signature Date Contractor's Name and Title Telephone Number For City of Carlsbad Use Only Engineer's Approval and Certification of the Storm Water Pollution Prevention Plan Amendment "I certify under a penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to ensure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system or those persons directly responsible for gathering the information, to the best of my knowledge and belief, the information submitted is true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations". Engineer's Signature Date Engineer's Name Engineer's Telephone Number INSERT CONTRACTOR'S COMPANY NAME INSERT DATE Page 5 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3607-1 200.2 Amendment Log Project Name: City of Carlsbad Contract No. Faraday Avenue and El Camino Real Intersection 3607-1 Amendment No.Date Brief Description of Amendment Prepared By INSERT CONTRACTOR'S COMPANY NAME INSERT DATE Page 6 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3607-1 Section 300 Introduction and Project Description 300.1 Introduction and Project Description CLICK AND INSERT PROJECT DESCRIPTION 300.2 Unique Site Features CLICK AND INSERT PROJECT FEATURES 300.3 Construction Site Estimates The following are estimates of the construction site: Construction Site Area ft2 Percentage impervious area before construction % Runoff coefficient before construction (1) Percentage impervious area after construction % Runoff coefficient after construction (1> Anticipated storm water flow onto the construction site(2) 300.4 Project Schedule/Water Pollution Control Schedule TYPE EITHER NARRATIVE PROJECT SCHEDULE OR STATE THAT THE GRAPHIC SCHEDULE IS ON THE FOLLOWING PAGE. ADD PAGE BREAKS AS NEEDED TO ENSURE THAT PAGE NUMBERING IS CONSISTENT THROUGHOUT THE DOCUMENT (REMOVE THIS TEXT) 300.5 Contact Information/List of Responsible Parties The Water Pollution Control Manager (WPCM) assigned to this project is: CLICK AND INSERT WPCM'S NAME CLICK AND INSERT TELEPHONE NUMBER CLICK AND INSERT CONTRACTOR'S COMPANY NAME CLICK AND INSERT ADDRESS CLICK AND INSERT CITY, STATE, ZIP INSERT CONTRACTOR'S COMPANY NAME INSERT DATE Page 7 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3607-1 The WPCM shall have primary responsibility and significant authority for the implementation, maintenance, inspection and amendments to the approved SWPPP. Duties of the Contractor's WPCM include, but are not limited to: • Ensuring full compliance with the SWPPP and the Permit • Implementing all elements of the SWPPP including, but not limited to: Implementation of prompt and effective erosion and sediment control measures Implementing all non-storm water management, and materials and waste management activities such as: monitoring discharges (dewatering, diversion devices), general site cleanup, vehicle and equipment cleaning, fueling and maintenance, spill control, ensuring that no materials other than storm water are discharged in quantities which will have an adverse effect on receiving waters or storm drain systems, etc. • Pre-storm inspections • Post-storm inspections • Storm event inspections • Preparing annual compliance certification • Ensuring elimination of all unauthorized discharges • The Contractor's WPCM shall be assigned authority by the Contractor to mobilize crews in order to make immediate repairs to the control measures • Coordinate with the Engineer to assure all of the necessary corrections/repairs are made immediately, and that the project complies with the SWPPP, the Permit and approved plans at all times CLICK AND INSERT ADDITIONAL RESPONSIBILITIES AND/OR NAMES OR DELETE THIS LINE INSERT CONTRACTOR'S COMPANY NAME INSERT DATE Page 8 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3607-1 Section 400 References The following documents are made a part of this SWPPP by reference: • Project plans and specifications no. 3607-1, Dwg. 429-9, prepared by City of Carlsbad. • California Regional Water Quality Control Board Order No. 2001-01, NPDES No. CAS0108758, National Pollutant Discharge Elimination System (NPDES) Permit. • Caltrans Storm Water Quality Handbooks, Construction Site Best Management Practices Manual, dated November 2000. • Caltrans Storm Water Quality Handbooks, SWPPP/WPCP Preparation Manual, dated November 2000. • CLICK AND TYPE OTHER REFERENCES INSERT CONTRACTOR'S COMPANY NAME INSERT DATE Page 9 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3607-1 Section 500 Body of SWPPP 500.1 Objectives This Storm Water Pollution Prevention Plan (SWPPP) has four main objectives: • Identify all pollutant sources, including sources of sediment that may affect the quality of storm water discharges associated with construction activity (storm water discharges) from the construction site, and • Identify non-storm water discharges, and • Identify, construct, implement in accordance with a time schedule, and maintain Best Management Practices (BMPs) to reduce or eliminate pollutants in storm water discharges and authorized non-storm water discharges from the construction site during construction, and • Develop a maintenance schedule for BMPs installed during construction designed to reduce or eliminate pollutants after construction is completed (post-construction BMPs). This SWPPP conforms with the required elements of Permit No. CAS0108758 issued by the State of California, State Water Resources Control Board (SWRCB). This SWPPP will be modified and amended to reflect any changes in construction or operations that may affect the discharge of pollutants from the construction site to surface waters, groundwaters, or the municipal separate storm sewer system (MS4). The SWPPP will also be amended if it is in violation of any condition of the Permit or has not achieved the general objective of reducing pollutants in storm water discharges. The SWPPP shall be readily available on-site for the duration of the project. 500.2 Vicinity Map The construction project vicinity map showing the project location, surface water boundaries, geographic features, construction site perimeter, and general topography, is located in Attachment A. The project's Title Sheet provides more detail regarding the project location and is also included in Attachment A. INSERT CONTRACTOR'S COMPANY NAME INSERT DATE Page 10 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3607-1 500.3 Pollutant Source Identification and BMP Selection 500.3.1 Inventory of Materials and Activities that May Pollute Storm Water The following is a list of construction materials that will be used and activities that wHI be performed that will have the potential to contribute pollutants, other than sediment, to storm water runoff (control practices for each activity are identified in the Water Pollution Control Drawings (WPCDs) and/or in sections 500.3.4 through 500.3.9: Vehicle fluids, including oil, grease, petroleum and coolants Asphaltic emulsions associated with asphalt concrete paving operations Cement materials associated with PCC paving operations, drainage structures and underground utilities Paints, solvents and thinners Wood products Fertilizers and herbicides CLICK AND INSERT ADDITIONAL NARRATIVE TEXT OR DELETE LINE Construction activities that have the potential to contribute sediment to storm water discharges include: • Clear and grub operations • Grading operations • Soil, asphalt and concrete export operations • Utility excavation operations • Landscape operations CLICK AND INSERT ADDITIONAL NARRATIVE TEXT OR DELETE LINE Attachment C lists all Best Management Practices (BMPs) that are either minimum requirements or special contract requirements, and all BMPs selected by the Contractor for this project. Implementation and location of BMPs are shown on the WPCDs in Attachment B. Narrative descriptions of BMPs to be used during the project are listed by category in each of the following SWPPP sections. 500.3.2 Existing (Pre-Construction) Control Measures The following are existing (pre-construction) control measures encountered within the project site: • Curb and gutter direct storm runoff to City owned and maintained storm drain system. • •CLICK AND INSERT ADDITIONAL NARRATIVE TEST OR DELETE LINE INSERT CONTRACTOR'S COMPANY NAME INSERT DATE Page 11 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3607-1 500.3.3 Nature of Fill Material and Existing Data Describing the Soil The proposed project requires the removal of existing sidewalk and fill placed historically to construct road widening and sidewalk. This is an existing commercial/industrial park. It is not anticipated to encounter pollutants other than those generated in an urban area. Existing site features that, as a result of past usage, may contribute pollutants to storm water (e.g., toxic materials that are known to have been treated, stored, disposed, spilled, or leaked onto the construction site) include: CLICK AND INSERT ADDITIONAL NARRATIVE TEXT OR DELETE LINE 500.3.4 Soil Stabilization (Erosion Control) Soil stabilization, also referred to as erosion control, consists of source control measures that are designed to prevent soil particles from detaching and becoming suspended in storm water runoff. Soil stabilization BMPs protect the soil surface by covering and/or binding soil particles. This project will incorporate minimum temporary soil stabilization requirements, temporary soil stabilization measures required by the contract documents, and other measures selected by the contractor. This project will utilize and implement the following principles for effective temporary and final soil stabilization during construction: 1. Preserve existing vegetation where required and when feasible. 2. Apply temporary soil stabilization (erosion control) to remaining active and non-active areas as required by the Construction Site BMPs Manual and the Special Provisions. Reapply as necessary to maintain effectiveness. 3. Implement temporary soil stabilization measures at regular intervals throughout the defined rainy season to achieve and maintain the contract's disturbed soil area requirements. When the project's Special Provisions require it, temporary soil stabilization will be implemented 20 days prior to the defined rainy season. 4. Stabilize non-active areas within 14 days of cessation of construction activities. 5. Control erosion in concentrated flow paths by applying erosion control blankets, erosion control seeding, and lining swales as required in the Special Provisions. 6. At completion of construction, apply permanent erosion control to al remaining disturbed soil areas. INSERT CONTRACTOR'S COMPANY NAME INSERT DATE Page 12 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3607-1 Sufficient quantities of temporary soil stabilization materials will be maintained on-site to allow implementation in conformance with Caltrans requirements and described in this SWPPP. This includes implementation requirements for active areas, non-active areas, and areas that require deployment before the onset of rain. Implementation and locations of temporary soil stabilization BMPs are shown on the Water Pollution Control Drawings (WPCDs) in Attachment B and/or described in this section. The BMP Consideration Checklist in Attachment C indicates the BMPs that will be implemented to control erosion on the construction site; these are: SS-1, Scheduling SS-2, Preservation of Existing Vegetation INSERT ADDITIONAL NARRATIVE TEXT OF SOIL STABILIZATION OR DELETE LINE 500.3.5 Sediment Control Sediment controls are structural measures that are intended to complement and enhance the selected soil stabilization (erosion control) measures. Sediment controls are designed to intercept and settle out soil particles that have been detached and transported by the force of water. This project will incorporate minimum temporary sediment control requirements, temporary sediment control measures required by the contract documents, and other measures selected by the contractor. The temporary sediment control BMPs selected are adequate to prevent a net increase of sediment in storm water discharge relative to pre-construction levels. Sufficient quantities of temporary sediment control materials will be maintained on-site throughout the duration of the project, to allow implementation of temporary sediment controls in the event of predicted rain, and for rapid response to failures or emergencies, in conformance with other Caltrans requirements and as described in this SWPPP. This includes implementation requirements for active areas and non-active areas before the onset of rain. Implementation and locations of temporary sediment control BMPs are shown on the Water Pollution Control Drawings (WPCDs) in Attachment B. The BMP Consideration Checklist in Attachment C indicates all the BMPs that will be implemented to control sediment on the construction site, these are: SC-1, Silt Fence SC-7, Street Sweeping and Vacuuming SC-10, Storm Drain Inlet Protection CLICK AND INSERT ADDITIONAL NARRATIVE TEST OF SEDIMENT CONTROLS OR DELETE LINE INSERT CONTRACTOR'S COMPANY NAME INSERT DATE Page 13 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3607-1 500.3.6 Tracking Control The following BMPs have been selected to reduce sediment tracking from the construction site onto private or public roads: • SC-7, Street Sweeping and Vacuuming CLICK AND INSERT ADDITIONAL NARRATIVE TEST OF TRACKING CONTROL PRACTICES OR DELETE LINE 500.3.7 Wind Erosion Control The following BMPs have been selected to control dust from the construction site: • WE-1, Wind Erosion Control INSERT ADDITIONAL NARRATIVE TEXT OF WIND EROSION CONTROL PRACTICES OR DELETE LINE 500.3.8 Non-Storm Water Control An inventory of construction activities and potential non-storm water discharges is provided in Section 5.3.1. The BMP Consideration Checklist in Attachment C and the following list indicates the BMPs that have been selected to control non-storm water pollution on the construction site. Implementation and locations of some non-storm water control BMPs are shown on the Water Pollution Control Drawings (WPCDs) in Attachment B. A narrative description of each BMP follows: NS-6, Illicit Connection/Illegal Discharge Detection and Reporting NS-8, Vehicle and Equipment Cleaning NS-9, Vehicle and Equipment Fueling NS-10, Vehicle and Equipment Maintenance Illicit Connection/Illegal Discharge Detection and Reporting The contractor will implement BMP NS-6, Illicit Connection/Illegal Discharge Detection and Reporting throughout the duration of the project. Paving Operations The project will include placement of approximately of AC pavement. Paving locations and adjacent storm drain inlets are shown on the plans. Paving operations will INSERT CONTRACTOR'S COMPANY NAME INSERT DATE Page 14 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3607-1 generally be conducted in XXXX as shown on the project schedule in Section 300.4. BMP NS-3, Paving and Grinding Operations, will be implemented to prevent paving materials from being discharged off-site. Covers will be placed over each inlet adjacent to paving operations. Following paving operations, the area will be swept, inlet covers will be removed, and the inlets will be inspected for paving materials. Vehicle and Equipment Operations • Several types of vehicles and equipment will be used on-site throughout the project, including graders, scrapers, excavators, loaders, paving equipment, rollers, trucks and trailers, backhoes, forklifts, generators, compressors, and traffic control equipment. BMPs NS-9, Vehicle and Equipment Fueling, and NS- 10, Vehicle and Equipment Maintenance will be utilized to prevent discharges of fuel and other vehicle fluids. Except for concrete washout, which is addressed in Section 500.3.8, vehicle cleaning will not be performed on-site. • All vehicle maintenance and mobile fueling operations will be conducted at least 15 yards away from operational inlets and drainage facilities and on a level graded area. Concrete and Asphaltic Cement Saw-cutting • The project will include saw-cutting in the sidewalk, curb and gutter, cross-gutters and the road. Saw-cutting locations and adjacent storm drain inlets are shown on WPCDs 2, 3, and 4. Estimated saw-cutting dates are shown on the schedule in Section 300.4. Saw-cutting operations will not be conducted during or immediately prior to rainfall events. • BMP WM-08, Concrete Waste Management, will be implemented to contain and dispose of saw-cutting slurries. Sandbags will be used to contain the slurry and prevent discharges to the storm drain system. Once contained by the sandbag barrier, the slurry will be vacuumed and discharged to the concrete washout facility described above. Dried and cured concrete wastes will be disposed off-site during concrete washout maintenance activities. INSERT ADDITIONAL NARRATIVE TEXT OF NON-STORM WATER CONTROL PRACTICES OR DELETE LINE INSERT CONTRACTOR'S COMPANY NAME INSERT DATE Page 15 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3607-1 500.3.9 Waste Management and Materials Pollution Control An inventory of construction activities, materials, and wastes is provided in Section 5.3.1. The BMP Consideration Checklist in Attachment C and the following list indicates the BMPs that have been selected to handle materials and control construction site waste. A narrative description of each BMP follows. • WM-1, Material Delivery and Storage • WM-2, Material Use • WM-4, Spill Prevention and Control • WM-5, Solid Waste Management • WM-9, Sanitary/Septic Waste Management Material Delivery, Storage, and Use In general, BMPs WM-1 and WM-2 will be implemented to help prevent discharges of construction materials during delivery, storage, and use. The general material storage area will be located in the contractor's yard as shown on WPCD-4. A sandbag barrier (BMP SC-8) will be provided around the storage area to prevent run-on from adjacent areas. Two types of storage/containment facilities will be provided within the storage area to minimize storm water contact with construction materials: • Water-tight shipping containers will be used to store hand tools, small parts, and most construction materials that can be carried by hand, such as paint cans, solvents and grease. Very large items, such as light standards, framing materials, and stockpiled lumber, will be stored in the open in the general storage area. Such materials will be elevated with wood blocks to minimize contact with run-on. Aggregate and base materials will also be stockpiled in the general storage area and will be surrounded with additional sediment controls (i.e., SC-8, Sandbag Barrier). . Spill clean-up materials, material safety data sheets, a material inventory, and emergency contact numbers will be maintained and stored in the office. Spill Prevention and Control BMP WM-4, Spill Prevention and Control, will be implemented to contain and clean-up spills and prevent material discharges to the storm drain system. Spill prevention is also discussed above in Material Delivery, Storage, and below in the following waste management and equipment maintenance sections. Waste Management BMP WM-5, Solid Waste Management, and BMP WM-6, Hazardous Waste Management will be implemented to minimize storm water contact with waste materials INSERT CONTRACTOR'S COMPANY NAME INSERT DATE Page 16 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3607-1 and prevent waste discharges. Solid wastes will be loaded directly into trucks for off- site disposal. When on-site storage is necessary, solid wastes will be stored in watertight dumpsters in the general storage area of the contractors yard. AC and PCC rubble will be stockpiled in the general storage area and will be surrounded with sediment controls (SC-8, Sandbag Barrier). Solid waste, including rubble stockpiles, will be removed and disposed off-site at least weekly. Coast Waste Management will provide solid waste disposal services. Hazardous wastes will be stored in the shipping containers or covered containment area discussed above for materials storage. Hazardous wastes will be appropriate and clearly marked containers and segregated from other non-waste materials. Contaminated Soil Management Contaminated soil management BMPs address the possibility of construction activity near contaminated soils. The construction site has no known history of contaminated soil or other impairments. However, employees will be instructed to recognize evidence of contaminated soil, such as buried debris, discolored soil, and unusual odors. Concrete Residuals and Washout Wastes This project includes placement of concrete. No discahrges are anticipated. Concrete pours will not be conducted during or immediately prior to rainfall events. BMP WM-8, Concrete Waste Management, will be implemented, a concrete washout facility will be constructed and maintianed. All excess concrete and concrete washout slurries will be discharged to the washout facility for drying. BMP maintenance, waste disposal, and BMP removal will be conducted as described in WM-08. Dried-off concrete will be used as fill material if permitted by the City. Sanitary and Septic Wastes The contractor will implement BMP WM-9, Sanitary and Septic Waste Management, and portable toilets will be located and maintained at the contractors yard for the duration of the project. INSERT ADDITIONAL NARRATIVE TEXT OF WASTE MANAGEMENT & MATERIALS POLLUTION CONTROL PRACTICES OR DELETE LINE 500.4 Water Pollution Control Drawings (WPCDs) The Water Pollution Control Drawings can be found in Attachment B of the SWPPP. 500.5 Construction BMP Maintenance, Inspection and Repair A program for Maintenance, Inspection and Repair of BMPs is shown in Attachment G. INSERT CONTRACTOR'S COMPANY NAME INSERT DATE Page 17 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3607-1 500.6 Post-Construction Storm Water Management 500.6.1 Post-Construction Control Practices The following are the post-construction BMPs that are to be used at this construction site after all construction is complete: Catch Basin Inserts INSERT ADDITIONAL NARRATIVE TEXT OR DELETE LINE INSERT CONTRACTOR'S COMPANY NAME INSERT DATE Page 18 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3607-1 500.6.2 Operation/Maintenance after Project Completion The post-construction BMPs that are described above will be funded and maintained as follows: Short term funding: City of Carlsbad Long term funding: City of Carlsbad 500.7 Training Section 300.5 shows the name of the Contractor's Water Pollution Control Manager (WPCM). This person has received the following training: The training log showing formal and informal training of various personnel is shown in Attachment I. This SWPPP was prepared by INSERT COMPANY NAME AND REGISTRATION OR QUALIFICATIONS OF THE PERSON THAT PREPARED THE SWPPP 500.8 List of Subcontractors All contractors and subcontractors will be notified of the requirement for storm water management measures during the project, a list of contractors will be maintained and included in the SWPPP. If subcontractors change during the project, the list will be updated accordingly. The subcontractor notification letter and log is included in the SWPPP as Attachment J. 500.9 Other Plans/Permits Attachment N includes copies of other local, state, and federal plans and permits. Following is a list of the plans and permits included in Attachment N: • California Regional Water Quality Control Board Order No. 2000-01, NPDES No. CAS0108758, National Pollutant Discharge Elimination System (NPDES) Permit. • INSERT NAME(S), DATE(S) AND SOURCES OF OTHER LOCAL, STATE OR FEDERAL PLANS OR PERMITS IN THE FOLLOWING BULLETS DELETE BULLETS IF NOT NEEDED INSERT CONTRACTOR'S COMPANY NAME INSERT DATE Page 19 Storm Water Pollution Prevention Plan (SWPPP) Contract No. 3607-1 Section 600 Monitoring Program and Reports 600.1 Site Inspections The Contractor will inspect the site prior to a forecast storm, after a rain event that causes runoff from the construction site, at 24-hour intervals during extended rain events, and as specified in the project Special Provisions. The results of all inspections and assessments will be documented and copSies of the completed inspection checklists will be maintained with the SWPPP. Site inspections conducted for monitoring purposes will be performed using the inspection checklist shown in Attachment H. The name(s) and contact number(s) of the assigned inspection personnel are listed below: Assigned inspector: NAME OF INSPECTOR Contact phone: TELEPHONE NUMBER 600.2 Discharge Reporting If a discharge occurs or if the project receives a written notice or order from any regulatory agency, the Contractor will immediately notify the Engineer and will file a written report to the Engineer within 7 days of the discharge event, notice, or order. Corrective measures will be implemented immediately following the discharge, notice or order. A sample discharge form is provided in Attachment K. The report to the Engineer will contain the following items: • The date, time, location, nature of operation, and type of unauthorized discharge, including the cause or nature of the notice or order; • The control measures (BMPs) deployed before the discharge event, or prior to receiving notice or order; • The date of deployment and type of control measures (BMPs) deployed after the discharge event, or after receiving the notice or order, including additional measures installed or planned to reduce or prevent re-occurrence; and • An implementation and maintenance schedule for any affected BMPs. 600.3 Record Keeping and Reports Records shall be retained for a minimum of three years for the following items: • Site inspections • Compliance certifications • Discharge reports • Approved SWPPP document and amendments INSERT CONTRACTOR'S COMPANY NAME INSERT DATE Page 20 Storm Water Pollution Prevention Plan (SWPPP)-Attachment A Faraday Avenue and El Cam/no Real Intersection Contract No. 3607-1 ATTACHMENT A VICINITY MAP Storm Water Pollution Prevention Plan (SWPPP)-Attachment B Faraday Avenue and El Cam/no Real Intersection Contract No 3607-1 ATTACHMENT B WATER POLLUTION CONTROL DRAWINGS Storm Water Pollution Prevention Plan (SWPPP)-Attachment C Faraday Avenue and El Cam/no Real Intersection Contract No. 3607-1 ATTACHMENT C BMP CONSIDERATION CHECKLIST Storm Water Pollution Prevention Plan (SWPPP)-Attachment C Faraday Avenue and El Cam/no Real Intersection Contract No. 3607-1 CONSTRUCTION SITE BMPS CONSIDERATION CHECKLIST The Contractor shall consider using all BMPs listed hereon. Those BMPs that are not included in the SWPPP shall be checked as "Not Used" with a brief statement describing why it is not being used. All selected BMPs shall be included in the Schedule of Values, except for those items shown on the plans and paid for as a separate item or work TEMPORARY SOIL STABILIZATION BMPs BMP No. SS-1 SS-2 SS-3 SS-4 SS-5 SS-6 SS-7 SS-8 BMP Scheduling Preservation of Existing Vegetation Hydraulic Hydroseeding Soil Binders Straw Mulch Geotextile, Plastic Covers, & Erosion Control Blankets/Mats Wood Mulching Temporary Concentrated Flow conveyance Controls SS-9 SS-10 SS-11 Earth Dikes/drainage Swales & Lined Ditches Outlet Protection/ Velocity Dissipation Devices Slope Drains MINIMUM REQUIREMENT (2) V V V (1) CHECK IF CONTRACT REQUIREMENT CHECK IF USED V V CHECK IF NOT USED V V V V V V V V IF NOT USED, STATE REASON Planting sod Alternate temporary soil stabilizing measures will be implemented as parts of project complete. Alternate temporary soil I stabilizing measures will be | implemented as parts of U project complete. Alternate temporary soil stabilizing measures will be implemented as parts of project complete Alternate temporary soil stabilizing measures will be implemented as parts of project complete Not applicable to site Not applicable to site Not applicable to site (1) The Contractor shall select one of the five measures listed or a combination thereof to achieve and maintain the contract's rainy season disturbed soil area (DSA) requirements. Not all minimum requirements may be applicable to every project. Applicability to a specific project shall be verified by the Contractor or determined by Construction Manager. Storm Water Pollution Prevention Plan (SWPPP)-Attachment C Faraday Avenue and El Cam/no Real Intersection Contract No. 3607-1 CONSTRUCTION SITE BMPS CONSIDERATION CHECKLIST The Contractor shall consider using all BMPs listed hereon. Those BMPs that are not included in the SWPPP shall be checked as "Not Used" with a brief statement describing why it is not being used. All selected BMPs shall be included in the Schedule of Values, except for those items shown on the plans and paid for as a separate item or work TEMPORARY SEDIMENT CONTROL BMPs BMP No. SC-1 SC-2 SC-3 SC-4 SC-5 SC-6 SC-7 SC-8 SC-9 SC-10 BMP Silt Fence Desilting Basin Sediment Trap Check Dam Fiber Rolls Gravel Bag Berm Street Sweeping and Vacuuming Sand Bag Barrier Straw Bale Barrier Storm Drain Inlet Protection MINIMUM REQUIREMENT (2) V V CHECK IF CONTRACT REQUIREMENT CHECK IF USED V V CHECK IF NOT USED V V V V V V V V IF NOT USED, STATE REASON Not applicable to site Not applicable to site Not applicable to site. Not applicable to site Not applicable to site Not applicable to site Not applicable to site Not applicable to site Wind Erosion Control WIND EROSION CONTROL BMPs TRACKING CONTROL BMPs TC-1 TC-2 TC-3 Stabilized Construction Entrance/ Exit Stabilized Construction Roadway Entrance/Outlet Tire Wash V V V Not applicable to site Not applicable to site Not applicable to site (1) Not all minimum requirements may be applicable to every project. Applicability to a specific project shall be verified by the Contractor or determined by Construction Manager. Storm Water Pollution Prevention Plan (SWPPP)-Attachment C Faraday Avenue and El Cam/no Real Intersection Contract No. 3607-1 CONSTRUCTION SITE BMPS CONSIDERATION CHECKLIST The Contractor shall consider using all BMPs listed hereon. Those BMPs that are not included in the SWPPP shall be checked as "Not Used" with a brief statement describing why it is not being used. All selected BMPs shall be included in the Schedule of Values, except for those items shown on the plans and paid for as a separate item or work NON-STORM WATER MANAGEMENT BMPs BMP No. NS-1 NS-2 NS-3 NS-4 NS-5 NS-6 NS-7 BMP Water Conservation Practices Dewatering Operations Paving and Grinding Operations Temporary Stream Crossing Clear Water Diversion Illicit Connection/Illegal Discharge Detection And Reporting Potable Water/Irrigation Vehicle and Equipment Operations NS-8 NS-9 NS-10 Vehicle and Equipment Cleaning Vehicle and Equipment Fueling Vehicle and Equipment Maintenance MINIMUM REQUIREMENT (2) V V V V V V CHECK IF CONTRACT REQUIREMENT CHECK IF USED V V V V V V V CHECK IF NOT USED V V V IF NOT USED, STATE REASON No dewatering operations for this project. No stream crossing required for this project. No diversion required for this project. ' - (2)Not all minimum requirements may be applicable to every project. Applicability to a specific project shall be verified by the Contractor or determined by Construction Manager. Storm Water Pollution Prevention Plan (SWPPP)-Attachment C Faraday Avenue and El Cam/no Real Intersection Contract No. 3607-1 CONSTRUCTION SITE BMPS CONSIDERATION CHECKLIST The Contractor shall consider using all BMPs listed hereon. Those BMPs that are not included in the SWPPP shall be checked as "Not Used" with a brief statement describing why it is not being used. All selected BMPs shall be included in the Schedule of Values, except for those itemsjshown on the plans and paid for as a separate item or work WASTE MANAGEMENT AND MATERIALS POLLUTION CONTROL BMPs BMP No. WM-1 WM-2 WM-3 WM-4 WM-5 WM-6 WM-7 WM-8 WM-9 WM- 10 BMP Material Delivery and Storage Material Use Asphalt Concrete Stockpiles Spill Prevention and Control Solid Waste Management Hazardous Waste Management Contaminated Soil Management Concrete Waste Management Sanitary/Septic Waste Management Liquid Waste Management MINIMUM REQUIREMENT (2) V V V V V V CHECK IF CONTRACT REQUIREMENT CHECK IF USED V V V V V V CHECK IF NOT USED V V V V IF NOT USED, STATE REASON Not applicable to project Not applicable to project Not applicable to project Not applicable to project (2) Not all minimum requirements may be applicable to every project. Applicability to a specific project shall be verified by the Contractor or determined by Construction Manager. Storm Water Pollution Prevention Plan (SWPPP)-Attachment C Faraday Avenue and El Cam/no Real Intersection Contract No. 3607-1 Storm Water Pollution Prevention Plan (SWPPP)-Attachment D Faraday Avenue and El Cam/no Real Intersection Contract No. 3607-1 ATTACHMENT D COMPUTATION SHEET FOR DETERMINING RUNOFF COEFFICIENTS Storm Water Pollution Prevention Plan (SWPPP)-Attachment D Faraday Avenue and El Cam/no Real Intersection Contract No. 3607-1 Total Site Area = (A) Existing Site Conditions Impervious Site Area1 = (B) Impervious Site Area Runoff Coefficient2'4 = 0.95 (C) Pervious Site Area3 = (D) Pervious Site Area Runoff Coefficient = 0.45 (E) Existing Site Area Runoff Coefficient (B x C) + (D x E) _ (F) (A) Proposed Site Conditions (after construction) Impervious Site Area1 = (G) Impervious Site Area Runoff Coefficient2l4 = 0.95 (H) Pervious Site Area3 = (I) Pervious Site Area Runoff Coefficient4 = 0.55 (J) Existing Site Area Runoff Coefficient ^G x H + ^ x J^ - (K) 1. Includes paved areas, areas covered by buildings, and other impervious surfaces. 2. Use 0.95 unless lower or higher runoff coefficient can be verified. 3. Includes areas of vegetation, most unpaved or uncovered soil surfaces, and other pervious areas. 4. See the table on the following page for typical C values. Storm Water Pollution Prevention Plan (SWPPP)-Attachment D Faraday Avenue and El Cam/no Real Intersection Contract No. 3607-1 HUNOi-'F COEFFICIENTS IHATIONAL METHOD) fiEVELDPED AREAS fURSANI Coefficient C Soil Group '" LgjlCLUsg A B C 0 Residential; Single Family .40 .45 .50 .55 Multt-Uoits .45 .50 ,60 .70 Mobile f-lomss .45 .50 .55 .65 HuraMlcts greater than 1 ,'2 acre! ,30 .35 .40 .*5 Commercial |J1 80% Impervious .70 .75 .30 .85 .Industrial th 90% Impervious ,;SO .85 .90 .95 NOTES: m SoiJ Group maps are avsilsble at the offices of -the. Dep.artms.nt of Public Works. !3) VVhera actual conditions deviate significantly from the tabulated irnperviousness values of 80% or 90%. the values given for coeHiciant C. may be revised by multiplyihy 80% cr 90% by the ratio of actual imperviousness to the tabulated impervicusfiBss. However, in no case shall ihe final coefficient be (s-ss than Q.50. For example: Consider commercial property on D soil group. impervisusness = 80% C - J5p.x0.85 = 0;53 SO APPEMOIX IX Updated 4/93 Storm Water Pollution Prevention Plan (SWPPP)-Attachment E Faraday Avenue and El Cam/no Real Intersection Contract No. 3607-1 ATTACHMENT E COMPUTATIONAL SHEET FOR DETERMINING RUN-ON DISCHARGES Storm Water Pollution Prevention Plan (SWPPP)-Attachment E Faraday Avenue and El Cam/no Real Intersection Contract No. 3607-1 Existing Site Conditions Area Runoff Coefficient= Area Rainfall Intensity = Drainage Area= Site Area Run-on Discharge = (A) inches/hr (B) acres (C) cfs (D) Storm Water Pollution Prevention Plan (SWPPP)-Attachment E Faraday Avenue and El Cam/no Real Intersection ______^______^____ Contract No. 3607-1 COUNTY OF SAN DIEGO DEPARTMENT OF SANITATION 5 FLOOD CONTROL 2-YEAR 2,-fiOOR PRECIPITATION HI- ISOPLUWS OF 2-YEAR 24-HGOR PRECIPITATION Ifl TENTHS OF AN Pt.pVlld by U.S. DEPARTMENT OF COMMERCE HATlom OCEANIC AWO ATWSI'IIERIC ADX1MSTRAT10N SPECUL STUDIES BRANCH, OFFICE DF HYDROLOGY. NATIONAL IEATHES SCRVICC US'30'15'117'30'15'116* Co Storm Water Pollution Prevention Plan (SWPPP)-Attachment E Faraday Avenue and El Cam/no Real Intersection Contract No. 3607-1 3. HYDROLOGY 3.1 DESIGN CRITERIA The County of Sar, Diego Mydrvtegy Manual formula -was tisetl to determine me time- of concentration. Tc, Time of concentration was determined by the forraula: Tc = (11.9 x LJ/H)0l5SJ, where Tc — time oi" concentration, in hours (5 minute minimum). L— honzontaJUy projected length of the. watershed, sn miles. H = difference in elevation along effective slope, iii feet- The rational method was used to estimate the peak, discharge, Q. Peak discharge was determined by the formula: Q= l.'OOSCI A, where Q = .discharge, in cubic feet per seconvi. C = coerfficient of runoff, whcps C •=-1.0 for pavemerru & 0.90 for riH } cut slopes (composite C value's were calculated for most offr-sste or composite watersheds), i = average rainfa!! intensity, in inches per hoar, for-a given .-frequency arid for the duration equal to the tfme of concentration. A = drainage area, -in acres. 3.2 RAINFALL rNTENSITY CALCULATION The County of Son Diego Hydrology Manual method wts used CO .detemiine rainfaLl intensities for a given duration and frequency, .Rainfall intensity was •determined by the formula: il, where t = average rainfall Intensity, in inches per hour, for a given Frequency and For the duration, Pf. = prucipiration for the 6-hour 100-year •ssorm. in inches, dewrrnined From isopluvia! charts located it! Appendix A. P - duration, ir. minutes, ^oual in the time oi concentration. Storm Water Pollution Prevention Plan (SWPPP)-Attachment E Faraday Avenue and El Cam/no Real Intersection Contract No. 3607-1 ATTACHMENT F NOTICE OF INTENT (NOI) Storm Water Pollution Prevention Plan (SWPPP) Faraday Avenue and El Cam/no Real Intersection Attachment G BMP Consideration Checklist The contractor shall use the following guidelines for maintenance, inspection, and repair ofBMPs identified in the SWPPP/WPCP BEST MANAGEMENT PRACTICES (BMPs) INSPECTION FREQUENCY (All controls)MAINTENANCE/REPAIR PROGRAM TEMPORARY SOIL STABILIZATION BMPs SS-1 Scheduling SS-2 Preservation of Existing Vegetation SS-3 Hydraulic Mulch SS-7 Plastic Covers Weekly Bi-weekly Bi-weekly Prior to forecast storm After a rain event that causes runoff from the construction site • At 24-hour intervals during extended rain events • Review and update as necessary • Inspect protective fencing and repair or replace as necessary • Repair or replace damaged vegetation per SS-1 working detail • Repair damaged roots or compacted soils in the root zone • Maintain continuous mulch cover over area to be protected. Re-spray hydraulic mulch as necessary. • As soon as weather and soil conditions permit, repair any slope damage and re- spray damaged or exposed areas • Replace and dispose torn or missing sections of plastic covers. Replace or supplement anchors as necessary to keep covers in place. TEMPORARY SEDIMENT CONTROL BMPs SC-8 Sandbag Barrier SC-10 Storm Drain Inlet Protection SC-7 Street Sweeping and Vacuuming After a rain event that causes runoff from the construction site At 24-hour intervals during extended rain events Daily • Remove, dispose, and replace damaged, deteriorated, or otherwise unsuitable BMPs • Replace torn sand bags as required. • Remove retained sediments before they reach 1/3 of the barrier height or Vz of the sediment holding capacity • Clean and dispose of accumulated sediment deposited in sediment traps around drainage inlets; re-secure silt fence as needed • Remove BMPs when no longer needed, as directed by the Engineer. Repair surfaces damaged by BMP removal • Inspect site access points daily • Sweep tracked sediment • 3607-1 Faraday Avenue and El Camino Real Intersection H:\Capital Improvement Program\3607 Faraday Ave Rt Turn Lane at£CR\Design\SWPPP Attachments G thru N.doc Attachment G Page G-1 Storm Water Pollution Prevention Plan (SWPPP) Faraday Avenue and El Cam/no Real Intersection The contractor shall use the following guidelines for maintenance, inspection, and repair ofBMPs identified in the SWPPP/WPCP BEST MANAGEMENT PRACTICES (BMPs) INSPECTION FREQUENCY (All controls)MAINTENANCE/REPAIR PROGRAM WIND EROSION CONTROL BMPs WE-1 Wind Erosion Control Daily Maintain water trucks and water distribution equipment in good order and fix leaks immediately TRACKING CONTROL BMPs TC-1 Stabilized Construction Entrance/Exit At 24-hour intervals during extended rain events Sweep surrounding areas. NON-STORM WATER MANAGEMENT BMPs NS-6 Illicit Connection/Illegal Discharge Detection and Reporting NS-8 Vehicle and Equipment Cleaning NS-9 Vehicle and Equipment Fueling NS-10 Vehicle and Equipment Maintenance Weekly Inspect site during project execution for evidence of illicit discharges or illegal dumping. Observe site perimeter for evidence or potential of illicitly discharged or illegally dumped material which may enter the job site. Notify the Engineer of any illicit discharges or illegal dumping incidents at the time of discovery. Remove, dispose and replace damaged, deteriorated, or otherwise unsuitable BMPs Remove vehicles and/or equipment that leak. Replace drip pans or absorbent materials as needed. Re-stock spill materials. Remove BMPs when no longer needed, as directed by the Engineer. Repair slopes/surfaces damaged by BMP removal 3607-1 Faraday Avenue and El Camino Real Intersection H:\Capital Improvement Program\3607 Faraday Ave Rt Turn Lane at€CR\Design\SWPPP Attachments G thru N.doc Attachment G Pag^^ Storm Water Pollution Prevention Plan (SWPPP) Faraday Avenue and El Cam/no Real Intersection The contractor shall use the following guidelines for maintenance, inspection, and repair ofBMPs identified in the SWPPP/WPCP BEST MANAGEMENT PRACTICES (BMPs) INSPECTION FREQUENCY (All controls)MAINTENANCE/REPAIR PROGRAM WASTE MANAGEMENT AND MATERIALS POLLUTION CONTROL BMPs WM-1 Material Delivery and Storage WM-2 Material Use WM-4 Spill Prevention and Control WM-5 Solid Waste Management WM-9 Sanitary/Septic Waste Management WM-8 Concrete Waste Management Weekly Prior to forecast storm After a rain event that causes runoff from the construction site At 24-hour intervals during extended rain events Weekly • Keep storage areas clean, well organized, and equipped with ample clean-up supplies as appropriate for the materials stored • Repair or replace perimeter controls, containment structures, covers and liners as needed to maintain proper function and protection • Properly remove and dispose accumulated rainwater from containment facilities • Cover any stockpiles with appropriate mats or covers. • Maintain waste fluid containers in leak proof condition. Repair or replace dumpsters that leak • Provide timely service and removal to prevent dumpsters and sanitary facilities from overflowing. • Schedule Refuse Contractor to pick up waste containers weekly. • Remove accumulated debris from concrete washouts. Replace lining and sand bags as necessary 3607-1 Faraday Avenue and El Camino Real Intersection H:\Capital Improvement Program\3607 Faraday Ave Rt Turn Lane at eCR\Design\SWPPP Attachments G thru N.doc Attachment G Page G-3 Storm Water Pollution Prevention Plan (SWPPP) Jefferson Street Attachment H Storm Water Quality Construction Site Inspection Checklist GENERAL INFORMATION Project Name Contractor Inspector's Name Inspector's Title Signature Date of Inspection Inspection Type (Check Applicable) Season (Check Applicable) Sluciii Data 3607-1 Faraday Avenue and El Camino Real Intersection O Prior to forecast rain O After a rain event O 24-hr intervals during extended rain C3 Other CJ Rainy d Non-Rainy Storm Start Date & Time: Storm Duration (hrs): J Time elapsed since last storm Approximate Rainfall j (Circle Applicable Units) Min. Hr. Days Amount (mm) | PROJECT AREA SUMMARY AND DISTURBED SOIL AREA (DSA) SIZE LIMITS FROM SPECIAL PROVISIONS Total Project Area Rainy Season DSA Limit Field Estimate of Active DSAs Hectares Hectares Hectares Acres Acres Acres 3607-1 Faraday Avenue and El Camino Real Intersection H:\Capital Improvement Program\3607 Faraday Ave Rt Turn Lane at ECR\Design\SWPPP Attachments G thru N.doc Attachment H ge^n Storm Water Pollution Prevention Plan (SWPPP) Jefferson Street OTHER REQUIREMENTS Requirement Preservation of Existing Vegetation Is temporary fencing provided to preserve vegetation in areas where no construction activity is planned? Location: Location: Location: Location: Temporary Soil Stabilization Does the applied temporary soil stabilization provide 100% coverage for the required areas? Are any non-vegetated areas that may require temporary soil stabilization? Is the area where temporary soil stabilization required free from visible erosion? Location: Location: Location: .ocation: Temporary Linear Sediment Barriers Are temporary linear sediment barriers properly installed in accordance with the details, functional and maintained? Are temporary linear sediment barriers free of accumulated litter? Is the built-up sediment less than 1/3 the height of the barrier? Are cross barriers installed where necessary and properly spaced? Location: Location: Location: Location: Location: Storm Drain Inlet Protection Are storm drain inlets internal to the project properly protected with either Type 1 , 2 or 3 inlet protection? Are storm drain inlet protection devices in working order and >eing properly maintained? .ocation: Location: Location: Location: res No N/A Corrective Action 3607-1 Faraday Avenue and El Camino Real Intersection H:\Capital Improvement Program\3607 Faraday Ave Rt Turn Lane at ECR\Design\SWPPP Attachments G thru N.doc Attachment H Page H-2 Storm Water Pollution Prevention Plan (SWPPP) Jefferson Street OTHER REQUIREMENTS ^ Requirement Location: Desilting Basins Are basins maintained to provide the required retention/detention? Are basin controls (inlets, outlets, diversions, weirs, spillways, and racks) in working order? Location: Location: Location: Location: Stockpiles Are all locations of temporary stockpiles, including soil, hazardous waste, and construction materials in approved areas? Are stockpiles protected from run-on, run-off from adjacent areas and from winds? Are stockpiles located at least 15m from concentrated flows, downstream drainage courses and storm drain inlets? Are required covers and/or perimeter controls in place? Location: Location: Location: Location: Concentrated Flows Are concentrated flow paths free of visible erosion? Location: Location: Location: Location: Tracking Control Are points of ingress/egress to public/private roads inspected and swept and vacuumed daily? Are all paved areas free of visible sediment tracking or other particulate matter? Location: .ocation: Location: Location: Wind Erosion Control res No N/A Corrective Action 3607-1 Faraday Avenue and El Camino Real Intersection H:\CapHal Improvement Program\3607 Faraday Ave Rt Turn Lane at ECR\Design\SWPPP Attachments G thru N.doc Attachment H geH-3Page H- Storm Water Pollution Prevention Plan (SWPPP) Jefferson Street OTHER REQUIREMENTS Requirement Is dust control implemented in conformance with Section 10 of the Standard Specifications? Location: Location: Location: Location: Vehicle & Equipment Fueling, Cleaning, and Maintenance Are vehicle and equipment fueling, cleaning and maintenance areas reasonably clean and free of spills, leaks, or any other deleterious material? Are vehicle and equipment fueling, cleaning and maintenance activities performed on an impermeable surface in dedicated areas? If no, are drip pans used? Are dedicated fueling, cleaning, and maintenance areas located at least 15 m away from downstream drainage facilities and watercourses and protected from run-on and runoff? Is wash water contained for infiltration/ evaporation and disposed of outside the highway right of way? Is on-site cleaning limited to washing with water (no soap, soaps substitutes, solvents, or steam)? On each day of use, are vehicles and equipment inspected for leaks and if necessary, repaired? Location: Location: .ocation: Location: Waste Management & Materials Pollution Control Are material storage areas and washout areas protected from run-on and runoff, and located at least 15m from concentrated ows and downstream drainage facilities? Are all material handling and storage areas clean; organized; free of spills, leaks, or any other deleterious material; and stocked with appropriate clean-up supplies? Are liquid materials, hazardous materials, and hazardous wastes stored in temporary containment facilities? Are bagged and boxed materials stored on pallets? Are hazardous materials and wastes stored in appropriate, abeled containers? Are proper storage, clean-up, and spill-reporting procedures for lazardous materials and wastes posted in open, conspicuous and accessible locations adjacent to storage areas? Are temporary containment facilities free of spills and rainwater? Are temporary containment facilities and bagged/boxed materials covered? yes No N/A Corrective Action 3607-1 Faraday Avenue and El Camino Real Intersection H:\Capital Improvement Program\3607 Faraday Ave Rt Turn Lane at ECR\Design\SWPPP Attachments G thru N.doc Attachment H Page H-4 Storm Water Pollution Prevention Plan (SWPPP) Jefferson Street OTHER REQUIREMENTS | Requirement Are temporary concrete washout facilities designated and being used? Are temporary concrete washout facilities functional for receiving and containing concrete waste and are concrete residues prevented from entering the drainage system? Do temporary concrete washout facilities provide sufficient volume and freeboard forplanned concrete operations? Are concrete wastes, including residues from cutting and grinding contained and disposed of off-site or in concrete washout facilities? Are spills from mobile equipment fueling and maintenance properly contained and cleaned up? Is the site free of litter? Are trash receptacles provided in the Contractor's yard, field trailer areas, and at locations where workers congregate for lunch and break periods? Is litter from work areas within the construction limits of the project site collected and placed in watertight dumpsters? Are waste management receptacles free of leaks? Are the contents of waste management receptacles properly protected from contact with storm water or from being dislodged >y winds? Are waste management receptacles filled at or beyond capacity? Location: Location: Location: Location: Illicit Connection/Illegal Discharge Detection and Reporting Is there any evidence of illicit discharges or illegal dumping on the project site? If yes, has the Engineer been notified? Location: Location: Location: Location: )ischarge Points Are discharge points and discharge flows free from noticeable pollutants? Are discharge points free of any significant erosion or sediment transport? Location: Location: Location: res No N/A Corrective Action 3607-1 Faraday Avenue and El Camino Real Intersection H:\Capital Improvement Program\3607 Faraday Ave Rt Turn Lane at ECR\Design\SWPPP Attachments G thru N.doc Attachment H g^K Storm Water Pollution Prevention Plan (SWPPP) Jefferson Street OTHER REQUIREMENTS Requirement Location: WPCP/SWPPP Update Does the WPCP/SWPPP, Project Schedule/Water Pollution Control Schedule and WPCDs adequately reflect the current site conditions and contractor operations? Are all BMPs shown on the WPCDs installed in the proper ocation(s) and according to the details for the plan? Location: Location: Location: Location: General Are there any other potential water pollution control concerns at the site? Location: Location: Location: Location: res No N/A Corrective Action 3607-1 Faraday Avenue and El Camino Real Intersection H:\Capital Improvement Program\3607 Faraday Ave Rt Turn Lane at ECR\Design\SWPPP Attachments G thru N.doc*^m^. Attachment H Page H-6 Storm Water Pollution Prevention Plan (SWPPP) Jefferson Street Attachment I Storm Water Management Training Log Project Name: 3607-1 Faraday Avenue and El Camino Real Intersection Storm Water Management Topic: (check as appropriate) Ul Temporary Soil Stabilization Q Temporary Sediment Control Q Wind Erosion Control p. Non-storm water management Specific Training Objective: Location: Q Tracking Control r-. Waste Management and Materials Pollution Control Instructor: Date: Telephone: Attendee Roster (attach additional forms if necessary) Name Company Phone COMMENTS: 3607-1 Faraday Avenue and El Camino Real Intersection Attachment I H:\Capital Improvement Program\3607 Faraday Ave Rt Turn Lane at ECR\Design\SWPPP Attachments G thru N.doc PageTi^^ Storm Water Pollution Prevention Plan (SWPPP) Jefferson Street Attachment J Subcontractor Notification Letter (Sample) and Notification Log Contractor Contractor Address Dear Sir/Madam, Please be advised that the California State Water Resources Control Board has adopted the NPDES Statewide Storm Water Permit (Permit) to the State of California, CA S0108758, Order No. 2001-01. The goal of the permit is prevention of discharge of pollutants associated with construction activity from entering the storm drain system, ground and surface waters. We have developed a Storm Water Pollution Prevention Plan (SWPPP) in order to implement the requirements of the Permits. As a subcontractor, you are required to comply with the SWPPP and the Permits for any work that you perform on site. Any person or group who violates any condition of the Permits may be subject to substantial penalties in accordance with state and federal law. You are encouraged to advise each of your employees working on this project of the requirements of the SWPPP and the Permits. A copy of the Permits and the SWPPP are available for your review at the construction office. Please contact me if you have further questions. Sincerely, Water Pollution Control Manager 3607-1 Faraday Avenue and El Camino Real Intersection Attachment J HACapital Improvement Program\3607 Faraday Ave Rt Turn Lane at ECR\Oesign\SWPPP Attachments G thru N.doc Page J-1 Storm Water Pollution Prevention Plan (SWPPP) Jefferson Street SUBCONTRACTOR NOTIFICATION LOG Project Name:3607-1 Faraday Avenue and El Camino Real Intersection SUBCONTRACTOR COMPANY NAME CONTACT NAME ADDRESS PHONE NUMBER PAGER/ FIELD PHONE DATE NOTIFICATION LETTER SENT TYPE OF WORK USE ADDITIONAL PAGES AS NECESSARY 3607-1 Faraday Avenue and El Camino Real Intersection H:\Capital Improvement Program\3607 Faraday Ave Rl Turn Lane at ECR\Design\SWPPP Attachments G thru N.doc Attachment J 9^2PageT: To: Stom? Water Pollution Prevention Plan (SWPPP) Jefferson Street Attachment K Notice of Discharge, Written Notice, or Order .Public Works Construction Inspector Date: Insert Date Subject: Notice of Discharge Project Name: 3607-1 Faraday Avenue and El Camino Real Intersection In accordance with the City of Carlsbad NPDES Statewide Permit for Storm Water Discharges Associated with Construction Activity, the following instance of discharge is noted: Date, time, and location of discharge Insert description and date of event Nature of the operation that caused the discharge insert description of operation Initial assessment of any impact cause by the discharge insert assessment Existing BMP(s) in place prior to discharge event list BMPs in place Date of deployment and type of BMPs deployed after the discharge. BMPs deployed after the discharge (with dates) Steps taken or planned to reduce, eliminate and/or prevent recurrence of the discharge insert steps taken to prevent recurrence Implementation and maintenance schedule for any affected BMPs insert implementation and maintenance schedule If further information or a modification to the above schedule is required, notify the contact person below. Name of Contact Person Title Company Telephone Number Signature Date 3607-1 Faraday Avenue and El Camino Real Intersection H:\Capital Improvement Program\3607 Faraday Ave Rt Turn Lane at ECR\Design\SWPPP Attachments G thru N.doc Attachment K Page K-1 Storm Water Pollution Prevention Plan (SWPPP) Jefferson Street Attachment L Storm Water Pollution Prevention Plan (SWPPP) and Monitoring Program Checklist CONSTRUCTION PROJECT: 3607-1 Faraday Avenue and El Camino Real Intersection CONTRACTOR: CHECK IF ADDRESSED N/A IF NOT APPLICABLE X X X X X X X X X X X X X X X X X X SWPPP Section 100 100.1 100.2 200 200.1 200.2 300 300.1 300.2 300.4 300.5 400 500 500.1 500.2 500.2 500.2 500.2 500.3 500.4 500.4 500.4 ITEM SWPPP Certification and Approval NOI Related Permit Conditions SWPPP Amendments Amendment Certification and Approval Amendment number and date entered into SWPPP - Amendment Log Introduction/Project Description Project Description and Location (narrative) Unique Site Features (narrative) Project Schedule/Water Pollution Control Schedule (narrative or graphical) Contact Information References Body of SWPPP Objectives Vicinity Map (narrative or graphic) Site perimeter Geographic Features General topography i Water Pollution Control Drawings (WPCDs) graphic or narrative Site perimeter Existing and proposed buildings, lots, and roadways Storm water collection and discharge points COMMENTS 3607-1 Faraday Avenue and El Camino Real Intersection H:\Capital Improvement Program\3607 Faraday Ave Rt Turn Lane at ECR\DesigMSWPPP Attachments G thru N.doc Atti Page Storm Water Pollution Prevention Plan (SWPPP) Jefferson Street CHECK IF ADDRESSED N/A IF NOT APPLICABLE SWPPP Section 500.4 500.4 500.4 500.4 500.3 500.4 500.4 Attach. E 500.4 500.4 500.4 500.4 500.3.3 500.3.8 & 500.3.9 500.3.8 & 500.4 500.3.8 & 500.4 500.3.9 & 500.4 500.3.9 & 500.4 500.3.8 & 500.3.9 500.3.9 & 500.4 500.3.9 & 500.4 500.3.8, 500.3.9 & 500.4 500.6 ITEM General topography before and after construction Anticipated discharge location(s) Drainage patterns including the entire relevant drainage areas Temporary on-site drainage(s) Pollutant Source and BMP Identification (narrate/ or indicate on site map) Drainage Drainage patterns after major grading Slopes after major grading Calculations for storm water run-on BMPs that divert off-site drainage from passing through site Sform Water Inlets Drainage patterns to storm water inlets or receiving water BMPs that protect storm water inlets or receiving water Site History (narrative; if possible, indicate location(s) on the Water Pollution Control Drawings) Nature of fill material and data describing the soil. Description of toxic materials treated, stored, disposed, spilled or leaked on site BMPs that minimize contact of contaminants with storm water Location of Areas Designated for: Vehicle storage & service Equipment storage, cleaning, maintenance Soil or waste storage Construction material loading, unloading, storage and access Areas outside of Owners right-of-way (yards, borrow areas, etc.) BMP Locations or Descriptions for: Waste handling and disposal areas On-site storage and disposal of construction materials and waste Minimum exposure of storm water to construction materials, equipment, vehicles, waste Post Construction BMPs COMMENTS 3607-1 Faraday Avenue and El Camino Real Intersection H:\Capital Improvement Program\3607 Faraday Ave Rt Turn Lane at ECR\Design\SWPPP Attachments G thru N.doc Attachrm Page L-2 Storm Water Pollution Prevention Plan (SWPPP) Jefferson Street CHECK IF ADDRESSED N/A IF NOT APPLICABLE SWPPP Section 500.6.1 500.4 500.6.2 500.3.1 500.3.2 500.3.1 500.3.8 & 500.3.9 300.4 300.4 Attach. F 300.3 300.5 500.4.1 500.4 500.4 500.4 300.4 500.3.4 500.3.7 500.3.5 500.3.5 & 500.4 300.4, 500.3.5 500.3.6 500.3.8 & 500.3.9 500.3.8 & 500.3.9 500.3.8 & 500.3.9 500.3.8 & 500.3.9 ITEM Listing or Description of Post-construction BMPs Location of post-construction BMPs Parties responsible for long-term maintenance Additional Information Description of other pollutant sources and BMPs Pre-construction control practices Inventory of materials and activities that may pollute storm water BMPs to reduce/eliminate potential pollutants listed in the inventory Runoff coefficient (before & after) Percent impervious (before & after) Copy of the NOC Construction activity schedule Contact information SOIL STABILIZATION (EROSION CONTROL) The SWPPP shall include: Areas of vegetation on site Areas of soil disturbance that will be stabilized during rainy season Areas of soil disturbance which will be exposed during any part of the rainy season Implementation schedule for erosion control measures BMPs for erosion control BMPs to control wind erosion SEDIMENT CONTROL Description/Illustration of BMPs to prevent increase of sediment load in discharge Implementation schedule for sediment control measures BMPs to control sediment tracking NON-STORM WATER MANAGEMENT Description of non-storm water discharges to receiving waters Locations of discharges Description of BMPs COMMENTS 3607-1 Faraday Avenue and El Camino Real Intersection H:\Capital Improvement Program\3607 Faraday Ave Rt Turn Lane at ECR\Design\SWPPP Attachments G thru N.doc Attd Page"! Storm Water Pollution Prevention Plan (SWPPP) Jefferson Street CHECK IF ADDRESSED N/AIFNOT APPLICABLE SWPPP Section 300.5 500.6 500.6.1 500.6.2 500.5 300.5, 600.1 600.1, Attach. H 500.7 500.8 ITEM Name and phone number of person responsible for non-storm water management POST-CONSTRUCTION Description of post-construction BMPs Operation/Maintenance of BMPs after project completion (including short-term funding, long-term funding and responsible party) MAINTENANCE, INSPECTIONS, AND REPAIR Name and phone number of person(s) responsible for inspections Complete inspection checklist: date, weather, inadequate BMPs, visual observations of BMPs, corrective action, inspector's name, title, signature OTHER REQUIREMENTS Documentation of all training List of Contractors/Subcontractors COMMENTS Section B: Monitorinc CHECK IF ADDRESSED N/A IF NOT APPLICABLE SWPPP Section 600.1 100.3 600.2 600.3 and Reporting ITEM Description of Site Inspection Plans Compliance certification (annually 7/1 ) Discharge reporting Keep records of all inspections, compliance certifications, and noncompliance reports on site for a period of at least three years COMMENTS SECTION C: STANDARD PROVISIONS FOR CONSTRUCTION ACTIVITIES CHECK IF ADDRESSED N/AIFNOT APPLICABLE 100.1 ITEM Signed SWPPP Certification C.9, 10 COMMENTS 3607-1 Faraday Avenue and El Camino Real Intersection H:\Capital Improvement Program\3607 Faraday Ave Rt Turn Lane at ECR\Design\SWPPP Attachments G thru N.doc Attachme Page L-4 Storm Water Pollution Prevention Plan (SWPPP) Jefferson Street - - • •"" - 1 NPDES PERMIT No. CAS01 08758 REQUIREMENTS 1 CHECK IF ADORES SED N/A IF NOT APPLICABLE 500.3 & 500.4 100-600 100.1 & Attach. F 500.3.4 & 500.3.5 100.1 & Attach. F 500.3.8 500.4 500.3.8 ITEM SWPPP references and/or includes permanent and temporary BMPs SWPPP contains all elements required in the State General Permit. CAS000002 SWPPP limits application, generation, & migration of toxic substances Implementation of adequate Erosion and Sediment Controls after construction Copy of the Notification of Construction (NOC) SWPPP contains BMPs for mobile operations (material production or recycling operations) including AC recycling, PCC Recycling, Concrete Mixing, Crushing, & storage of materials that are established by the contractor on the construction site or on other property specifically arranged for by Caltrans. SWPPP applies to all areas that are directly related to construction including but not limited to staging & storage yards, material borrow areas, or access roads whether or not they reside in CT R/W. The SWPPP contains RWQCB WDR requirements for projects that reuse Aerially Deposited Lead. (Applicable only for projects that reuse ADL soils.) H.1.b H.2.b H.6 H.7 H.S.a H.8.b H.S.b H.9 COMMENTS , 3607-1 Faraday Avenue and El Camino Real Intersection H:\Capital Improvement Program\3607 Faraday Ave Rt Turn Lane at ECRVOesigMSWPPP Attachments G thru N.doc Storm Water Pollution Prevention Plan (SWPPP) Jefferson Street Attachment M Annual Certification of Compliance for the Construction Contractor Project Name: 3607-1 Faraday Avenue and El Camino Real Intersection •Contractor Company Name: Contractor Address: Construction Start Date: Description of Work: Work Now in Progress: Completion Date: Road Construction Work Planned for Next 12 Months: Road construction "I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system or those persons directly responsible for gathering the information, to the best of my knowledge and belief, the information submitted is, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations." Contractor Signature:Date: 3607-1 Faraday Avenue and El Camino Real Intersection H:\Capital Improvement Program\3607 Faraday Ave Rt Turn Lane at ECR\Design\SWPPP Attachments G thru N.doc Attachme Page N-1 Storm Water Pollution Prevention Plan (SWPPP) Jefferson Street Approval by the City for the Annual Certification of Compliance Findings I, and/or personnel acting under my direction and supervision, have inspected the project site and the work described above and find as follows: 1. n YES D NO Storm water pollution control measures are being implemented in accordance with the SWPPP approved for the project. 2. D YES D NO The project site and activities thereon are in compliance with the Caltrans Statewide NPDES Permit No. CAS0108758, and local NPDES permits, which ever is applicable. When both 1 and 2 above are checked "yes", the resident engineer must complete the annual certification below. If either 1 or 2 above are checked "no", the resident engineer must: • File a notice of non-compliance within 30 days of identification of the noncompliance; • Document follow up actions below; • Notify the contractor; and • Initiate corrective actions in accordance with the contract. City Follow up Actions: / certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. CERTIFICATION BY CITY Engineer's Name and Signature Date 3607-1 Faraday Avenue and El Camino Real Intersection A1 H:\Capital Improvement Program\3607 Faraday Ave Rt Turn Lane at ECR\Design\SWPPP Attachments G thru N.doc Page Storm Water Pollution Prevention Plan (SWPPP) Jefferson Street Attachment N Other Plans/Permits Reference: Standard Specifications for Public Work Construction Contract Documents Project Plans Special Provisions 3607-1 Faraday Avenue and El Camino Real Intersection Attachmt H:\Capital Improvement Program\3607 Faraday Ave Rt Turn Lane at ECR\Design\SWPPP Attachments G thru N.doc Page N-1