Loading...
HomeMy WebLinkAboutLekos Electric Inc; 2005-12-05; PWS06-05ENGRECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOC# 2006-0558806 AUG07, 2006 4:16 PM OFFICIAL RECORDS SAN DIEGO COUNTY RECORDER'S OFFICE GREGORY J. SMITH, COUNTY RECORDER FEES: 000 PAGES: 1 Space above this line for Recorder's use. PARCEL NO: NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on June 8, 2006. 6. The name of the contractor for such work or improvement is Lekos Electric, Inc. 7. 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: Traffic Signal at Paseo Del Norte and Car Country Drive, Project No. 3935-1. 8. The street address of said property is the corner of Paseo Del Norte and Car Country Drive. CITY OF CARLSB, GLENN PRUlW Public Works Director 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 Manager of said City on July 25 , 20 06 . 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 jju CAJ , 200lo , at Carlsbad, California. CITY OF CARLSBAD /*,<*<«' Word\Masters\Forms\Notice of Completion (City) LOP*RAINE M. WOOD City Clerk -.- CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS AND SUPPLEMENTAL PROVISIONS FOR P- TRAFFIC SIGNAL AT PASEO DEL NORTE AND CAR COUNTRY DRIVE CONTRACT NO. 3935-1 ,- DWG. NO. 424-3 BID NO. PWS06105ENG Contract No. 3935-1 <$ Item . TABLE OF CONTENTS Paqe Notice inviting Bids ........................................................................................................................ 6 Contractor’s Proposal .................................................................................................................... 10 Bid Security Form .......................................................................................................................... 14 Bidder‘s Bond To Accompany Proposal ....................................................................................... 15 Guide For Completing The “Designation Of Subcontractors” Form ............................................. 17 Designation Of Subcontractor and Amount Of Subcontractor’s Bid Items ................................. 19 Bidder’s Statement Of Financial Responsibility ............................................................................ 20 Bidder’s Statement Of Technical Ability And Experience ............................................................. 21 Bidder’s Certificate Of Insurance For General Liability. Employers’ Liability. Automotive Liability And Workers’ Compensation ........................................................................................... 22 Bidder’s Statement Of Re Debarment .......................................................................................... 23 Bidder’s Disclosure Of Discipline Record ......................................................................... 24 Non-Collusion Affidavit To Be Executed By Bidder And Submitted With Bid .............................. 26 Contract Public Works .................................................................................................................. 27 Labor And Materials Bond ............................................................................................................ 33 Faithful PerformanceNVarranty Bond ........................................................................................... 35 Optional Escrow Agreement For Surety Deposits In Lieu Of Retention ...................................... 37 a Revised 10/08/03 Contract No . 3935-1 Page 2 of 139 Pages SUPPLEMENTAL PROVISIONS c- Part 1 Section 1 1-1 1-2 1-3 Section 2 2-3 2-4 2-5 2-9 2-1 0 Section 3 3-2 3-3 3-4 3-5 Section 4 4-1 4-2 ,- Section 5 5- 1 5-4 Section 6 6-1 6-2 6-6 6-7 6-8 6-9 Section 7 7-3 7-4 7-5 7-7 7-8 7-1 0 7-1 3 Section 9 9-1 . 9-3 General Provisions Terms. Definitions Abbreviations And Symbols Terms .................................................................................................................... Definitions ............................................................................................................. Abbreviations ........................................................................................................ Scope And Control Of The Work Subcontracts ......................................................................................................... Contract Bonds ..................................................................................................... Plans And Specifications ...................................................................................... Surveying .............................................................................................................. Authority Of Board And Engineer ......................................................................... Changes In Work Changes Initiated by the Agency .......................................................................... Extra Work ............................................................................................................ Disputed Work ...................................................................................................... Changed Conditions ............................................................................................. Control Of Materials Materials And Workmanship ................................................................................. Materials Transportation. Handling and Storage .................................................. Utilities Location ................................................................................................................. Relocation ............................................................................................................. Prosecution. Progress And Acceptance Of The Work Construction Schedule And Commencement Of Work ........................................ Prosecution Of Work ............................................................................................. Delays And Extensions Of Time ........................................................................... Time of Completion ............................................................................................... Completion And Acceptance ................................................................................ Liquidated Damages ............................................................................................. Responsibilities Of The Contractor Liability Insurance ................................................................................................. Workers' Compensation Insurance ...................................................................... Permits .................................................................................................................. Cooperation and Collateral Work ......................................................................... Project Site Maintenance ...................................................................................... Public Convenience And Safety ........................................................................... Laws To Be Observed .......................................................................................... Measurement and Payment Measurement Of Quantities For Unit Price Work ................................................. Payment ................................................................................................................ 40 41 41 42 42 43 44 45 45 46 46 47 50 50 51 51 51 52 52 52 53 53 53 53 53 54 54 54 58 58 58 e Revised 10/08/03 Contract No . 3935-1 Page 3 of 139 Pages Part 2 Construction Materials 6' Section 201 Concrete. Mortar And Related Materials 201 -1 Portland Cement Concrete .................................................................................. 61 Section 203 Bituminous Materials 203-6 Asphalt Concrete .................................................................................................. 61 Section 206 Miscellaneous Metal Items 206-9 Portable Changeable Message Sign .................................................................... 65 206-7 Traffic Signs .......................................................................................................... 63 Section 209 209-1 209-2 . 209-3 209-4 209-5 209-6 209-7 209-8 Signals. Lighting And Electrical Systems General .................................................................................................................. Materials And Installation ...................................................................................... Controller Assemblies ........................................................................................... Traffic Signal Faces And Fittings .......................................................................... Detectors ............................................................................................................... Removing. Reinstalling Or Salvaging Electrical Equipment ................................. Lighting .................................................................................................................. Payment ................................................................................................................ 67 71 90 91 109 119 127 127 Section 21 0 21 0-1 Paint And Protective Coatings Paint ...................................................................................................................... 128 .. 21 0-3 Galvanizing ............................................................................................................ 129 if- Section 21 4 Pavement Markers 21 4-5 Reflective Pavement Markers ............................................................................... 130 Revised 10/08/03 Contract No . 3935-1 Page 4 of 139 Pages P Part 3 Section 306 306-1 306-5 Section 307 307-3 307-4 Section 31 0 31 0-5 31 0-7 Section 31 2 31 2-1 Section 31 3 31 3-1 31 3-2 31 3-3 31 3-4 Construction Methods Underground Conduit Construction Open Trench Operations ....................................................................................... Abandonment of Conduits and Structures ............................................................ Street Lighting And Traffic Signals Traffic Signal Construction .................................................................................... Street Lighting Construction .................................................................................. Painting Painting Various Surfaces .................................................................................... Permanent Signing ................................................................................................ Pavement Marker Placement And Removal Placement .............................................................................................................. Temporary Traffic Control Devices Temporary Traffic Pavement Markers ................................................................... Temporary Traffic Signing .................................................................................. Temporary Railing (Type K) And Crash Cushions ............................................. Measurement and Payment ................................................................................ . a Revised 10/08/03 131 134 134 134 135 136 136 137 137 138 139 Contract No . 3935-1 Page 5 of 139 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 4:OO p.m. on September 20, 2005, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: TRAFFIC SIGNAL AT PASEO DEL NORTE AND CAR COUNTRY DRIVE CONTRACT NO. 3935-1 BID NO. PWSOG-OSENG This bid and the terms of the Contract Documents and Supplemental Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. The work shall be performed in strict conformity with the plans and 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, all hereinafter designated “SSPWC” as issued by the Southern California Chapter of the American Public Works Association and as amended by the supplemental provisions sections of this contract. Reference is hereby made to the plans and specifications for full particulars and description of the r 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 (IO) 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. f- ew ts Revised 10/08/03 Contract No. 3935-1 Page 6 of 139 Pages ., /I The documents which comprise the Bidder's proposal and that must be completed and properly executed including notarization where indicated are: 1. 2. 3. 4. 5. 6. Contractor's Proposal Bidder's Bond Non-Collusion Affidavit Designation of Subcontractors and Amount of Subcontractor Bid Bidder's Statement of Financial Responsibility Bidder's Statement of Technical Ability and Experience 7. Acknowledgement of Addendum(a) 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 1O.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 40,000. Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: A, C-8, and C-I 0. F 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, supplemental 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 $15 per set. If plans and specifications are to be mailed, the cost for postage should be added. Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a 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, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. f- 4% ts Revised 10/08/03 Contract No. 3935-1 Page 7 of 139 Pages The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. /- The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 41 07 and 41 07.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A pre-bid meeting and tour of the project site will not be held. All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. 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. P The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to: 1) One hundred percent (100%) of the total amount payable by the terms 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 ($1 0,000,000). 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($1 0,000,000). 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. (- 43 Revised 10/08/03 Contract No. 3935-1 Page 8 of 139 Pages 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, by Resolution No. 2005-236, adopted on the 2"d day of August, 2005. ISABELLE PAULSEN, CMC Deputy Clerk DATED: August 10,2005 em Revised 10/08/03 Contract No. 3935-1 Page 9 of 139 Pages CITY OF CARLSBAD I TRAFFIC SIGNAL AT PASEO DEL NORTE AND CAR COUNTRY DRIVE CONTRACT NO. 3935-1 City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, Supplemental 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. 3935-1 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: Item - No. DescriDtion 1 Traffic Signal Installation at Paseo del Norte and Car Country Drive, In Place at ~154.0%."~ Dollar6 (Lump Sum) Approximate Quantity Unit and Unit Price Total Total amount of bid in numbers: $ 16 4. (34 6 1 bo Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). 0 hadhave been received and is/are included in this proposal. J The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. Revised 10/08/03 Contract No. 3935-1 Page 10 of 139 Pages - The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the ca acity of a contractor within the State of California, validly licensed under - d,O , classification (“-18 which expires on , and that this statement is true and correct and has the legal effect of an affibavit. - 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 5 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code 5 20104. -- e. 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 ~ltlm€l (Cash, Certified Check, Bond or Cashier’s Check) for ten percent (1 0%) 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. 3935-1 Page 11 of 139 Pages License Detail Page 1 of2 License Detail CALIFORNIA CONTRACTORS STATE LICENSE BOARD Contractor License # 58841 0 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: 09/21/2005 * * * Business Information * * * LEKOS ELECTRIC INC 1370 PIONEER WAY EL CAJON, CA 92020 Business Phone Number: (619) 447-7661 Entity: Corporation Issue Date: 02/‘l4/1990 Expire Date: 02/28/2006 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * * mass Description ICIO \ELECTRICAL -- --A”p-- * * * Bonding Information * * * CONTRACTOR’S BOND: This license filed Contractor’s Bond number S8003152 in the amount of $10,000 with the bonding company WASHINGTON INTERNATIONAL INSURANCE COMPANY. F http://www2.cslb.ca.gov/CSLB~LIBRARY/License+Detail.asp 09/21/2005 License Detail Page 2 of 2 Personnel fisted on this license (current or disassociated) are listed on other licenses. Personnel List Other Licenses Effective Date: 01101/2004 Contractor's Bondina History BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) TERESA ELLEN LEKOS 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: 02/15/1995 * * * Workers Compensation Information * * * This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number: 044-0021629 Effective Date: 01/22/2003 Expire Date: 01/22/2006 Workers Compensation History License Number Request Contractor Name Request Personnel Name Request Salesperson Request Salesperson Name Request 0 2005 State of California. Conditions of Use Privacv Policy hap: Ilwww2 .cslb . ca. gov/C SLB-LIBRARY /License+Detail . asp 09/2 1/2005 .- .- VU3 I IN GUNbPIGUWb VLAbt CITY OF CARLSBAD BUS. NUMBER BUSINESS REGISTRATION CERTIFICATE DATE ISSUED 0711 312005 SIC CODE 17 OWNER FIRM OR CORPORATION NAME BUSINESS NAME MAILING ADDRESS CITY AND STATE SIC DESCRIPTION Construction-Special Trade Contractors LEKOS ELECTRIC INC. LEKOS ELECTRIC INC. 1370 PIONEER WAY EL GAJON, CA 92020-1626 BUSINESS LOCATION 1370 PIONEER WAY EXPIRATION DATE 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. (5) E-Mail 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) \ t -. r (3) Place of Business City and State (Street and Number) - (4) Zip Code Telephone No. (5) E-Mail Revised 10/08/03 Contract No. 3935-1 Page 12 of 139 Pages .. 0.. IF A CORPORATION, SIGN HERE: _.- I r - (1) Name under which business is conducted &bWC/,Im_ Impress Corporate Seal here (3) Incorporated under the laws of the State of hh (Street and Number) (4) Place of Business City and State 137-0 QrQflW 1w. 6L CW[Q, L & (5) Zip Code q.ZoL0 Telephone No. llj-4 Lfcp 1 - -lblr?l NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE AlTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: -- e Revised 10/08/03 Contract No. 3935-1 Page 13 of 139 Pages . cL-4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California 1 County of 1 ss. and Tile of Ollicer (e g “Jane Doe. Notary Pdllc”) personally appeared ersonally known to me E@ proved to me on the basis of satisfactory evidence to be the person@- whose name@- islm subscribed to the within instrument and acknowledged to me that he/&&hey executed the same in his/tw#wk authorized capacity(i+ and that by his/- signature(-n the instrument the personwor the entity upon behalf of which the persow p;4i~i.j4 L. ST~m3EfT Gcmrnidm I136t7M Though the information below is not required by law, it may prove valuable to persons reking on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer’s Name: 0 Individual 0 Corporate Officer - Title(s): 0 Partner - 0 Limited 0 General 3 Attorney-in- Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: Q 1999 Nalional Notary Association * 9350 De Sot0 Ave.. P.O. Box 2402 * Chatsworlh, CA 91 313-2402 ww.nationalnotary org Prod. NO. 5907 Reorder: Call Toll-Free la-876-6827 # BID SECURITY FORM (Check to Accompany Bid) TRAFFIC SIGNAL AT PASEO DEL NORTE AND CAR COUNTRY DRIVE CONTRACT NO. 3935-1 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of dollars ($ )I 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 I *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.) - 2- Revised 10/08/03 Contract No. 3935-1 Page 14 of 139 Pages c BIDDER'S BOND TO ACCOMPANY PROPOSAL TRAFFIC SIGNAL AT PASEO DEL NORTE AND CAR COUNTRY DRlVE CONTRACT NO. 9938-1 KNOW ALL PERSONS BY THESE PRESENTS: UNITED STATES FIDELITY That we, LEKOS ELECTRIC, INC. , as Principal, and AND GUARANTY COMPANY , as Surety are held and firmly bound unto the City of Cartsbad, Cailfornia, in an amount as fohvs: (must be at least ten percent (i 0%) of the bid amount) TEN PERCENT (1 0%)-------------- for whfch payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above bounden Principal for: TRAFFIC SIGNAL AT PASEO DEL NORTE AND CAR COUNTRY DRNE CONTRACT NO. 3935-1 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 me 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 fir11 force and effect, and the amount specifled herein shall be forfeited to the said City. ... ... ... ... ... .-. ... ... ... ... ... ... ... .'. ... ... ... ... ... ... ... ... ... ... (BID DATE: 9-2OLO-05) c , C : Contract No. 3935-1 Page 15 of 139 Pages In the event Principal executed this bond as an individual, it is agreed that the death Of Principal Shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this 14TH day of 05 1.20-. SEPTEMBER PR 1 NCI PAL LEKOS ELECTRL I)Ct, Executed by SURETY this 14TH day of .>E-, 20-QL. UNITED STATES FIDELITY AND GUARANTY COMPANY SURETY. (print name here) (name of Surety (address of Surety) 9325 SKY PA R K COURT #220 SAN DIEGO, CA 92123 (858)616-6240 A - (print name here) l%WU (signature of Attomey-in-Fact) VALERIE M. PEARCE (prlnted name of Attorney-in-fact) 2Miar.l1 vkxkM.t a- (title and organization of sign&ry) (Attach 'corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.) (President or vice-presideni end secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certifled by the secretary or assistant secretary under Corporate seal empowering that officer to bind the coqkyation.) L. APPROVED AS TO FORM RONALD R. BALL City Attorney By: a Revised 10/08/03 Contract No. 3935-1 Page 16 of 139 Pages r - CALIFORNIA ALLPURPOSE ACKNOWLEDGMENT State of California J County of San Dieno On , before me, Penny E. Kelley, Notary Public , SEP 14 2005 Date Name and Title of Officer (e.g., 'Jane Doe, Notary Public") personally appeared Valerie M. Pearce Narne(s) of Signer@) IIZpersonally known to me 0 proved to me on the basis of satisfactory evidence Place Notary Seal Above to be the person(@ whose namew im subscribed to the within instrument and acknowledged to me that msh-executed the same in mer/- authorized capacity(- and that by =/her- signaturewon the instrument the person@), or the entity upon behalf of which the personw acted, executed the instrument. ,\ OPTIONAL Though the information below is not required by law, it may prove valuable lo persons relying on fhe document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer@) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: 0 Individual 0 Corporate Officer - Title@): 0 Partner - 0 Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: 0 ID99 National Notary Associalion * 9350 De Solo Ave., P.O. Box 2402 * Chalsworth. CA91313-2402 www.nalionalnotary.org Pmd No. 5907 Reorder. Call Toll-Free 1.800476-6827 POWER OF ATTORNEY Seaboard Surety Company United States Fidelity and Guaranty Company -- St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company 24050 Power of Attorney No. Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Certificate No. 2205934 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and tha St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized unde the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, an( that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insuranci Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called Ihe "Companies"), and that the Companies dc hereby make, constitute and appoint Jack T. Warnock, Bart B. Stewart, Valerie M. Peace, Christine A. Paterson, Leticia San Martin, Lawence F. McMahon, a America San Martin San Diego California of the City of , their true and lawful Attorney(s)-In-Facl each in their separate capacity if more than one is named above, to sign Its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings contracts and other wntten instruments in the nature thereof on the fidelity of persons. guaranteeing thg performance of contracts and executing or guaranteeing bonds and undertakings @qui , State any actions or proceedmgs allowed by law February 2003 IN WITNESS WHEREOF, the Companies have caused this ins ,- Seaboard Surety Company St. Paul Fire and Marine Itlsamnce Company St. Paul Guardian Insurance Conrglany nited States Fidelity and Guaranty Company Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Mercury Insurance Conrpan PETER W CARMAN, Vice Presider State of Maryland City of Baltimore (I THOMAS E. HUIBREGTSE, Assistant Secretaq 2003 , , before me, the undersigned officer, personally appeared Peter W. Carman an On this Thomas E. Huibregtse. who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire an February day of 27' - - Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity an Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals affixed to the foregoing instrument are the corporate seals c said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of th corporations by themselves as duly authorized officers. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 1st day of July, 2006. +h?Adf.y.d;"C^L" REBECCA EASLEY-ONOKALA, Notary Public 86203 Rev. 7-2002 Printed in U.S.A. / This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force and effect, reading as follows: ?, RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall he valid and binding upon the Company, and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached; and RESOLVED FURTHER, that Attorney(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I, Thomas E. Huibregtse, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. SEP 14 2005 IN TESTIMONY WHEREOF, I hereunto set my hand this day of To veri! the authenticity of this Power of Attorney, call 1-800-42b'%80 and the above-named individuals and the details of the bond to which the power is atttwkd. clerk. Please refer to the Power of Attorney number, / -? c IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On Nov. 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes a short-term program under which the federal government will share in the payment of cavemd losses caused by certain acts of international terrorism. We am providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide cowrage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the fedeml government will pay a share of such lasses. Specifically, the federal government will pay 90 percent of the amount of covered losses caused by certain acts of terrorism, which is in excess of an insurer's statutorily established deductible far that year. The Act also caps the amount of terrorism-mlated losses for which the federal government or an insurer can be responsible at $100 billion, provided that the insuller has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the temrisrn coverage requimd by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall pmmium, and is m more than one percent of your premium. ILT-1018 (9104) rc CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California I On personally appeared personally known to me proved to me on the basis of satisfactory evidence c.brrr h&%iiu* 22. Ybd’..~. L. 5 TiNfK TT to be the person@) whose name(s) *are subscribed to the within instrument and acknowledged to me that kMe’they executed the same in -their authorized capacity(ies), and that by kisCkeh’their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer’s Name: 0 Individual 0 Corporate Officer - Title(s): 0 Partner - 0 Limited 13 General 0 Attorney-in-Fact Trustee U Guardian or Conservator 0 Other: Signer Is Representing: 0 1999 National Notary Association * 9350 De Soto Ave., P.O. Box 2402 - Chatsworlh. CA 91 31 3-2402 * www.nalionalnotary.org Prod. NO. 5907 Reorder: Call Toll-Free 1-800-676-6827 Company Profile Page 1 of 2 Lompany Profile UNITED STATES FIDELITY AND GUARANTY COMPANY 11 1 SCHILLING ROAD HUNT VALLEY, MD 2 103 1 800-328-2 189 Agent for Service of Process LORI CASTANEDA, 2730 GATEWAY OAKS DR SUITE 100 SACRAMENTO, CA 95833 Umbleto LKate the Agentfor Service-d Process? Reference Information NAIC #: 25887 NAIC Group #: 3_5 43 California Company ID #: 0229-5 Date authorized in California: Company Type: Property & Casualty State of Domicile: MARYLAND June 10, 1897 License Status: UNLIMITED-NORMAL Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY DISABILITY FIRE LIABILITY MARINE MISCELLANEOUS http://cdinswww.insurance.ca.gov/pIs/wu - cogrof/idb - coqrof~utl.get~cogrof?p~EID=2754 09/2 1/2005 Compey Profile Page 2 of 2 PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies Want More? Help Me Find a Company Representative in My Area Financial Rating Organizations Last Revised - November 04,2004 1 1 : 18 AM Copyright 0 California Department of Insurance Disclaimer http://cdinswww.insurance.ca. gov/pls/wu~coqrof/idb~co~rof~utl. get_coqrof?p_EID=2754 09/21/2005 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 ($1 0,000) 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 reiection 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. Revised 10/08/03 Contract No. 3935-1 Page 17 of 139 Pages - 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. 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 c c 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. a Revised 10/08/03 Contract No. 3935-1 Page 18 of 139 Pages t DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS TRAFFIC SIGNAL AT PASEO DEL NORTE AND CAR COUNTRY DRIVE CONTRACT NO. 3935-1 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. Sub SUBCONTRACTOR'S BID ITEMS contractor's License NO.* 7 52-36? Page 1 of I 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. 3935-1 Page 19 of 139 Pages BIDDER'S Copies of the latest STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) TRAFFIC SIGNAL AT PASEO DEL NORTE AND CAR COUNTRY DRIVE CONTRACT NO. 3935-1 Annual Report, audited financial statements or Balance Sheets may be submitted under separate cover marked CONFIDENTIAL. @ Revised 10/08/03 Contract No. 3935-1 Page 20 of 139 Pages Lekos Electric, Inc. & Aff ifiates Combined Financial Statements December 31,2003 and 2002 telros EleWIc, Inc. & Rffilhtes CURRENT ASSETS Cash and cash equivalents Contract receivabies Materials inventory Costs and estimated earnings in excess of Other billings on uncompleted contracts EQUIPMENT AND IMPROVEMENTS, net INTANGIBLES, net CURRENT LIABILITIES Bank line of credit notes payable Current portion of long term debt Accounts payable I Accrued expenses Billings in excess of costs and estimated earnings on uncompleted contracts LONG TERM DEBT, net NOTE PAYABLE - stockholder, non-interest bearing, unsecured EQUITY Common stock Retained earnings and Members' capital 2003 2002 $ 52,891 $ 85,888 2,390,154 2,702,189 195,778 i75,025 81 0,832 630,653 58,652 57,491 3,516,307 3,651,246 430,966 5 1 4,779 82,704 $ 4,029,977 $ 4,166,025 $ 730,000 $ 890,000 1 7,702 52,763 16,123 33,869 1,120,590 827,607 221,176 451,870 2,105,591 2,256,109 48,010 280,062 46,663 56,763 I ,829,m 3 1,573,091 1,876,376 1,629,854 $ 4,029,977 $ 4,166,025 - See Accountants' Review Report and Notes to financial Statements i Page 1 2003 2002 Contract revenue earned Cost of contract revenue Gross profit Operating expenses Operating income Non-operating income (expense) Interest expense Interest and dividends income Gain on disposal of assets Other income Income before income taxes income taxes Net income $ 9,478,334 $ 10,885,847 7,203,200 8,439,967 2,275,134 2,445,880 1,721,245 1,850,119 553,889 595,761 (44,878) (59,321) 125 3,521 8,420 11,451 23,393 (29,782) (27,508) 524,108 568,253 10,047 I I ,487 514,061 $ 556,766 - $ See Accountants' Review Report and Notes to Financial Statements Page 2 Retained Earnings Common & Members' Stock (I j Capital Total Balance, January 1,2002 $ 56,763 $ 2,139,141 $ 2,195,904 Net income 55&,766 556,766 Dividends and distributions (I ,122,816) (1 ! '122,016) Balance, December 31 $2002 $ 56,763 $ 1,573,091 $ 1,629,854 G&J merger into Lekos electric Net income Distributions (1 0,100) Balance, December 31 ! 2003 $ 46,663 14,933 4;033 514,061 514,061 (272,372) (272,372) 1,829,713, $ 1,876,376 (1) Lekos Electric, Inc. 1,000,000 shares authorized; 96,663 shares issued and outstanding. i See Accountants' Review Report and Notes to Financial Sfafemenfs Page 3 2003 2002 CASH FLOWS FROM OPERATIONS Net income Adjustments: Depreciation Gain on sale of assets (increase) decrease in. Contract receivables Materials inventory Costs and estimated earnings in excess of Other Accounts payable and accrued expenses Billings in excess of cods and estimated earnings on uncompleted contracts billings on uncompleted contracts Increase (decrease) in: CASH FLOWS FROM INVESTMENTS Purchase of equipment Proceeds from sale of assets G&J purchase Payments on stockholders' note receivable Insurance proceeds CASH FLOWS FROM FINANCING Borrowings (payments) on line of credit, net Payments on notes payable Borrowings (payments} on stockholders' note payable, net Dividends and distributions Net increase (decrease) in cash and cash equivalents Cash and cash equivalents, beginning Cash and cash equivalents, ending $ 514,061 rE 556,766 191 ,fi79 166,137 (3,521) (8,420) 304,035 (444,090) (20,753) 48,952 (1 80,179) (261,408) (1,161 j 7 80,893 275,237 (1 7,937) (230,694) 177,063 848,104 397,956 (25,068) (98,328) 6,450 (1 00,000) (1 96,027) 533,062 10,000 (314,645) 444,734 (1 60,000) (55,637) (84,035) (266,784) (566,456) (32,997) 107,000 (90,488) 305,062 (1,122,816) (801,242) 41,448 85.888 44,440 $i 52,891 $ 85,888 a See Accountants' Review Report and Notes to Financial Statements t Page 4 POLICIES The companies: L&,s Eistnc Inc IS an electrical contractor engagea principally in general electncal insrallation, repairs and related sewices in the San Diego, California area. The Company's contracts are predominantly for signatization and street lighting. G&J Contracting, Inc., incorporated in California in 1996, is engaged in providing construction management and consulting services. In June 2003, all offhe outstanding common shares of G&J Contracting, Inc. were purchased by Lekos Electric, inc. and G&J Contracting Inc. was merged with Lekos Electric, Inc. Pioneer Equipment, LLC Was fOmed as a limited liability company in 1998 under the laws oi California The Company is engaged in the leasing of construction equipment Principles of Combination: The combined financial statements include the accounts of Lekos Electric. Inc., G&J Contracting, Inc. and Pioneer Equipment, LLC, (collectively, the "Company"). All material intercompany transactions have been eliminated. Revenue Recognition: Earnings from construction contracts are reported on the percentage-of-completion method, whereby that portion of the total contract price is accrued in the proportion that costs incurred bear to the estimate of total contract costs. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. Contract costs include ali direct material, labor and subcontract costs, and those indirect costs related to contract performance. Bidding costs on prospective contracts are expensed as incurred. The asset, Costs and estimated earnings in excess of billings on uncompleted contracts, represents revenues recognized in excess of billings. The liability, Billings in excess of costs and estimated earnings on uncompleted contracts, represents billings in excess of revenues recognized. Cash and Cash Equivalents: 1 The Company considers cash on hand. deposits in banks, certificates of deposits and short-term marketable securities as cash and equivalents. Page 5 0 Equipment and Improvements: Equipment and improvements are carried at cost Depreciation is computed on the straight-line method Income Taxes: Lekos Electric, Inc and G&J Contracting, Inc. have elected under the Internal Revenue Code to be taxed as S corporations. In lieu of corporate income taxes, the stockholder of an S corporation is taxed on his proportionate share of the Company's taxable income. Therefore, no provision or liability for Federal income tax has been included in these financial statements. Under Federal law, taxes based on the income of a Limited liability Company are payable by the members individually. Accordingiy, no provision for federal taxes based on Pioneer Equipment, LLCs income is reflected in the accompanying statement of operations. The State of California imposes both a minimum franchise fee and a fee based upon gross income of the Company. The tax expense associated with these fees is included in the statement of operations. Concentrations of Credit Risk Financial instruments which potentially expose the Company to concentrations of credit risk consist primarily of cash and cash equivalents and trade accounts receivable. The Company places its cash and ternporaj cash investments with highquality financial institutions for which credit loss is not anticipated. The Company provides services to private industry and extends credit based on an evaluation of the customer's financial condition. The Company performs ongoing credit evaluations of its customers and maintains allowances for doubtful accounts based on factors surrounding the credit risk of specific customers, historical trends, and other information. Credit losses, historically, have not been significant. Long Lived Assets, The Company assesses potential impairments to its long-lived assets when there is evidence that events or changes in circumstances indicate that the carrying amount of an asset may not be recovered. An impairment loss would be recognized when the asset's fair value is less than its carrying amount. No such impairment losses have been recognized by the Company. Page 6 . CI Intangibles: Intangible assets are the result Of the Purchase by the Company of G&J Contracting, Inc.'s stock and the subsequent merger. The stock purchase price above the carrying value of net assets is attributable to the value to the Company of payments which would have been required to G&J over the duration of uncompleted contracts originated by G&J and subject to compensation under the contractual agreement between the Companies. This amount is being amortized over a three year period commensurate with the expiration of the underiying contracts. Reclasslficrrtions : Certain amounts in the financil statements for the year ended December 31,2002 have been reclassified, with no effect on net income, to conform to the current year presentation. NOTE 2. COMPOSITION OF CERTAIN FINANCIAL STATEMENT CAPTIONS Contract Receivables 2003 . $ 526,911 2002 $ 54 2,022 1,408,133 752,034 Completed contracts Contracts in process Retainages Less allowance for doubtful accounts 1,415,874 455,369 $ 2,398,154 $ 2,702,189 Equipment and improvements 2003 $ 485,712 418,024 11 6,623 99,490 1,119,849 688,883 430,966 2002 $ 48571 2 Equipment Vehicles Leasehold improvements Office equipment 337,047 11 6,623 95,670 1,035,052 520,273 514,779 Less accumulated depreciation Page 7 Prepaid expenses Prepaid income taxes Deposits Other recetvables G‘, I Employee advances ~ccrued Liabilities Franchise taxes payable 401 (k) contributions payable Workmen’s compensation payable Payroll taxes payable Other NOTE 3. CONTRACTS IN PROCESS Costs on contracts in process Estimated earnings thereon Less billings to date Included in the balance sheet as: Costs and estimated earnings in excess of Billings on uncompleted contracts Billings in excess of costs and estimated Earnings on uncompleted contracts NOTE 4. BANK NOTES PAYABLE 1 CAPTIONS (CONTINUED) 2003 2002 !$ 48,172 $ 16,669 8,509 11,420 1,571 7,472 400 400 21,530 %$ 58,652 $ 57,491 -P The Company has a revolving credit line agreement with a bank for up to $1,300,000. Interest is at one percent over the prime rate, The line of creda expires and is subject to renegotiation December 26, 2004. The credit line is collateralized by a UCC filing on virtually all of the Company’s assets and guaranteed by the stxkholders. At December 31,2003 and 2002, $730,000 and $872,000 was drawn on the credit line, respectively. Page 8 2003 2002 $ 6,246 $ 5,787 4,177 4,815 4,003 15,814 1,024 2,053 673 5,400 16,123 - 33,869 2003 2002 $ 3,754,521 $ 5.796.463 1,994,507 21904,795 5,749,028 8,701,258 5,159,372 8,522,475 $ 589,656 $ 17a,783 $ 810,832 $ 630,653 (221,176) (451,870) 589,656 178,783 NOE 4. BANK NOTES PAYABLE (CONTINUED) In addition, the Company had an equipment line Of credit that bears interest at the reference rate plus 1.5 percent for up to $250,000. The equipment line of credit expired on October 31. 2003 and was paid in full The equipment credit line was Secured by the Company's assets and guaranteed by the stockholders. Balance outstanding as of member 31,2003 and 2002 was $0 and $la,oOO, respectively. The Company's tending agreements with the bank includes covenants and requirements to maintain a certain financial ratios and conditions. Long-term debt is as follows: 2003 2002 Note payable to a bank, 5.25%, payable in monthly installments of $4,456 including interest, through August 2003, secumd by equipment, paid in full in 2003. Note payable to a bank, 4.75%, payable in monthly installments of $1,542 including interest, through December 2003, secured by equipment, paid in full in 2003. I Note payable to a bank. 2.0%, payable in monthly installments of $566 including interest, through October 2008, secured by equipment with a net book value of $30,128 Note payable to a bank, 5.9%, payable in monthly installments of $1,099 including interest, through October 2006, secured by equipment with a net book value of $37,467 Less current portion of tong-term debt Maturities of long-term debt are as follows: Year Endino December 31, 2004 2005 2006 2007 2008 31,299 34,413 65,712 17,702 48,010 Amount $ 17,702 18,518 17,276 6,610 5,606 $ 6571 2 $ 34,763 18,000 52,763 52,763 $ Subsequent to the balance sheet date the company's line of credit facilities were moved to another bank, under an arrangement with similar financial terms and conditions Page 9 The Company has adopted a 401 (k) plan covering substantially all employees after three months of service who have attained 21 years of age. The ParfiCipant aCCOUntS are fully vested after 5 years. Contributions are made by the employees, as a percenrage of paid Compensation up to the maximum aliowable amoun!. The Company matches employee contributions UP to a certain amom:. For the year ended December 32,2003 and 2002. $10,105 and $9,205, respectively, was contributed to the plan and included in the statement of operations. State Deferred $ 10,047 $ 11,487 NOTE 6. LEASING ACTIVITIES The Company leases their ofice and yard facilities from an affiliated company under an operating lease for $15,000 per month, expiring January 2, 2015. Total lease expense included in the statement of operations for the year ended December 31,2003 and 2002 under this agreement was $1 80,000, respectively. Minimum future lease payments under these leases are as follows: Year Endinq December 31, 2004 2005 2006 2007 Thereafter, Amount $ 180,000 180,000 180,000 180,000 1,260,000 1,980,000 NOTE 7. INCOME TAXES Lekos Electric, Inc. and G&J Contracting, Inc. have elected to be taxed under the provisions of Subchapter S of the inlernal Revenue Code, and Pioneer Equipment, LLC is a Limited Liability Company. Under Federal law these entities do not pay federal corporate income taxes on their taxable income. However, under California law, an income tax is imposed on the Company as well as the stockholder individually. The Company has provided for income tax expense as follows: 2003 2002 Currently paid or payable Federal $ $ 10,047 1 1,487 Page 10 idas EEarctfk, lnc. & AfeCliiates nates to Finrrnciat Stabmen& NOTE 8, SUPPLEMENTARY CASH FLOW INFORMATION Non-Cash Investing and Financing Activities Purchase of equipment Amount fr nanced Interest and income taxes paid are as follows: Interest expense paid Income taxes paid 2003 2002 $ (93,654) $ f168,188) 68,586 69,860 $ (25,068) $ (98,328) .=iis 2003 2002 $ 44,878 $ 36,739 - $ 10,287 $ 800 -- Page 11 The Stockholders and Members Lekos Electric, Inc. & Affiliates El Cajon, California Accountants' Review Report We have reviewed the accompanying combined balance sheets of Lekos Electric, Inc. & Affiliates (including G&J Contracting, Inc, and Pioneer Equipment, LLC) as of December 31,2003 and 2002 and the related combined statements of operations, stockholder's equitykapital and cash flows for the years then ended in accordance with Statements on Standards for Accounting and Review Services issued by the American Institute of Certified Public Accountants. All information inciuded in these financial statements is the representation of the management of Lekos Electric, Inc. & Affiliates. A review consists principally of inquiries of company personnel and analytical procedures applied to financial data. It is substantially less in scope than an audit in accordance with generally accepted auditing standards, the objective of which is the expression of an opinion regarding the financial statements taken as a whole. Accordingly, we do not express such an opinion. Based on our review, we are not aware of any material modifications that should be made to the accompanying financial statements in order for them to be in conformity with generally accepted accounting principles. February 24,2003 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) TRAFFIC SIGNAL AT PASEO DEL NORTE AND CAR COUNTRY DRIVE CONTRACT NO. 3935-1 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 hidher responsibility, experience and skill. An attachment can be used. Revised 10/08/03 Contract No. 3935-1 Page 21 of 139 Pages BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE - LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) I TRAFFIC SIGNAL AT PASEO DEL NORTE AND CAR COUNTRY DRIVE CONTRACT NO. 3935-1 - 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: 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. -- ,- e 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. 3935-1 Page 22 of 139 Pages El Cajon CA 92020 I -_ C co LTR A TYPE OF INSURANCE POLICY NUMBER - C011 OD2463 GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY I CLAIMS MADE OCCUR PER PROJECT X OWNER'S & CONTRACTOR'S PROT AGGREGATE X BFPD 'OLICY EXPIRATION DATE lMM/DD/YY) 3/01 106 LIMITS GENERAL AGGREGATE $ 2000000 PRODUCTS - COMPlOP AGG $ 2000000 PERSONAL & ADV INJURY $ 1000000 EACH OCCURRENCE $ 1000000 FIRE DAMAGE (Any one fire) $ 300000 MED EXP (Any one person) $ 5000 3/01/06 10 0 0 0 0 0 COMBINED SINGLE LIMIT $ AUTO ONLY - EA ACCIDENT $ EXCESS LIABILITY OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND EMPLOYERS' LIABILITY INCL THE PROPRIETOR/ PARTNERSiEXECUTlVE OFFICERS ARE: EXCL OTHER CUP1 1 OD2475 61 9-238-1 828 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR DRIVER ALLIANT INSURANCE 1620 FIFTH AVENUE LIC# OC36861 SAN DIEGO, CA 92101-2703 I COMPANY INSURED I Lekos Electric, Inc. 1370 Pioneer Way IB I 1 COMPANY I AVE BEEN REDUN POLICY EFFECTIVE DATE lMM/DD/YYl 3/01 105 D BY PAID CLAIMS. I 3/01 105 8101 10D2463 ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per person) BODILY INJURY (Per accident] 1 PROPERTY DAMAGE I$ III I GARAGE LIABILITY I h ANY 3/01 106 3/01/05 EL EACH ACCIDENT EL DISEASE - POLICY LIMIT EL DISEASE - EA EMPLOYEE 10 DAY NOTICE OF CANCELLATION FOR NONPAYMENT OF PREMIUM I CRlPTlON OF OPERATIONS/LOCATIONS"ICLES/SPECIAL ITEMS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 2 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY CITY OF CARLSBAD 1635 FARADAY AVENUE CARLSBAD, CA 92008 c CL 246 (11-85) POLICY NUMBER: COllOD2463 LEKOS ELECTRIC INC. r THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (CONTRACTORS OPERATIONS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: SEE ATTACHED CERTIFICATE ON FILE WITH THE INSURANCE CARRIER (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement. ) WHO IS INSURED (Section 11) is amended to include any Derson or organization you are required to include as an additional insured on this policy by a written contract or written agreement in effect during this policy period and signed and executed by you prior to the loss for which coverage is sought. The person or organization does - not qualify as an additional insured with respect to the independent acts-or omissions of such person or organization. The person or organization is only as additional insured with respect to liability caused by Ifyour workll for that additional insured. PRIMARY - This insurance is primary and shall be excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent or on any other basis unless a written contract or written agreement in effect during this policy period and signed and executed by you prior to the loss for which coverage is sought specifically requires that this insurance apply on a primary or non-contributory basis. When this insurance is primary and there is other insurance available to the additional insured from any source, we will share with that other insurance by the method described in the policy. WAIVER OF SUBROGATION - Underwriters will not enforce their right of recovery against any person or organization with whom the insured has waived their rights of subrogation in writing before the time of loss. However, the waiver applies only to the extent required of the insured by such written contract. POLICYHOLDER COPY SD STATE P.O. BOX 420807, SAN FRANCISCO,CA 94 142-0807 COMPENSATION INSURANCE I )I u N I> CERTIFICATE OF WORKERS’ COMPENSATION INSURANCE ISSUE DATE: 09-15-2005 CITY OF CARLSBAD 1635 FARADAY AVENUE CARLSBAD CA 92008-7314 SD GROUP 000044 POLICY NUMBER: 0021629-2004 CERTIFICATE ID: 359 CERTIFICATE EXPIRES: 01 -22-2006 01-22-2005/01-22-2006 J0B:TIS AT PASEO DEL NORTE & CAR COUNTRY DR CONTRACT 13935-1 This is to certify that we have issued a valid Workers’ Compensation Insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon30 days advance written notice to the employer. We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policy listed herein. Notwithstanding any requirement, term or condition of my contract or other document with respect to which this certificate of insurance may be issued or to which it may pertain, the insurance afforded by the policy described herein is subject to all the terms, exclusions, and conditions, of such policy. AUTHORIZED REPRESENTATIVE PRESIDENT EMPLOYER’S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT #1600 - TERESA ELLEN LEKOS P,S,T - EXCLUDED. ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS’ NOTICE EFFECTIVE 01-22-2004 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. - EMPLOYER LEKOS ELECTRIC INC 1370 PIONEER WAY EL CAJON CA 92020 r SD (REV.2-05) [B14 SO PRINTED : 09-15-2bO5 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) TRAFFIC SIGNAL AT PASEO DEL NORTE AND CAR COUNTRY DRIVE CONTRACT NO. 3935-1 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? 2) If yes, what wadwere the name(s) of the agency(ies) and what wadwere the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. c party debarred party debarred -_ agency agency rc- - period of debarment period of debarment BY CONTRACTOR: - - By: (sign he re) Page I of pages of this Re Debarment form Revised 10/08/03 Contract No. 3935-1 Page 23 of 139 Pages BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) TRAFFIC SIGNAL AT PASEO DEL NORTE AND CAR COUNTRY DRIVE CONTRACT NO. 3935-1 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. 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 3c no Has the suspension or revocation of your contractors license ever been stayed? 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? x no Yes 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? Yes no 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 a- pages of this Disclosure of Discipline form Revised 10/08/03 Contract No. 3935-1 Page 24 of 139 Pages .- BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) TRAFFIC SIGNAL AT PASEO DEL NORTE AND CAR COUNTRY DRIVE CONTRACT NO. 3935-1 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. c- (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: Page of % pages of this Disclosure of Discipline form Revised 10108103 Contract No. 3935-1 Page 25 of 139 Pages NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 TRAFFIC SIGNAL AT PASEO DEL NORTE AND CAR COUNTRY DRIVE CONTRACT NO. 3935-1 State of California 1 County of 1 ) ss. MDS &E@ c/ $hl? c;"-, . b?w , being first duly sworn, deposes (Name of Biddef and says that he or she is \>I& Q@%dWLt (Title) (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 penal of perjury that the fore oin is true and correct and thasthis affidavit was executed on the % dayof ,20 0.2 * Subscribed and sworn to before me on the dayof 5@?7%!%!!!9f ,20& Revised 10/08/03 Contract No. 3935-1 Page 26 of 139 Pages t . .. . CONTRACT PUBLIC WORKS This agreement is made this day of ,20= by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "Civ), and - - whose principal place of business is 1370 PIONEER WAY EL CAJON CA 92020 (hereinafter called "CornCtoP). - City and Contractor agtw as Ipllows: LEKOS ELECTRIC INC. -_ .. _I_ - - 1. Description of Work. Contractor sham perform all WOTk specified in the Contract documents for: TRAFFIC SIGNAL AT PASEO DEL NORTE AND CAR COUNTRY DRIVE CONTRACT NO. 3935-1 (hereinafter qlled "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perbrm the work specified by the Contract Documents. - 3, Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation of Owner- OperatodLesssrs, Bidder's Statements of Financial Responsibility, Technical Abilkyand Experkme, 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, herhis subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the 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 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 wrking day of each month. Revised 10/08/03 Contract No. 3935-1 Page 27 of 139 Pages a 5. lndepgndent Investl$atlofi~&n6-&r has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that mbM affect the progress of the work, and is aware of thoseconditions. 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 iob -conditions is for-contractor's convenience only, and City does not warrant that the g-underground - -. .- - -wnd---- CiIg-l- - ._ _- --__ - ___ ___ ____ - - - __ 6. nazardarus- mother Unusuat C'ondftlons. If the contract.invohres digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, nom City, in writing, of any . . ._ ___ __ - - - __ - A Hazardou8 Waste. Material that Contractor believes may be miterkithat is hazardous waste, ~ as defined in section 251 17 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class 111 disposal site in accordance with provisions of existing law. 8. Differing Conditions. Subsurface QF 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, r do involve hazardous waste, and cause a decrease or increase 'in contractor's costs of, or the time -@ I. %quird for, performance of any part of%i<iiiiTiiiia ti~iii~iciii iing<*e procedures -- ._ __ .- - In the evgnT-tha a dispute arises between City and Contiactor Whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractoh cost of, or time required for, performance of any part of the w&, cQntrad6r shall %t-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 whieh pedain to the mdurion 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 empl&pi-en@ ot akagenjs-employees, subcontractors, and consultants that are included in this ---___--- __ __-_ -- - -.-6nw-- -- - - __ ___ _- ____ 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 California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. - -is-xsrrfbinm isin- -to Revised 10/08/03 Contract No. 3935-1 Page 28 of 139 Pages - __ ficdon.-Contractor shall assume the defense of, pay all expenses of defense, and ees,Sromalt cMms, loss, damage, QL inditedly arishg from or in injuty-ancCJiabu connection mwwany 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 e-the Contract, except mr loss OF OFSC~~~@~WC~ or willful misconduct of the City. The expenses of defense include all costs and, expenses including attorneys' fees for litigation, aroSbatirn, or 44- Contractor shall also defend and indemnify the City agalnst any challenges to the award of the co-ntract to Gontractor, and contractor Ginpay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. s to the award of the contract to Contractor, arising in whole or in pari from alleged inaccuracies or misrepresentation by the ContractQr4 whether hbntional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for Ci, if City requests separate counsel. 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 Its Contractor shall maintain the types of coverages and minimum limits indicted herein: ~ -8. .- Comprehenshre __ - __ General Liability Insurance: $1 ,OOO,OOO combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or - iridemWilf)-a-* e; ad .. 0 - t=-=b-Jt+f=w~~*-- ._ ~___- -_ --- ._ - ------ .- _... T ---- &fend and indemnify the Ci a--an __ - __ __ __ - -. LCe - -_ - ----- --__ ___ __ - - ._ - - - - - - - -. A - -- - mj _- _.._L__cu_-_____IDI--___Au % --. - - - - - - b. Business Automobile Liability Insurance: $l,OOO,OOO combined single limit per accident for bodily injury and property damage. In addition, the auto policy must 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 wverage is for "any auto" and cannot be limited in any manner. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $l,OOO,OOO per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Addltional Provision6. 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. - __ _. - ___ - --_-_____ ~ - - -_ - _____ 0' I I _~. Contract No. 39351 Page 29 of 139 Pages a. The City, its officials, employees and volunteers are to be covered as addftiorral insured as respects: liability arising out of activities petformed by or on behalf of the Contractor; products and completed -t&ratigtwof the-co~.mctoc premises ouqig,leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the Cfty, its officials, ' employees or volunteers. All additional insured endorsements must be evidenced uslng separate documents attached to the certificate of insurance; one for each company b. The Contk&r's insurance coverage shell be primary insurance as respects the City, Its ssuhnce or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractofs insurance and shall not contribute with it. c. Any failure to comply with reporting provbkns of the pokles shaH not affect coverage provided to the City, its officials, employees or volunteers. d, _-Coverag~e shall state-that contractor's insuEe s-wl app&-separate& tq -each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liabil fty. (C) Notlce Of Cancellatlon. Each insurance policy required by this agreement shall be endorsed to ___ state that cowrage 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 certffied mail, return receipt requested. (0) Deductibles And Self-insured Retentlon (S.I.R.) Levels. Any deductible8 or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the -rage.-- --_____ - -_ - I-_ -~-___------ -- -_-_ - ____ - - - __ 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. wdver af all rights of subrogation the insurer may have or may acquire against ths-City or any of its (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall - fum'ish--separate -certificates- and -- endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. ctYw%l -- ii3wof-iau-mulred under this agreement shall contain a (G) Acceptablllty 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. @ Revised 10/08/03 Contract No. 3935-1 Page 3Oof 139 Pages L e .1 14. Secutl~. S-&uriti& in the form of cash, cashier's check, or ceM check may be substrtuted for any monfes withheld by the City to secure performance of this contract for any obligation atablished &-this contract. Any other sedtgthat is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 15, Providons Requlred by Law Deemed inserted. Each and every provision of law and - -- clause're~ecfbyhv to be inserted in this Contract shall be-deemed to be inserted herein and - acltt$ed- I , not e Contract shall forthwith be physically 16, Addltfonal Provisions, -Arty additional provisions of this agreement are set forth in the 'General Provisions' or "Supplemental Provisions' attached hereto and made a part hereof. _- ciirre%--n amended to make such insertion or correction. __ - President or vice-president and secretary or assistant secretary must sian for comorations. If onhv - - one officer signs,' the corporation must attach a resolution cekified by %e secretary or assistant . tTiiiiorptEition. -- - - secrcl etnpmwhg*M lcertcrtrmd - .- -_ __ - APPROVED AS TO FORM: RONALD R. BALL . ___ @ Revised 10/08/03 5 Contract No. 3935-1 Page 32 of 139 Pages - ALWORNIA ALLPURPOSE ACKNOWLEDGMENT rsomlly kmMn to me to me on the basis of satisfactory to be the pe&on(s) whose name(s) +dare subscribed to the within instrument and acknowledged to me that beMe/they executed the same in -/their authorized capacity(ies), and that by bidbedtheir - or the entity upon behalf of which the person(s) -- ----- - - -___ of this form to another document. -- Descrlptlon I of Attached Docum Title or Type of Document: Document Date: Number of Pages: Siiner(s) Other Than Named Above: -C~c!ty(iq@ Cbimed-by Signer - I___ - 0 individual 0 Corporate Ofker - TMe(s): 0 Partner - D Limited 0 General D Attorney in Fact --B-kustee 0 Guardian or Conservator 0 Other: Signer Is Representing: , '1 't 1M604356 PpELLflltIucLUD~vITB PximmmzB0110) LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2005-322, adopted NOVEhrSER 1.2005 ,has awarded to LEKOS ELEC1IRIC INC. (hereinafter designated as the "Principal"), a Contract fK: - __ I TRAFFF SlGNAL AT -t33NTTWX*.3tkW --_I - - - --- _I_ - In the City of Carlsbad, in strict conformity with the drawings and specifications, and other Conkact Documents now on file in the office of the City Clerk of the City of Carlsbad and all of which are WHM€AS,-P-trincipal 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 exlent hereinafter set forth. Principal, (hereinatlet designated as the "Contractot"), and as Surety, are held firmly bound unto the City of Cadsbad in the sum of Dollars ($154,095), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under tbe terms of the contractby_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 COND~OFTHTS-C5BLlGATIUN IS SUCH that if the Contractor or hisher subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the dbww&cWr 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, reason attorneys fees, to be fixed by the incorporated herein by this reference. - __ i- -- - - .__ -_._ - __ NOW, THEREFORE, WE, LEKOS ELECTRIC INC. , as ONE HUNDRED FIFTY FOUR THOUSAND NINETY FIVE -- -_--- -- _____ - ~-_- wugttmsistmt with California ckril Code secti0n.g+8~ - -- - __ -_ This bond shall inure to the benefit of any of the persons named in California Civil Code section 31 81 , 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. -- - jl i a Revised 10/08/03 Contract No. 3935-1 Page 33 of 139 Pages Y , * 0 In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from ibs obligations under this bond. Executed by CONTRACTOR this ExecutedbySURETYthis 15TB day s 20-. of R(IvEMIKp 9 __ - day of coNTRAcT0R: SURW. PIDELIllAl!JD~~AuY (name of Surety) (print name here) (address of Surety) (signature of Attorney-in-Fact) (858) 6164240 i Akiephone number of Sur& (signature of Attorney-in-Fact) VALERIE& PEARCE (printed name of Attorney-in+&) (attach corporate resolution showing current power of attorney) (President or vice-presklent and secretary or assistant secretary must sign for corporations. If only one officer smns-T-- bythesemetmy ~~&3eef~ under corporate seal empowering that officer to bind the carporation.) - .- I APPROVED*AS TO FORM: RONALD R. BAU - Contract No. 3935-1 Page 34 of 139 Pages CALIFORNIA ALLPURPOSE ACKNOWLEDOMENT _. ... . .. . e State of California Countyof AgLQ&sMna 0 s-m __ - _____ -- -~ 0 proved to me on the basis of satisfactory evidence to be the person(@ whose namem 1- subscribed to the wlthin instrument and acknowledged to me that &&-executed the same in mer- authorized - ----capacity@& -and that by -/her#@% signeture@on the instrumeithe person@), or the entity upon behalf of which the person?@ acted, executed the instrument. -. ... _-___ - - --- __ ______ -- -- - _.______.I_- ----- - - _- -_ - n Document Date: Number of Pages: s~gner(~) her Than Named ~bovei Capsclty(la8) Clslmed by Slgner 0 Partner -0 Limited 0 General 0 AttomyinFact D Trustee 0 Guardlan or Consenrator 0 Other: Signer Is Representing: . . . certlllakNa 2205942 24050 PbnaOlA~No. - KNOW ALL I#EN BY Iggs& That Suboryd Surety comppy is a corparrtion dufy mgurized umkr the laws of the State of New York, and that tioMdaiymgmi2eduada CinIpUy is rcoaporition duly organized under the llws of the sute of MarylW and St. Pull Ftn mu Mlrine Ill-- 1. the law&& lmby mdrc.~~tcandrppoint that F5delity and &mty Insunace Company is a corporation duly orgaaized under the laws of the State of Iowa, and that Fidelity ud Cbmnty Inslp;lmx Underwriters, Inc. is a corporation duly organized undcr the laws of the State of Wisconsin (hemin corkcrivciy called the "Componics"), and that the Companies do JdT. Wainoclc, Bart B. Stewprt, Valerie M. Pearce, &istine A. Paterscm, Mch SanMmth, Lawrum F. McMahon, a AmericasanMartin, Febauray day of 2P onthis Thomas E Huibngtse, who ecknowledgcd thrmselvcs to be the Vice Resident and Assistant Secretary, rcspaCtively, of scrbolnd Smty cornpimy. St. Paul Fire and Marine Insunnce Company, St. Paul Ouardian Insurance Compsny, St. Pad Menmy Insurance Company, United States Fidelity pnd Ouarrnty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals sffixed to the foregoing instrument llcc the corporate seals of mid Companies; and that they, as such. being autharized so to do. executed the foregoing instrument for the purposes thmin contained by signing the nlllllt8 of the ~ - _______~ __ - __ - - - - __ - - _. - - c.;brpor€iii~~~duly __ - tlutbkd &m. In~wbusol,Ihenuntos#my~ andothdrlsul. My commission _- expires ____ the 1st dry of July, 2006. - .._ . ,L , , . <. , This Power of Attorney is granted unda and by the authority dthe following resdutions adopud by the Bods of Directas of serrborrd hety Company, St. p.ul Fi and Mine Iawnna Compmy, St. Paul Wian Insurance Company, St. Paul Mercury Insunnce Company, UNtd Stllter FWty and Ournncy Compmy, Fidelity and aUtuauty hwance Compmy, and Fidelity and Guarmty Insurance Underwritas, Inc. 011 Sepctmba 2,1998, which resolutioDs arc llow in full force lud effect, mding 10 fdiowc RESOLVED, that in CORnectl 'on with the fidelity and smty insurance business ofthe Compnny, dl bonds, mW&ings. con- and othcrhtnmm Urelrtinp to mid business may be siepad execute4 and acknowkdged by persons or entities appointed as Anorncy(s)-ii-Fact purwurt to a Power of Aaawy iuumd la cccordlDce with these rrroluriorp. Said Pomrfs) 0fAttorney for and on behalf of the Comprny may and rhll be exemtad in the nuw md ~1 bebrlfoftbc Company+eithaby the ch.hmrm, or the Retident, or any Vi Pmii oran Assistant Vi Resident,jointly with the secrctuy or m Adstaat Seaerrry, under their nepsctive designations. The signa- of such officers may be engraved, printed or lithographed. 'he signature of each of the fonooino oflia~ and the seal of the Comprny may be afiixed by facsimile to any Power of Anormy or to any certificntc relating thereto appointing Anomey(s)-ii-Fa~ for pupom only of executing and attesting bonds and unwngs and other Writings obligatory in the n8Im thereof. and subject to any HmWhns rst forth thtreia, any such Power of Attormy Q cetificrse bearing such ficsimik signature or facsimik seal shall be valid md binding upon the Compmy, and my such powa 80 executed and ded by such facsimile signature and facsimile seal shal1 be valid and binding opon the Company with respect to any bond or to which it is validly attached, and REGoLvED FURTHEA, that Aftomy(s)-ih-Fact Dhril have the powa and authority, md, in my crrt, subject to the term md bitaths drhe ma€ Auomey issued them. toexecute and deliver on behalf of the Compsny and to attach the sed of the Company to my ud 111 bonds .ad mdaukqs * .md* writings obligatosy in the nrture ihaaof. md my swh inshvment wtcutcd by such Anomey(s)-in-Fsct shall be as binding upon the Company as if signed by an Exdve oflieu and SiHded ud attested toby the secrettry of the compmy. I, 'ilmnas E. Huibrcgtsc. Assistant Senetary of Seaboard Surety Company, St. Paul Fire and Marim Insmncc Company, St. Pad churdi.a lawUIce Cqrnpny, St. Paul Manrry Insurance Company, United Statca Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Inmamcc Undenvritm, IDC. do haeby Ceitify that the above and foregoing is a true and comct copy of the Power of Att~m~y executed by mid comp.nies. which is in WI force rrle&a and has not been revoked. NOV 15 2005 IN TEsflMoNy WHEREOF, I henunto 8et my hand this hY of - - -1 0 On Nav. 26,2002, Pmskfent Bush signed id0 law the Temrbm -- -sHbk=fR5w;Bllc6 Act of 2002 (the "Act"). The Act establishes a short-term pmgmm under which the Wed gommmnt will sham in the payment of co\remd losses cad by certain acts of lntematknal trsnodsm WB are providing you with this notice to inform you of the kay featurns of the Act, and to let you know what effecl,-i€anjl,-the Ad will have on your premium. __- - ~ -- - Under the Act, lnsmn are required to provide cowrags tat certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the frtdaral government will pay a sham of such lossss. Specifically, the federal go\lernn-@ will pay 90 percent of the amount of coverptd losses caumd-by cerrtam-acts of teniirism, which is in excess of an insurer's statutorily established deductible for that year. The Act - am_---__?_ also caa- the amountof tenoris~l~d losses for which the federal gownmnt or an insurer can be responsible at $100 Mlion, provided that the insurer has met its deductible. a - _____ -- . . note that passage of the ~d dos~ not result in any change in ~vrsrage under the attached policy or band (or the policy or bond being quoted). Please also note that no separate additional pmmlum chaw has been made for the temrism coverage ---I______ mquirsd by the Act. The premium charge that is allocable to such -- - m-mmge -b-irWSperabk from and imbedded in your ovrsrall pmmium, and is no mom than one petwnt of your premium -- e I CALIFORNIA ALL-PURPOSE ACKNOWtEDIQSMaNT e . . . . . -. I I . . .- ... ... . .- -. State of California. I I ally known to me pved to me on ?he basis of satkfactory evidence ~ @_be the person(s) whose name@) idare subscribed to the within instrument and acknowledged to me that h&he/they executed the same in his#wr/their authorized - -capacity(ies), and that by hisHTdtltheir signature@) on the instrument the person(s), or the entity upon behalf of which the person@) acted, executed the instrument. OPTlOhlAL Though the inbrrnetion below is nof mquM by im, it may prove va/mbk to persons dying on the document -__ - . prevenr Pt?ac?iM @this fom, to another document. -- Description of Attached D Tine or- of Document: -- Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer CI Individual 0 Corporate Officer - Tile(s): 0 Partner - 0 Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian OT Conservator 0 other: Signer Is Representing: ___. ~ ________ __ -__- ~ __- ____.I_ I BoaB) 110. 1-3158 PPLPlIM: $1,695.00 FAITHFUL PERFORMANCEWARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. ;KwM-32& adopted NOVEWER 1.2005 ,has awarded to LEKOS ELEClRIC INC. (hereinafter designated as the "Principal"), a Contract br: TRAFFIC SIGNAL AT PASEO DEL NORTE AND CAR COUNTRY DRWE CONTRACT NO. 39361 in the City of Carlsbad, in strict conformity with the contract, the drawings and spe-ns, and other Contract Documents now on file in the Office of the City Clerk of the City of Carfsbad, 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, LEKOS ELECTRIC INC. * as Principal, (hereinafter designated as the "Contractof ), and as Surety, are held firmly bound unto the City of Carlsbad Doilars in the sum of ONE HUNDRED FIFTY FOUR THOUSAND NINETY FIVE ($154,095), 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 above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abMe by, and wtl and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. a Revised 10/08/03 Contract No. 3935-1 Pam 35 of 139 Pama I tn the event that Contract01 isan individual, ts agreed that the death of any -_ such Contractor shall not exonerateTe3Eeiy fEi iti Z%E@itZonsr ttijiii€ZGTi%T-- Executed by CONTRACTOR this fl Executs by SURETY this 15m day of - - __ __ - _. day of ml.iro/dM , 2d. lpovlpIBEB ,20 05 CONTRACTOR: - - - SURE?Y ws -6#35*c ,-i& PIDEtITl Am caJABmK amPm - - -Jmam-oLContm%wL..- 1- name of Surelyk - 9325 SQ PAIRK COIlALll t22O A !Wl DXSO, Ca 92123 (sign here) (address of Surety) _ ___ - fgf2&& ETicK05- (858) 616-6240 (print name here) ___ - - __ .pRGsC~6&cysit4Q&J& -- (Title and Orgknization of Sigdtory) (signature of Attorney-in-Fact) VALERIEH. PEAucE . (printed name of Attorneyin-Fact) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) - - - APPROVED AS TO FORM: RONALD R. BALL City Attorney - __ -- BY Deput$ Ci Attorney 1 Revised 10/08/03 Contract No. 3935-1 Page 36 of 139 Pm CALlFORNDA ALLSURPOSI ACKNOWLEDQMENT State of California Countyof 3a.g Meno } 58. . . __ _- I-- pemom%~~r~ Vale-e LI. pearce -8) of 4 - - __ - _- - - Bpersonally~tORM 0 proved to mel on the bask of satisfactory to be the person(@ &hose namew id86 subscribed to the within instrument and acknowledged to me that 1SWshwexecuted the same in mer- authorized __ - . - - - - - - BVidmc8 - ___-____ pkrNolryzIulAbow _-- Though the information belowis nat bykw. & meypmvr, velusble to persons mlyhg an the doccwnenl -- - - --_ end OOUM prewni fmMmve/ and mattechmt of ihts fcm to enother docwnsni. Document Date: Signer(s) Other Than Named Above: Capaclty(le8) Clalmed by Slgner 1 ---sienet's Name: 0 Individual 0 corporate Officer - Mle(s): L 0 Partner -a Limed D General 0 Attorney In Fact 0 Trustee 0 Guardbn or Conservator 0 Other: Signer Is Representing: 24050 Power of Attorney Na -e* 2205943 KNOW ALL MEN BY =E PRE&%”& That SUM Surety Compury is a Corpontion duly orgdtcd under thc lam of the State of NW %&, rad thrt -_the lavrs of the srete of Miomaguk &-QatUnitad States fidehtv @oapantY comppny b a corpodon duly organized under thc laws of the State of hvIIIytrnd md st. hul Fire MdMttRne that fidelity ond Guaranty Insurance Comjmy is a corporption duly aganized & the laws of the State of Iowa, and that Fidelity and Ciumimty Underwritera, Inc. is a corporation duly organized under thc laws of thc State of Wisconsin (hemin coikctiwly called rhc “CompOAics”), aud that the compude, do ---- ‘lonsdUly~& ~bymrke,conttiaJttdrppoint JackT. Warnock, MB. Stewart, Valerie M. Ewrce, Christine A. Patmran, Mcia SenMartin, Lawrence F. McMahon, u AmuicasenMaltin s=JM?o catitibanh -Of&eCiqr& - - - -__ - __ - - ,thdrrmeandlrwltllAttmWs)-ia-F8U, each in their Jepprate capacity if more th8n one is named above, to sign its name as surety to, md to mute, sed md 8cknow]ed%c my md dl bonds, undarrkings. of guaranteeing the fidelity of pasons. guaranteeing the performance of contracts and executing or paranteein actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have culscd this ________~__ __ state of Marylurd City of Baltimae THOMASRliUlBllr#nsBASdU-~ On this 2p dryof F- , before me. the undasigned ofhca. pasorully appeued peta w. clnnrn .ad . 2003 Thomas E. Huibngtse, who ashowledged thcmStives to be the vice Aeaidmt and Assism SeCFetary. respectiVey, of hbod Surely Company, St. Paul Fire lad Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Compy, United States fidelity and Guaranty Compyly. Fidelity md Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the scals affixed to thc foregoing instrument uc the corponte suls of said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the pwpcs therein contained by signing the names of the In Witness wbenol, 1 hmto set my band md official sul. My Commission expins thc 1st day of July, 2006. . - -- . -~ - ___ - 86203 Rev. 7-2002 Printed in U.S.A. IN ~NYWEEREX)F,,Ihcmmto BU my hand this &Y of NOW 16 2m , ---* -- .. -- - - On Nov. 26,2002, President Bush signed into law the Terrorism - - - - __ __ - 4iskC~sumnce Act of 2002 (the “Act”). The Act estabfbhss a short-term progmm under which the federal govlernment will sham in the payment of covlemd losses caused by certain acts of international temrisn Wb am providing you with this notiw to inform you of the key features of the Act, and to let you know what effect, ‘If any,-the Actwill have on your pmmium. -i Under the Act, insurers am mquired to pmvide ccmrage for certain losses caused by international acts of terrorism ae defined in the Act. The Act further provides that the federal gommment win pay a sham of such lossss. Specifically, the fedenal government will pay 90 percent of the amount of cowred losses caud-by-oertain acts of temrism, which is in excess of an insurer‘s statutorily established deductible for that year. The Act -- __ - also caps the amount of temrism-dated losses for which the federal government or an-ikursr can be msponsible at $100 bilion, provided that the insumr has met its deductible. -- --e ~- ~ - Please note that passage of the Act does not rssutt in any chew in coverage under the attached policy or bond (or the polky or bond being quoted). Please also note that no separate additional pmmium charge has been made for the terrorism caverage mquimd bytJe Act. The pmmium cham that is allocable to such - comi is hepambls from and imbedded in your overall pmmium, and is no mors than one percsnt of your premium. __ - - I ALiFORNiA ALL-PURPOSE ACKNOWLEDGMENT State of California I ._ County of personally known to me fi proved to me on the basis of satisfadory ___ - -sviden-w!_- -_ ~ to be the person(s) whose name(s) idare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hislherltheir authorized capacity(ies), and that by his/her/their signature@) on the instrument the person(@, or the entity upon behalf of which the person(s) acted, executed the instrument. - ~__ -~ --mauNot#vs4mIAbwfi - - _- __ - OP77ONAL Though the - infwmetion below is nd required by law, if may prove velu8bk to persons m/m on the document and wkl Prevent h-dent mmvat and reeftechmenf-orrnis fm to another document. Description of Attached Docu Tie or Type of Document: Document Date: Number of Pages: Signer@) Other Than Named Above: Capacity(1es) Claimed by Signer ____-- __. __ - ___ c-- ___ __ - - --__ - - -- - -__ ~- __ -?EziET 0 Corporate Officer - Tile(s): 0 Partner - 0 Limited 0 General 0 AttomeyinFact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: , _- @.-- AGREEMENT FOR SECURITY DEPOSITS 1M LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the Chy of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "Cy and - wtrose address 18 hereinafter called .-__-- __ - . - __ - _I__ - - __ - -- 'Contractor' and whose address is e hereinafter -C€WL!!~~ For the considemtion hereinafter set forth, the City, ContFaGter and Escrew 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 deposiJ securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the Ci pursuant to the Construction Contract entered into between the Ci and Contractor fw the Traffic-Signal at Paseo del Norte and Car Country Drive, Contract No, 3935-1, in the amount of (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 notffy the City within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of thsEscrow Agent in connection with the handlingsf 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. dated - - -2.- The City shall maks progresqqmmb-to-the Gontraetor 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. Arferms-am conditions of this agreement and the rights and B- - s 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 eamed on the securities or the money market accounts hekl 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. 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 Ci to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 0 a Revised 10/08/03 . Contract No. 9938.;1 Paae 37 of 139 Pam 7. The City shall have tities in the event of default by the Contractor. Upon seven -d@p’ JiViQ50 PBTI~W~ Ci of the default, the Escrow Agent shall hesewhe ’ ~shdsha~~te-th~& as instructed by the Ci. 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 appticaMe to the Contract, the Escrow Agent shanrelease to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be dosedimmediately upon disbursement of all moneys and securities on deposit and payments of fees and chaeesl 9. The Escrow Agent shall rety on the written notifications from the City andthe 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. the persons who are authorized to give written notices or to receive wrltten notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of - __ - __ __ - - tkekesgeetive signatures are as fellews:--- - - - - _. __ - For City: Tie FINANCE 0 tRECTOR For Contractor: Title -a Signature Address -- - Name Signature Address - __ -- ~ At the%%* Escrow Account is opened, theC~and-~~&rd’--Contractorl-d~ver to the Escrow Agent a fully executed counterpart of this Agreement. ____ -- - - -~ Revised 10/08/03 Contract No. 3935-1 Page 38 of 139 Page8 *- IN WJ-TNESS WHEREOF, the parties have exkuted thisAgreement by their proper officerk on the date first set forth above. -- --I@-- - For City: Tltle __MAYOR Address For Escrow Agent: Name 8 Revised 10/08/03 Cmtr@ No. 39351 Page of 1s Pages ._ - - SW-PLEMENTAL PROVISIONS -1) FOR TRAFFIC SIGNAL AT PASEO DEL NORTE AND CAR COUNTRY DRIVE CONTRACT NO. 3935-1 - -_- - __ CITY. OF CARLSBAD SUPPLEMENTAL PROVISIONS TO "GREENBOOK" STANDARD SPECIFICATIONS for PUBLIC WORKS CONSTRUCTION 2003 EDITION PART 1, GENERAL PROVISIONS - SECTlON 1 -- TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS Add the following section: 14.1 Reference to Drawings. Where words "shown", 'indicated", 'detailed!', "noted", "schedukd", 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: 1-12 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", untess 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. 1) Contract Wo. 3935-1 Page 40 of 139 Pages 1-2 DEFINITIONS. Modify as follows: The following words, or groups of wards, shall be exclusively defined by the definttions assigned to them herein. Agency - the City of Carlsbad, California. City Councll - the City Council of the City of Carlsbad. City Manager - the City Manager of the City of Carlsbad or hisher 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. Enginew - the City Engineer of the City of Carlsbad or hidher approved representathe. The Engineer is the third Jevel of appeal for informal dispute resolution. Minor Bid Etem - a single contra& item constituting less than 10 perCent (10%) of the original Contract Price bid. Own Organizatlon - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the cornpietion 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. wner Opemtor/Lerrsor - 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. Oeputy City Engineer, Construction Management 6 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 1-33 Common Usage, add the following: Abbreviation word or WO* Apts ........................................ Apartment and Apartments Bldg ........................................ Building and Buildings CMWD .................................... Carlsbad Municipal Water District CSSD ..................................... Carlsbad Supplemental Standad Drawings cfs...........................................Cub~ Feet per Second Cornm ..................................... Commercial DR .......................................... Dimension Ratio E ............................................. Electric @ Revised 1#08/03 Contract No. 3935-1 Page 41 of 139 Pages r EWA ....................................... Endna Wastewater Authority gal ........................................... Gallon and Gallons Gar ..Garage and Garages GNV ........................................ Ground Not Visible gpm ........................................g allons per minute IE ............................................ Invert Elevation LWD ....................................... Leucadia Wastewater District MSL ........................................ Mean Sea Level (see Regional Standard Drawing U-12) MTBM ..................................... Microtunneling Boring Machine NCTD ..................................... North County Transit District OHE ........................................ Overhead Electric OMWD ................................... Orwenhain Municipal Water Diszrict ROW ...................................... Right-of-way S ............................................. Sewer or Slope, as appfii 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 appficable VWD ....................................... Vallecitos Water District 0 ............................................. Gqs a ....................................... SECTION 2 - SCOPE AND CONTROL OF THE WORK 29 SUBCONTRACTS. 2-3.1 General, add the fotlowing: 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 SO 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 US. Department of Treasury Circular 570,". Modify paragraphs three and four to read: The Contractor shall provide a faithful performancdwarranty 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. e Revised 10/08/03 Contract No. 39351 . Page 42 of 139 Pages . Tb faithful psrfomtancehrranty 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. 0 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 folMng documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other 2) A certiied copy of the certificate of authority of the insurer issued by the insurance commissioner. instrument entitling or authorizing the person who executed the bond to do so. 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 Stat-. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General, add the following: The spflcations for the work indude the Standard S- '8 for Public Works Construction, (SSPWC), 2003 Edition hereinafter designated "SSPWC", as w&en 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 one (1) set designated as City of Carlsbad Drawina No, 424-3 and consists of three (3) sheets. 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 Ci of Carlsbad Supplemental Standard Drawings, hereinafter designated as CSSD, as issued by the Ci 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. 2-6.2 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 construdion 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. @ Revised 10108/03 Contract No. 3935-1 Page 43 of 139 Pages 2-6.3.3 Subrnh?dr, 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 submttbfs shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of transmittal shall contain the following: 1) Project Me and Agency contract number. 2) Number of complete sets. 4) Speckation section number@) pertaining to material submltted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of lhe submitbal. 7) Identification of deviations from the contract documem. When submltted for the Engineer's review, Shop Drawings shall bear the'(;ontractor'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: 3) Contractor's certification statement. 1, '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." @ Date: Company Name: Add the following: 2-5.4 Record Drawlngs, 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-buiC 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 (1 0) 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. 2-9 SURVEYING 2-9.1 Permanent Survey Markers, Delete sections 2-9.1 and replace with the following: The Contractor shall not mver or disturb permanent suwy 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 comer record(s) as required by $5 8772 and 8773, et seq. of the California Business and Professions Code. a @ Revised 10/08/03 condract NO. 3935-1 Page 44 of 139 Pages 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 0 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 ot the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supenrise and certify the surveying work. Add the following section: 24.23 Paymmt 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 fun 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 comer records, including filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. 2-10 AlJTHORrrY OF BOARD AND ENGINEER. Add the following section: 2-10.1 Avallsbllfty of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. Add the following section: 2-10.2 Audit And Inspection, Contractor agrees to maintain andlor make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its actMties 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 necessaty, upon reasonable advance notbe, 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 INiTlATED BY THE AGENCY. 3-2.2.1 Contract Unk 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 section3-3, Extra Work. 0 Contract No. 39351 Page 45 of 139 Pam 59 EXTRA WORK. 3-3.2.2 (c) Tool and Equipment Rental, second paragraph, modify as fotlows: Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay cogts shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published b CALTRANS, 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. 0 current at the time of the actual use of the tool or equipment. The right-of-way delay Y actors therein 3-3.2.3 Markup, Delete sections 3-32.3 (a) and @) and replace with the following: (a) and shall constitute the markup for all overhead and profits: Work by Contractor. The following percentages shall be added to the Contractor's costs 1) Labor ................................... 20 2) Matedater ............................. 15 3) Equipment Rental ................... 15 4) To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. Other Items and Expenditures .. 15 (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 $%,ooO 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. 34 CHANGED CONDITIONS. Delete the second sentence of paragraph three, delete paragraph five (5), and add the followin : The Contractor shall not be entitled to the payment of any additional compensation for any act, or f ailure 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 hen the Engineer due written notice of potential claim as hereinafter specified. Compliance with th f s 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 ive written notice of potential claim for changed conditions to the agency upon their discovery and be 7 ore they are disturbed shall constitute a waiver of all claims in connection therewith. e 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. Revised 1O/W COntractM. 3935-1 Page 46 of 139 Pages The potenzTal daim shall indude the following certification relative to the California False Claims Act, Government Code Sections 1265O-12655. The undersigned certifies that the above statements are macle in full cognizance of the California False Claims Act, Government Code sections 12650-12665. 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." - 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. It is the intention of this section that differences between the parties arising under and by virtue of #e 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. 34 DISPUTEDWORK. Add the following: The Contractor shall give the agency wMen notb of potential daim pdor 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 specifii hereinafter, the contractor shaU attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Englneer, Construction Management & Inspection 4. City Engineer 5. CityManager 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. 0 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. a Revised 1 WW03 Contract No. 3935-1 Page 47 of 139 Pages All claims by the contractor for $375,000 or less shall be resolved in accordance wtth 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 RESOLUT1ON OF CONSTRUCTlON CLAIMS 20104. (a)(l) This article applies to all public works claims of three hundred seventy-fii thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a publlc agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(l) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of CaFiomia. (2) 'Claim" means a separate demand by the contractor for (A) a time extension, (6) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this artide. (d) This article applies only to contracts entered into on or after January 1,1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantlate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is Intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of a claims. I (b)(l) For claims of less than fifty thousand dollars ($sO,OOO), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supportihg 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)(l) For claims of over fii 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 wrfting, either within 15 days of receipt of the local agency's response or within 15 days of the local agews 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 anfer conference within 30 days for settlement of the diiputs. Revised 10/08/03 contract No. 3935-1 Page48oll39 Pages (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Tie 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 doe8 not apply to tort claims and nothing in this article is intended nor shaU be construed to change the time periods for f@ng 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 Tie 1 of the Government Code. 20104.4. The following procedures are established for an dvil actions filed to resohm claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the ffiing 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 submmal, 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 1 May period, any party may petition the court to appoint the mediator. (b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141 .lo) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 11 41 .l 1 of that code. The Civil Disoovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Xtle 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 arbiitrators 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 W~MI Section 1141 .lo) Title 3 of Part 3 of the Code of CMl 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. 20104.0. (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. a Revised 1W03 Contract No. 3935-1 Page 49 of 139 Pages SECTION 4 - CONTROL OF MATERIALS @ 4-1 MATERIALS AND WORKMANSHIP. 4-1 3.1 General, add the following: The Contractor shall prowe the Engineer free and safe a- 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, lndustrfal Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shatl 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. 41.4 Test of h!hteIials, 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 win bear the cost of testing of locally produced materials and/or on-site wodcmanshp where the resub 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 bome by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The msts of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 0 44.6 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 park 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@), 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. Priir 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 0 e Revised 10/08M3 Contract No. 3935-1 Pam i;n nf 1- Panas Engineer a copy of lease agreements for each property where such matellals 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 aU 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. SECTION 5 - UTILITIES 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, aH utilities which exist within the limits of the wok. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. 5-4 REL0CAT)ON. 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 utrlii structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curt, 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 sunmy 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 otheNvise directed by the Engineer. . 61 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 ten (1 0) calendar days after receipt of the 'Notice to Proceed". -Add the following section: 6-1.1 Prs-Construction bttng. After, or upon, notifiication 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. Q Revised 10/08M3 Cantnrct Na. 3935-1 Paae 51 of 139 Pam Add the fol%owing section: 64.23 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall prepare, and submit to the Engineer a chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. 0 Add the following section: 6-1.8 Measurement And Payment Of Construction Scheduk. 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 fobwing section: 6-2.1 Order of Work. The work to be done shall consist of furnishing aU labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. The work includes construction of the traffic sianal at the intersection of Paseo del Norte and Car Countw Drive. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.4 Written Notlce and Report. Modi 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@) therefore. 0 6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work to completion within one hundred and twentv (120) working days after the starting date specifii in the Notice to Proceed. (67.2 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 txm. on Mondays through Fridays, excluding Agency holidays. The Contracor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends andor 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 hisher 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- The Contractor shall incorporate the dates, areas and types of work prohibitsd in this section in the Construction Schedule required by section 6.1. No additional payment, adjustment of bid prices or adjustment of contract time qf completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. 0 a Revised 1 WWO3 Contract No. 3935-1 Paae52 of 139 Paaeg 0-8 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 thlrd paragraph and substitute the following two sentences: Ail work shall be warranted for one (1) year after recodation of the "Notice of Completion' and ahy faulty work or materials discovered during the warranty period shaU 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 five hundred Dollars ($500.00). Execution of the Contract shall constitute agreement by the Agency and Contractor that five hundred Dollars ($500.00) 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. e - -- __ SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-3 LIAB1UTY INSURANCE. Modify as foibws: 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 lnsurartce of the State of California. 7-4 WORKERS' COMPENSATION INSURANCE. Add the following: All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement 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 properly, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the wwk 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@) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. 8 Revised 10/08/03 Contract No. 39xi-1 Page 53 of 1s Pages 7-7 COOPERAWN AND COLLATERAL WORK. Add the followlng section: 7-7.1 Coordindon. The Contractor shall coordinate and cooperate wsth all the utiltly 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 utillty company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 1, 74.1 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 pubttc. The Contractor shall mnduct effktive cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in hislher 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. 7-65 Temporary LlgM, 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 CASOOOOO2, 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. Add the following section: 7-82 Noh 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. 0 7-10 PUBLIC GONVENIENCE 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's contracted waste disposal company, Coast Waste Management at 929-941 7. During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affeds vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notifiition 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. 1 Revised 10/08/03 Contract No. 3935-1 Page 54 of 139 Pages 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 offce 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. 7-10.3 Street Closures, Detours, Barrlcadecr. Add the following: Traffic controls shafl be in accordance with the plans, Chapter 5 of the CALTRANS "Traffic Manual", 1996 @in 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 fobwlng section: 7-1 0.3.1 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 214-5.1 .et seq. All temporary reflective channelizers shall conform to the provisions of section 214- 5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of section 21 0-1.6 et s8q. 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 facifi. All excavation required to Revised 10/08103 Contract No. 3935-1 Page 55 of 139 Pages install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS "Standard Specifiitions", 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 traffi 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 8Bctjon: . 7-1 03.2 Malrrtaining 'It.afftc, 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 than 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 trafRc, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. 0 During the entire construction, a minimum of one (1) paved traffic lane, not less than 3.6m (12') wide, shall be open for use by public traffic in each direction of travel. Add the following sectkon: 7-10.3.3 Traffic Control System for Lane Closunr. A traffic control system consists of dosing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, CALTRANS Traffic Manual", 1996 edition 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. Contract No, -1 Page 56 of I39 Paaes I 11 , Add the foUowing sdon: 740.3.4 Mc Control for Permanent and Temporary llaffic 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 shafl not start tram 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. 7-1 0.3.5 Temporary Pavement Detineation. 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 ptace prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shaN 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. Add the following section: 1, 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, tho temporary pavement delineation conflicts with the permanent pavement delineatkm 01 wlth c ~IW tram pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required tr, be removed, all lines and marks used to establish ihe alignment of the temporary pavement delineation shall be removed. Add the following section: 7-10.3.6 Preparation of New, or Modifications and Additlons to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submmed as a part of the Work for any and all construction activities that are located within the travelled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20-day review period specified in section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the travelled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and Chapter 5 of the "Traffic Manual", 1996 Edition as published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, andlor new designs to the TCP when, in the Engineer's sole opinion, a Revised 10/08/03 Contract No. 3935-1 Page57of 139 Pages such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests bf the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of saon 2-5.3 Shop Drawings and Submittals. Add the following section: 7-1 08.7 Payment The Contractor shall prepare and implement traffic control plans and shall furnish all labor and materials to perform, install, maintain, replace and remove afl traffic cbntrol as incidentals to the work with which they are associated and no other compensation will be allowed therefore. Add the following section: 7-10.4.4 safety and Protection of Worl<ers 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. @ I 7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds;-br me 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 0 9-1 MEASUREMENT OF QUA"IES FOR UNlT PRlCE WORK ' 9-1.4 Unh of Measurement, modify as follows: The system of measure for this contract shall be the U.S. Standard Measures. 9-3 PAYMENT. 94.1 General. Delete the eighth paragraph and substitute the following: Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the 'Notice of Completion" 9-32 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 ctosure 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 0 k Contractor's informatson. Should the Contractor assert that additional payment is due, the Contractor shall Wn 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 BS 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 payrslent request was not proper. In conformance with Public Contract Code Section 20104.50, the City shalt 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 Ci 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 prooess 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. ATI 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 spec%@, the Contragor acknowledps that full and final payment has been made for all contract bid items and change order items. 0 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. 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. 942.1 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 9-32 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 daim be allowed for which written notice or protest is required under any provision of this contract including sections 34 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 mmplied with notice or protest requirements. Contract No. 3935-1 Page 59 of 139 Pages 1 .’. .. .- 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. 0 Payment for claims shaH be processed within 30 calendar days of their resolution far those daims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under subsection 3-5, Disputed Work, for those daims remaining in dispute. Add the following sectkm 9-3.3.1 Delhrered Materials. into the will not be included in the progress estimate. The cost of materials and equipment deliwered but not incorporated Add the following section: 9-3.4.1 Mobilization and Preparatory Work. be included in the various items of work and no other payment will be made. Payment for mobilization and preparatory Work will Revised 10/08/03 contract No. 3935-1 Page 60 of 139 Pam SUPPLEMENrAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTlON PART 2, CONSTRUCTION MATERIALS 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 SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS Concrete Maximum 3304-23 WJ Cl- Sump mm (Inches) (rn-C-32g)) (1) 1 15-E-3 200 (87 3304-23 loo (4”) 3504-27 100 (47 (1 90-E-400) (560-C-3250) (590-c-3750) 31 0-C-17 (520-C-25OOP) 0 per Table 300-1 1.3.1 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 verifiition 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 identifii in sections 203-1.2 and 203-6.3 of the standard specifications for public works construction and these special provisions. 203-6.2 Materiale. Add the. following: Asphalt concrete shall be class C2-AR-4000 for surface course, and 6-AR-4000 for base course. Asphalt concrete shall be class D2-AR-8000 for dikes and class E-AR-8000 ditches. 2094.3.2 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing vet 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. a Revised 10/08/03 Contract No. 3935-1 Page 61 of 139 Pages 1 __ When Wet Mix or Core samples of asphalt concfete are to be used for evaluation, sufficient size samples shall be taken to ensure representatiw and adequate quantity of material fix 1. Asphalt Content and Gradation of Extraction using Caw. Test 382 or ASTM 2172, and Calif. Test 202. 0 2. Stability‘ using: a. b. Stabilometer Vafue’ using Calif. Test 366 and shatl be the average of three indhridmt Stabiiometer Vaiues And/or Marshall Stability in accordance with the Asphalt Institute’s MS-2 fabhted and tested for traffic volume and shall be the awrage of three specimens. ‘Stability will be waM pmvided the extracted asphalt concrete is within +/-.5 of mix destgn and the extract& gradation complies with Table 2034.3.2 (A). ‘Use Marshall Stability when the deviation between individual Stabilometer Values are greater than W-4. When using core sample analysis, the samples must be properly prepared to safeguard against influx of outside contaminates and so that the cut sulzlces do not influence the test results. 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 trawled way. 203-6.3.3 Acceptance. Wet Mix or Core sampled asphalt concrete will be conskiered in conformance with the mix design when the asphalt content is within 4b.5 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 sampies show conformance to the grading as shown in Table 203-6.3.2 (A). 203-6.6.2, Batch Plant Method, modify as tOllows: Third paragraph, last sentence, delete =and from the Engineer‘s field laboratow. Last paragraph, add aUer D 2172: ‘method A or B.’ - I I.. * < ,* 2034.7 Asphalt Concrete Storage. add the following: Opn 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. L SECTION 206 - MfSCELLANfOUS METAL ITEMS Add the following section: 206-7 TRAFFIC SGNS. Add the following section: 206-7.1 Permanent TraMc Slgno Permanent traffic signs shall consist of 1 0-gage and 12gage cold-rolled steel perforated tubing. This includes an 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: 2-7.1.1 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 9581 9 and as modified herein. Where the "SPECIFICATION FOR REFLECTIVE SHEETING SIGNS, October 1993" require the Cgntractor or supplier to notify the Department of Transportation or to certify compliance to said SPECIFICATIONS, to provide a quali control program or to allow testing, approval, obsewation of manufacturing or assembly operations by the State of California, Department of Transportation andor its employees or officials, such rights shall be vested in the Engineer. Add the following sedion: 206-7.1 9 Sign Identfncstion. 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 "PROPERN OF THE CITY OF CARLSBAD". Add the following section: 206-7.1.3 Drawings. MWy 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: 2-7.1.4 Reflecthre Sheeting. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: All advisory signs, warning signs and all regulatory signs shall be fabricated with Type 111 encapsulated lens sheeting conforming to the requirements of this specification. Add the following section: 206-7.1.5 Substrate. Modi the "Specifications For Reflective Sheeting Si, October 1993" as follows: All permanent traffic signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall use aluminum substrate. @ Revised 10/08/03 Contract No. 3935-1 Pageg3of139Pages . Add the foliowhg 88ctroR: 208-7.1.6 Mounting T?raffic Signs. Traffic signs shaU be installed on 1O-gage or 12gage COM- dled 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 12gage cold-rolled steel pefforated tubing posts. The number of posts shall be determined by the parameters in SDRS drawing M-45 or as approved by the Engineer. Traffic signs will be provided with back braces and mounting blocks as approved by the Engineer consisting of 10gage or 12gage cold-rolled steel perforated tubing when multiple posts are used. Add the following section: 206-7.1.6 Traffic Sign Posts. perforated tubing posts as shown on San Diego Regional Standard drawing M-45. 0 1, Posts shall be constructed of 10-gage or 12-gage cold-rolled steel Add the fdlowkg sedion: 206-7.2 Temporsry "affk. Signs. Temporary traffic signs shall consist of all signs used for the direction, warning, and regujation 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 ssctiOn: 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 (induding 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 quali 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. 0 Add the following section: 206-7.2.2 Drawings. Modi the "Specifications For Reflbctk Sheeting Signs, October 1- as follows: Standard temporary traffic slgns 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, whiiever 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 aU regulatory signs shall be fabricated with Type 111 encapsulated lens sheeting conforming to the requirements of this specification. Add the following section: 2067.2.4 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. Revised IWW03 contract w. 34336-1 Pam 64 of 139 Pam Add the following section: 206-7.2.5 Statlonary 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 pts 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 traffk sign posts shall conform in materials and installation to SDRS drawing M-45 and shall have one post provided for each 0.48 ma @*)of sign area, or the signs may be instatled on existing lighting standards when ap proved 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 foliowing section: 206-7.2.6 Temporary Traffic Sign Posts. Posts shall be legage or 12-gage cdd-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 &ermined by the Engineer. Sign panels for stationary mounted signs shall consist of reflective sheeting applied to a sign substrate. Add the following section: 206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of a base, standard or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operation. Sign panels for portable signs shall conform to the requirements of sign panels for stationary mounted signs in the "Specifications For Reflective Sheeting Signs, October 1993, or shall be cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and legend requirements for portable signs shall be as described for stationary mounted sign panels in section 206-7.2 of these Supplemelltal Provisions. The height to the bottom of the sign panel above the edge of traveled way shall be at least 0.3-m (12"). All parts of the sign standard or framework shall be finished with 2 applications of an orange enamel which will match the color of the sign panel background. Testing of paint will not be requited. Add the following section: 208t9 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 whii 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 -2ooC (-4QF) to +7PC (lS8QF) and shall not be affected by unauthorized mobile radio transmissions. @ Revised 10/08/03 Contract No. 3935-1 Page 65 of 139 Pages a The trailer shall be equipped so that it can be leveled and plumbed. Full operation height shall be with the bottom of the sign at least 2.1 m (7') above the ground and the top no more than 4.4 m (14.5') above the ground. After initial placement, PCMS shall be moved from location to location as directed by the Engineer Add the following 20642 Message Board. The message displayed on the PCMS shall be visible from a distance of 460 m (1500') and shall be legible from a distance of 230 m (750'), at noon on a cloudlec5s 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 liing mechanism. The matrix sign shall be capable of complete alphanumeric selection. Lamp matrix type signs shall be equipped with an automatic dimming operational mode that automatically compensates for the influence of a temporary light source or other abnormal lighting conditions. The sign shall have manual dimming operation modes of 3 or more different lamp intensities. Matrix signs hot utilizing lamps shall be either internally or externally illuminated at night. The controller shall be an all solid-state unit containing aH the necessary circuitry for the storage of at least 5 pre-programmed messages. The controlter 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 opeiator to generate an infinite number of additional messages over the pre-programmed stored messages. The keyboard shall be equipped with a security lockout featw to prevent unauthorized use of the controller. The controtler shall contain a nonvolatile memory to hold the keyboard created messages in memory during periods when the power is not activated. The controller shall provide for a variable message display rate which allows the operator to match the information display to the speed of the approaching traffic. The flashing off time Shall be operator adjustable within the control cabinet. Add the following SBCfjon: 206-9.3 Operation and Maintenance. PCMS shall be furnished, placed, operated, and maintained at locations shown on the plans, specified herein, or designated by the Engineer. The PCMS will be diligently maintained and repaired by the Contractor throughout the project in accordance with the manufacturer's recommendations. Add the following section: 2043-9.4 Measurement and Payment. The contract price shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing, placing, operating, maintaining, repairing, replacing, transporting from location to location, in good working order, and as directed by the Engineer, and no other compensation will be made. contfect No. 3w5-1 Paw 66of 139 Paaes SECTION 209 - ELECTRICAL COMPONENTS 209 ELECTRICAL COMPONENTS. Modify as follows: Sectbn 209, Signals, lighting and Traffic Electrical Systems", herein, shall replace Section 209,%lectrical Components", of the SSPWC in alt matters pertaining to the specifmtions for measurement, payment, warranty, and materials and methods of construction for all elements of street lghting 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 Sbtems", herein. For section 209, "Signals, Lighting and Electrical Systems", for ai elements of street lighting and traffic signals both construction materials and construction methods have been combined into a single section. SECTION 209 - SIGNALS, LlGHTfNG AND ELECTRICAL SYSTEMS 2-1 GENERAL 209-1.01 Description. Signals, lighting and electrical systems work shall consist of furnishing and installing, modifying or removing one or more traffic signals, traffic signal master controller assemblies and interconnection facilities, flashing beacon systems, lighting systems, sign illumination systems, traffic monitoring stations, communication systems, electrical equipment in struchrres, falsework lighting, provisions for future systems, or combinations thereof, all as shown on the plans, and as specified in these special provisions. The locations of signals, beacons, standards, lighting fixtures, signs, controls, services and appurtenances shown on the plans are approximate and the exact locations will be established by the Engineer in the field. All systems shall be complete and in operating condition at the time of acceptance of the contract. 209-1 .015 Definltions. The following definitions pertain only to Section 209, "Signals, Lighting and Electrical Systems." Actuation.- The operation of any type of detedor. Bum-ln Procedure. - The procedure by which each LED signal module is energized for a minimum of 24 hours at operating voltage at a 100% duty cycle, and in an ambient temperature of 60% (14ooF). Candlepower Vduer. - Luminous intensity expressed in candelas (cd). 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 Commissii Intemationale d'Eclahrrge standard observer and coordinate system. The measured chromaticity coordinates shall fall within the limb specified in Controller AssemMy.-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 cabinet. Detector.- A device for indicating the passage or presence of vehick or pedestrians. Duty Cyde. - The amount of illuminated on-time a signal module is energized, expressed as a percent of signal cycle time period. Flasher.- A device used to open and close signal circuits at a repetitive rate. Flsshlng Beacon Control Assembly.- A complete electrical mechanism for operating a warning beacon or intersection control beacon. lnductlve 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. I ~ I I Chad.-- A discrete information path. ~ I VTCSH Section 8.04 "Limits of Chromaticity Coordinates." Controller Unk- That part of the controller assembly which performs the basic timing and logic functions. I I E~Ihw.- The complete assembly of tighting standard, Iwninaire, ballast and lamp. ~ I Revised 10/08/03 Contract No. 3$S1 Page 67 6f 139 Pap LED ugMs0Urah.- An - plghtemlttingdiode. LED Signal Module. - A sealed circular baH or 81ww that includes the lens and utilizes LED devices as the light sow. An LED signal module may directly replace an existing traffic signal lamp and lens combination. Llghtlng Standard.- The pole and mast arm whkh support the luminah. Luminaim.- The assembly which houses the light source and controls the light emitted from the light source. Magnetic Vehicle Detector.- A detector capable of being actuated by the induced voltage caused by the passage of a vehicle through the earth's magnetic fii. Magnetometer Vehicle Detector.- A detector capable of being actuated by the magnetic daturbance caused by the passage or presence of a vehicle. MaJor Street.- The roadway approach or approaches at an intersection normally cartying the m4or volume of vehicular traffic. Minimum Intenmtty. - In accordance with the values in Table 1 of the existing glehicle Traffic Control Sm Heads", hereinafter VTCSH standard, the minimum intensity values below which no LED signal modules will be released from the supplier. Mlnor Stmat,- The roadway approach or approaches at an intersecth normally carrying the minor volwne 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", 1999 edition as promulgated by the State of California, Department of Transportation. Power Consumption. - The ms 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 acmdance with a predetermined cycle length. Rated Inrttcll intensity. - The Hght intensity of a new LED signal module, operated at rated voltage, measured after the bum-in procedure with an integrating photometer. Rated Voltage. - The ac rms voltage at which light output periormance and power consumption are specified (1 17 VAC at 60 Hz). Signal Face.- That part of a signal head provided for controHing traffE in a single direction and consisting of one or more signal swtions. 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 assembty and being returned in such a manner as to present the appearance of the signal assembly being illuminated. Traffic-Actuated Controller As&mbly.- 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 fight of way, change and clearance intervals assigned to a traffic movement or combination of movements. Vehicle- Any motor vehicle normally licensed for hmway use. VTCSH Standard. - The definhs and practices described in "Vehicle Traffic ConW Signal HeaW published in the "Equipment and Materials Standards" of the Institute of Transportation Engineers. 209-1.02 Regulatrocrs and Code. AH 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. 0 @ 0 Contract NO. 3935-1 Peoe CSF) of 1.71) Pam 208-1.09 Equipment Lkt and Drawings. Unless atherwise 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, sire and identifying number of each item. The lit 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 spe~Med 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 ofyset lithograph process, or (3) the electrostatic process. The diagrams shall show the location of the installation and shall list dl equipment installed in each controller cabinet. h addii, 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 Wammties, Guaranties and Instruction Sheets. Manufacturers' warranties and guaranties furnished for materials used in the work and instruction sheets and parts lists suppli with materials shall be delivered to the Engineer prior to acceptance of the project. 209.1.05 Maintaining Existing and Temporary Electrical Systems. Existing electr[cal system (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 s@@m shutdowns shall not Interfere with the regular lighting schedule, unless otherwise permitted by the Engineer. The Contractor shall notify the Engineer prior to performing any work on existing systems. The Contractor shall notify the local traffic enforcement agency prior to any operational shutdown of a traffic signal. The Contractor shall ascertain the exact location and depth of existing detectors, conduits, pull boxes and other electdcal facilities before using any tools or equipment that may damage those facilis 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 pottion leading to the detector hand hole or termination pull box, is damaged by the Contractor's operations, the Contractor shall immediately notify the Engineer. The affected detectors shall be replaced at the Contractor's expense and as directed by the Engineer within 24 hours. If the Contractor fails to complete the repairs within this period, the repairs will be made by Agency forces at the Contractor's expense. Should the Contractor fail to perform the required repairs or replacements, the cost of performing the repairs or replacements will be deducted from any moneys due or to become due the Contractor. Contract No. 3935-1 Page 69 of 139 Page6 Whm roadways are to remain open to traffic and edsting lighting systems are to be modified, the lighting systems shall remain in operation and the final connectlon to the modified Circuit shall be made so that the modified circuit will be in operation by nightfall of the same day. Temporary electrical installations shall be kept in effective operation until the temporary installations are no longer required for the traveling public. Removal of temporary installations shall conform to the provisions in Section ' 209-7, "Removing, Reinstalling or Swaging Electrical Equipment." These provisions will not relieve the Contractor in any manner of the Contractor's responsibilities as provided in Sections 4-1 .l , "General" and 4-1 2, "Protection of Work and Materials." 0 During traffic signal system shutdown the Contractor shall place "STOP AHEAD" and "STOP" signs to direct vehde 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 shali 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 senrice equipment, shall be performed until the Contractor has all materials on hand to complete that particular signal location or lighting circuit. Work shall be so scheduled that each traffic signal, lighting and sign illumination system shall be completed and ready for operation prior to opening the corresponding section of the roadway to traffic. Traffic signals shall not be placed in operation for use by public traffic without the written approval of the Engineer. The Contractor shall obtain the written approval of the Engineer no less than three days prior to placing any traffic signal in operation. Traffic signab 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. The initial turn-on shall be made only between the hours of 9:OO a.m. and 2:OO p.m. and Tuesday through Thursday unless otherwise approved, in writing, by the Engineer. Prior to tum-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 Precautloncr. 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 utilii. By-pass switch plugs shall be pulled and ''Men at WOW signs posted at switch boxes before any work is done. Revised 10/08/03 Cmmct NO. 3935-1 Pane 70 of 139 Paoes 2092 YAlER1ALS AND INSTALLAT" 209-2.01 Excavating and Backfilling. The excavations required for the installation of conduit, foundations, and other appurtenances shalt be performed in such a manner as to avoM 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 shaM be placed in a position that will not cause damage or obstruction to vehicular and pedestrian traffic nor interfere with surface drainage. a Unless othekise 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, %urplus Material", depending on the origin and nature of the materials to be removed and disposed. The excavations shall be backfilled in conformance with .the prov&ions in Secttons 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, unbss otherwise permitted by the Engineer. Excavations in the street or highway shall be performed in such a manner that not more than one traffic lane is restricted at any time, unless otherwise approved by the Engineer. 204.2.02 Removing and Replacing Improvements. In addition to the requirements of sections 7-9, "Protection and Restoration of Existing Improvements" and 306-1.5, Trench Resurfadng" 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 tfue along score lines, with no shatter outside the removal area. 209-2.03 Faundatlons. Portland cement materlals and construction methods shall conform to Section 201, "Concrete, Mortar and Related concrete Materials," for Materials and Section 303, "Concrete and Masonry Construction," for construction methods. Concrete foundations shall rest on firm ground. Reinforced cast-in-drilled-hole concrete pile foundations for tram signal and lighting standards shall conform to the provisions in Section 205-3.3, "Cast-in-Place Conckte 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. 0 e Revised 10/08/03 Contract No. 3935-1 , Page 71 of 139 Pages Forms shall be true to line and grade. Tops of foundatiionS 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. 0 Anchor bars or studs and nuts, except for Type 30 and Type 31 lighting standards, shall conform to ASTM Designation: A 307. Headed anchor bolts for foundations shall conform to the specifications of ASTM Designation: A 307, Grade B with S1 supplementary requirements. At the option of the Contractor, nonheaded anchor bolts for foundations shall conform either to the specifications of ASTM Designation: A 307, Grade C or to the provisions in AASHTO Designation: M 314, Grade 36 or 55 with S1 supplementary requirements. When nonheaded anchor bolts conforming to #e specifications of ASTM Designation: A307, GradeC 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 projeots from the concrete shall be permanently coded with a green color by the manufacturer. High strength anchor bolts, bars, or studs for Type 30 and Type 31 lighting standards shall conform to ASTM Designation: A 325, A 325M or A 449 and shall comply with the mechanical requirements of ASTM Designation: A 325 or A 325M after galvanizing. Nuts and washers for high strength anchor bolts shall conform to ASTM Designations: A 563 or A 563M, and F 476 or F 476M, respectively. In addition to the requirements of ASTM Designation: A 449, studs shall be marked on either end as required for bolt heads. All steel parts shall be galvanized in accordance with the provisions in Section 21 0-3.6, "Galvanizing for Traffic Signal Facilities." The upper threaded portion of all anchor bolts shall be provided with 2 nuts and 2 washers CMICCI. Anchor bars or studs shall be provided with 3 nuts and washers each. Welding $hall rwJ( Iw, performed on any portion of the body of high-strength anchor bolts, anchor bars, or studs. PlumbM4he standads shall be-ammplished 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 ooncrete'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 applled 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." a Unless otherwise specifled 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 of 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 bob 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 .O m (3') square, 100 mm (47 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. 0 Q Revised 10/08/03 Contract No. 3935-1 Paw 72 of 139 Paw 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 pJans. Workmanship and finish shall be equal to the best general practice of metal fabrication shops. All welding shall conform to AWS D1 .l, "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. AH 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 (.1257 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 slipfitter. Standard weight galvanized, steel pipe shall conform to the specifiitions 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: 1) Except as otherwise specified, standards shall be fabricated from sheet steel of weldable gtade -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. Thesupportive test data shall include tensile properties of the steel both before and after cold forming for specific heats and thicknesses. 2) When a single-ply 8 mm (0.31253 thick pole is specified, a 2-ply pole with equivalent sectjon modulus may be substituted. Standards may be fabricated of full-length sheets or shorter sections. Each sectiOn shall be fabricated from not more than 2 pieces of sheet steel. Where 2 pieces are used, the longitudinal welded seams shall be directly opposite one another. When the sections are butt-welded together, the longitudinal welded seams on adjacent sections shall be placed to form continuous straight seams from base to top of standard. 3) Butt-welded transverse joints shall be strengthened by inserting a metal sleeve at each joint. The sleeve shall be 3 mm (0.1203 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 anns, shall be ground flush with the base metal. @ Revised 1 W08/03 Contract No. 3935-1 Page 73 of 139 Pages 4) AU 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'othemise shown on the p~ans. Shafts shall be provided with slip-fief 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 c/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. 5) All galvanized nuts, used on assemblies with a speCnied preload or toque, shall be lubricated in accordance with the requirements specified for galvanized Grade DH nuts in ASTM Designation: A 563 or A 563M. 6) Standards with an outside diameter of 300 mm (12") or less shall be round. Standards with an outside diameter greater than 300 mm (12") shall be round or multisided. Multisided standards shall have a minimum of 10 sides which shall be convex and shall have a minimum bend radius of 100 mm (4"). 7) Mast arms for standards, shall be fabricated from material 8s specifi& for standards and shall conform to the dimensions shown on the plans. 8) The cast steel option for slip bases shall be fabricated from material conforming to the requirements of ASTM Designation: A 27/A 27M, Grade 70-40. Other comparable material may be used if written permission is given by the Engineer. The casting tolerances shall be in accordance with the Steel Founder's Society of America recommendations (green sand molding). One casting from each lot of 50 castings or less shall be subject to radiographic inspection, in accordance with the provisions in ASTM Designation: E 94. The castings shall comply with the acceptance criteria severity level 3 or better for all types and categories of discontinuities as specified in ASTM Designations: E 186 and E 446. If the one casting fails to pass the inspection, 2 addiinal 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 radwraphii films of the castings shall be filed at the manufacturer's office. These certifications and films shall be available for inspection upon request. 9) High-strength bolts, nuts and flat washers used to connect slip base plates shall conform to ASTM Designation: A 325 or A 325M and shaH be galvanized as specified in Section 210-3.6, "Galvanizing for Traffic Signal Facilities." 10) Plate washers shall be fabricated by saw cutting and drilling steel plate conforming to AIS1 Designation: 101 8, and be galvanized as specified in Section 210-3.6, '%ahnizing for Traffic Sinal Facilities." 11) Prior to galvanizing, all bum and sharp edges shall be removed and holes shall be chamfered sufficiently on each side to allow the bolt head to make full contact with the washer without tension on the bolt. 12) High-strength cap screws shown on the plans for attaching mast arms to standards shall oonform to ASTM Designation: A325, A325M or ASTM Designation: A449 and shall comply with the mechanical requirements of ASTM Designation: A325 or A325M after galvanizing, The cap screws shall be galvanized as specified in Section 210-3.6, '%alvanizing for Traffic Signal Facilities? The threads of the cap screws shall be coated with a lubricant which is clean and dry to the touch. 13)The galvanized faying suffaces of the connections between signal or lighting mast arms and poles shall be free of surface imperfections, such as lumps, runs, and scum, which would prevent intimate, uniform contact between the faying surfaces. 14) Handholes in the base of standards shall conform to the details shown on the plans. All handholes shall be provided with covers. 15) Changes in configuration of mast arms will be permitted, provided the mounting Wiht 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. AH arms shall be bent to the approximate configuration shown on the plans. A smooth curving arm is required. No. 39351 Paioe74of 139 Paw 16) Pedestrian push button posts shall be constructed of 65 mm (2 ‘/*y) standard pipe conforming to the dimensions shown on the plans. Guard posts shall b@ constructed of 100 mm (49 nominal dimension galvanized standard pipe 1.7 m (66”) long. Posts shall be set 900 mm (3’) in a blodc of portland cement concrete, as shown on the plans, and the pipe shall be filled with portland cement concrete. Push button posts and guard posts shall be pipe conforming to the specifications of ASTM Designation: A 53. 17) Slip bases shall be assembled and tightened when the pole is on the ground prior to erection. The threads of the heavy hex nuts for the slip base bolts shall be coated with an additional lubricant which is clean and dry to the touch. Each high strength slip base bolt shall be tightened to within 10 N-m (1 0 foot-pounds), plus or minus, of values in Table 209-2.04(A): 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 shalt be fumbhed by the Contractor. When a standard or mast arm is reiocated, 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 Conduk 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 addiin, 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 win not be permitted. New conduit shall not pass through foundations for standards. Contract No. 3935-1 Page 75 of 139 Pam 2082.05A Material. Condult and conduit fimngs shall be UC or En. fistsd and shall conform to the fotlowlng: 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. e 2) Type 2. Hotdip gahranized rigid steel conduit confuming to Type 1 above and coated with polyvinyl chloride or polyethylene. The exterior fhermoplastic coating shall have a minimum thickness of 0.9 mm (35 mils). 3) Type 3. Rigid non-metalb conduit confoping to the requirements in the UL Standard for Ri Non-Metallic Conduit (Publication UL 651). Type 3 conduit shall be installed at all underground locations. 4) Type 4. Liquid tight flexible metal conduit shall consist of conduit with a liquid tight, non-metallic, sunlight-resistant jacket over an inner flexible metal core. Type 4 cqnduit shan be UL listed for use as the grounding conductor. 5) Type 5. Intermediate steet conduit (IMC) conforming to the requirements in UL Publication 1242 for Intermediate Metallic Conduit. Type 5 conduit shafl only be used when specified. Bonding bushings to be installed on metal conduit shall be insulated and shall be the galvanized or zinc alloy type. All conduit installed underground shall be Type 3, rigid non-metalb conduit. Type 3 conduit shall be installed at underground locations only. 209-2.058 Use. Exposed conduit installed on a painted structure shall be painted the same odor as the structure. Unless otherwise indicated, the minimum metric trade size of conduit shall b: 1) From an electrolier to the adjacent pull box shall be Size 41 (1'/$ dia). 2) From a pedestrian push button post to the adjacent'pull box shall be Size 27 (1" dia). 3) From a signal standard to the adjacent pull box shall be Size 53 (2" dia). 4) From a controller cabinet to the adjacent pull box shall be Size 78 (3" dia). 5) For detector runs shall be Size 41 (1 '/*" dm). 6) Not otherwise specified shall be Size 41 (1 /2" dia). @ 209-2.05C Installatlon. 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 wH1 not be permitted for coupling conduit. When a standard coupling cannot be used for couplng metal type conduit, aUL or ET1 listed threaded union coupling shall be used. All couplings for metal type conduit shall be tightened to provide a good electrical connection throughout the entire length of the conduit run. Conduit shall be tightened into couplings or fittings using strap wrenches or approved groove joint pliers, Conduit threads and damaged surfaces on metal conduit shall be painted with 2 applications of approved unthinned zinc-rich primer (organic vehicle type) conforming to the requirements in Section 210-3.6, "Galvanizing for Traffic Signal Facilities." Aerosol cans shall not be used. The ends of conduit shall be threaded and shall be capped with standard pipe caps or pennies" to protect the raceway against dirt and concrete until wiring is started. When caps or "pennies" are removed, the ends of conduit and conduit fthngs 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. Revised 10/08K)3 Contract No. 3935-1 Pam 76 of 139 Pam n 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 (x)O 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 cutbed mediins being constructed on top of the existing' pavement. Conduit couplings shall be located at least 150 mm (6") from face of foundation. Unless Trenching In Pavement Method" is specifically allowed or required on the plans or in these speciat 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') dear 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 confom to the following: 1) Conduit shali be placed under existing pavement in a trench approximately 50 mm (2'9 wider than the outside diameter of the conduit to be installed. 2) Trench shall not exceed 150 mm (6") in width. 3) Trench depth shall not exceed 300 mm (12") or conduit metric trade size plus 250 mm (lo"), whichever is greater, except that at pull boxes the trench may be hand dug to required depth. 4) The top of the installed conduit shall be a minimum of 230 mm (9") below finished grade. In areas where additional pavement is to be placed, trenching installation shall be completed prior to placing the final pavement layer. 5) The outline of all areas of pavement to be removed shall be cut to a minimum depth of 75 mm (3") with a &-cutting excavator specifically designed for this purpose. 6) Cuts shall be neat and true with no shatter outside the removal area. 7) The conduit shall be placed in the bottom of the trench and the trench shall be backfilled with - trench backfill slurry concrete. 8) Concrete backfill shall be placed to the pavement surface except, when the trench is in asphalt concrete pavement and additional pavement is not being placed, the top 30 mm (0.10') of the trench shall be backfilled with asphalt concrete produced from commercial quality paving asphalt and aggregates. Prior to spreading asphalt concrete, paint binder (tack coat) shall be applied as specified in Section 302-5.4, 'Tack Coat." Spreading and compacting of asphalt concrete shall be performed by any method that will produce an asphalt concrete surfacing of uniform smoothness, texture, and density. All excavated areas in the pavement shall be backfitled, except for the top 30 mm (O.lO')l by the end of each work period. The top 30 mm (0.10') shall be placed within 3 calendar days after trenching. 0 - - a - - - 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). 0 @ Revised 10/08/03 Contract No. 3935-1 Page 77 of 139 Pages Covers shall be secured with 9 mm (3/8") bolts, cap screws, or studs, and nuts which shall be of brass, stainless steel or other noncorroding metal material. Stainless steel holddown bob, cap screws or studs, and nuts and washers shalt have a chromium content of not less than 18 percent and a nickel content of mot less than 8 percent. All ferrous metal parts shall be galvanized in accordance with the provisions in Section 210-3.6, Qalvanizing for Traffic Signal FacilWes." 209-2.068 Cover Marking. Covers for pun boxes, except covers for ceiiing pun 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 (17 and 75 mm (33 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 ('/4'') thick, with the fetters raked a minimum of 1.5 rnm ('l16"). Strips shall be fastened to covers with 6 mm ('/43 flahad stainless steel machine bolts and nuts. Bolts shall be peened after tightening. (b) Sheet steel strips at bast 0.7 mm (22 ga.) with the letters raised a minimum of 1.5 mm above the surrounding surface of the strips. Strips shall be fastened to covers by spot welding, tadc welding or brazing, with 6 mm ('/4") stainless steel rivets, or with 6 mm ('/4") 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 bast 2 mm (9/32"). 209-2.m Installation and Use. Pull boxes shall be installed at the locations shown art the paanS and, in conduit runs exceeding 6Om(200'), shall be spaced at not over 60 m (SO') intends. 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: 8 3 and B 8. Wire sizes, other than conductors used in loop detector lead-in cabte, 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. 209-2.0819 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): Paw 78 of 139 Paom Q Revised 1o/m3 Contract No. 39351 cirarit “7Ey p-signak slgnalphrureOfFunctlon Base 2.6 .................................... Red, Yellow, Brom 4,8 ..................................... Red, YeHow, Browr 1,5 ..................................... ‘it I Red, Yellow, Bnmr 3,7 .................................... Red, Yellow, brow^ 2p,6p ................................ Red, Brown *,8p ............ I................... Red, Brown .. .. .- bP,7b .............. ~... ............... I Blue nal Urnrounded be tween Senrlag BIack ................................ (Note 41 Red. Brown - Luminaire (Note 9) Cjirounded ......................... I White Dnarounded-Line 1 .......... Bladc 2.6 .................... 4,8 .................... 3,7 .................... 2p,6p6............... *,@................ 1,5i.. .................. lp, Sp................ .3p, 7p ................ P-2,P-6 ............ P-4,P-8 ............ P-l.F-5 ............ Grounded & Common s;iw (Note 11) 14 14 14 14 14 14 14 14 14 14 14 ................................ interconned ................................ ................................ ............................ “*. PedestrianP ush ................................ Buttons ,8p ................................ (Note 41 $.5D ................................ stripe (We 7) Bkk Orange None Purple TGiT orange - -E% ox Purple None None NOW None None None None None None None None None None None Black None None NOne None NOne None None None * None - Red; Brown Blue -aiW Blue I3dtctl &Cablnet .............. ngrounded-line 1 .......... ngrounded-Line 2 .......... g-.Y:;I 1 !! .................. .................. c1 .................... Red Black Red gA2.....izj -1 ................. ................. I lo SL-2 F-Locatlon NO. (see Note3)..1 14 No band required 14 .................. .................. .................. 1. On overlaps, insulation is striped for first phase In designation, for example, a phase (2+3) conductor is striped as for 3. Flashing beacons havlng separate service do not require banding. 4. These requirements do not 6. Band conductore In each pull bo% and near ends o termhatian points On signel light dradts, a single band may be 7. column. 8. Conductors between ballasts and sign lighting lamps shall be No. 16 and color shall correspond to that of the ballast leads. 9. 60th condllctors bewen extml H.I.D. ballasl end lamp socket shell be W. 10. Black acceptable for size No. 2 and larger. Tape ends for 500 mm (20“) with indmted &or. 1 1. Wire sizes listed are minimums. Ampacity requirements of specifk circuHs or voltage drop may necessitate larger COnduclOrs. to signal caMe. 5. WifdIWitisswitchedonHnes % otservioeeq UipmentbYUtility. around 2 or 3 ungrounded conductom compriskrg a phase. ngrounded conductors between service switch end flasher mechanism shall be black and banded as imlioeted In this e Revised 1W03 contract No. 3935-1 Page 79 of 139 Pages 209-2.08C brteS Circuit Conductors. Conductors for series circuk shall be No.8, shall be rated for 5OOO-volt operation and shall be insulated with 3.7 mm (150 mils) minimum thickness polyvinyl chloride compound conforming to the specifications of ASTM Designation: D2219, or polyethylene conforming to the specifications of ASTM Designation: D 1351. 209-2.080 Slgnal Cable. Sianal cable shall be installed. lndivklual con Is a Signal cable shall conform to the following: The cable jacket shall be black $$&l~~~ A'; polyester binder sheath, and shall be rated for 600- vott and 75°C. All cables shall have dear, 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. Thredonductor 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 rnm (0.10"). The color code of the conductors shall be blueblack stripe, bludorange stripe, and whitelbladk stripe. The 3 conductor cable shall be used for pedestrian push buttohs and a spare. Five-Conductor Cable (SCSC). The 5conductor signal cable shall consist of fnre No. 14 conductors. The cable jacket shall have a minimum average thickness of 1 .l 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. I I I 1 ' red yellow brown red/b&ck stripe 209-2.088 Multipk Clrcult Conductors. Conductors for multiple circuit$ shall be UL or ETL listed and rated for 600-volt operation. The insulation for No. 14 through No. 4 conductors shall be one of the following: 1) Type TW polyJinyl chloride conforming to the requirements of ASTM Designation: D 221 9. 2 TypeTHW polyvinyl chloride. 3 1 Type USE, Type RHH or Type RHW cross-linked polyethylene. At any point, the'minimum thickness of any Type Tw, THW, USE, RHH or RHW insulation shall be 1 .O mm (40 mils) for conductor sizes No. 14 to No. 10, inclusive, and 1.3 mm (54 mb) 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. yellowlblack stripe brownMack stripe black whitelblack stripe ! i Nine-Conductor Cable (SCSC). 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): Revised 1wwo3 Contract No. 3935-1 Page 80 of 139 Pages Wolva-Conductor Caw (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 avera thickness of 1.5 mm (e0 mils) and shall have a minimum thickness at any point of 1.2 mm (48 milsr 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: The 12conductor cable shall be used for vehicle signats, pedestrian signals, spares and the signal common. Twenty ElghtlConductor Cable (28CSC). The 28anductor 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 diamefer 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. 3935-1 Page 81 of 139 Pages TABLE209-2.08 C) TWENTY EIGHT - CONDUCIW? CA 73 LE SIGNAL CABLE controller. 2 Each 28-conductor cable shall be labeled in each pull box "C1" or "C2",. 3 1 The cable identified Z1" 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. 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 6U°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 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 (1 '/2") of overlap of the cable jacket. Contraot No. 3935-1 209.2.09 Wiring. All conductors shall be run in conduit, except overheed and temporary instaUations 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 shal be provided to perform the functional operation of the signal and, in addition thereto, 3 spare conductors shall be provided in all condub containing traffic signal light conductors, unless shown otherwise on the plans. Traffic signal light conductors shall not run to LI 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 ballast or transformer to service. 209-2.098 Installation. A UL or Fit listed inert lubricant shall be used in placing conductors in conduit. Conductors shall be pulled into conduit by hand and the use of winches or other power actuated pulling equipment will not be permitted. All conductors shall be Dulled dire* fro mthe swol into the conduit and shall not be draoaed on the mound as to cause damaae to the conductors. When new conductors are .to be added to existing conductors in a conduit, all conductors shall be removed; the conduit shall be deaned 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 conductom shU 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 standanl, 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 senrice cabinets shall be neatly arranged and shall be cabled together with self-clinching nylon cable ties, or other method approved by the Engineer. Traffic signal light conductors, interconnect conductors, service conductors, detector conductors and cables in controller cabinets and flashing beacon cabinets shall be neatly arranged, and shall be cabled together with self-clinching nylon cable ties, or enclosed in plastic tubing or raceway. Conductor identification shall be provided under the following conditions: 1) Where signal phase or circuit are not clearly indicated by conductor insulation 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. 2) Where metered and unmetered conductors occupy the same pull box, the unmetered circuit conductors shall be identified, “UNMETERED-STREET LTG,” ‘UNMETERED-COUNT STATION,” or as appropriate to describe the unmetered circuit. Conductors shall be permanently identified as to function. Identification shall be pleced 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. e 0 - - --- a Revised 10/08/03 contrsrctNo.3E)35.1 Page 83 of 139 Pages 209-2.09C Connectors and Terminats. Conductors shall be joined by the us8 of UL or RL listed crimp type oonnectors as shown on the plans. Connectors and terminals shall be applied with the proper type tool as recommended by the manufacturer of the connector or terminal being used. Finished connections and terminals shall comply with the requirements of Military specification MIL-T-7928. All stranded conductors smaller than No. 14 shall be terminated in crimp style terminal lugs. All connectors and terminal tugs 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. 2042.090 Spllcing and Terminatlons. Unless specMed otherwise or permitted by the Engineer, splices shall conform to the details shown on the plans and will be permitted only in the following types of circuits at the following locations: 1) Grounded conductors in pull boxes. 2) Pedestrian push button conductors in puli boxes. 3) Multiple or series lighting conductors in the pull box adjacent to each electrolier or luminaire location or in the bases of Type 21 standards. Where etectroliers are more than 120 m (a) apart, splices will be permitted in pull boxes at 120 m (400’), or greater, intervals. 4) When traffic signals are being modified, ungrounded traffic signal light conductors may be spliced in pull boxes at locations shown on the plans. 5) Ungrounded traffic signal light conductors to a terminal compartment or signal head on a standard may be spliced to through conductors of the same phase in the pull box adjacent to the standard. 6) All splices and terminal lugs for conductor sizes No. 8 and smaller shall be soldered by the hot iron, pouring or dipping method. Open flame soldering will not be permitted. 209-2.09E Splice Insulation. All splices shall be capable of satisfactory operation under continuous submersion in water. Multi-conductor cables shall be spliced and insulated to provide a watertight joint and to prevent absorption of moisture by the cable. Where more than one conductor enters the sleeve of a ballast installed in a pull box, the insula&n and taping shall be applied between the conductors in such a manner as to provide a watertight joint. Splice insulation shall conform to the details shown on the plans. Low-voltage tape shall be UL or ETL listed and shall be the following types: 1) Self-fusing, oil and flame-resistant, synthetic rubber. 2) Pressure-sensitive, adhesive, polyvinyl chloride, 0.1 5 mm (0.007“) minimum thickness. Tape for insulating splices in high-voltage (over 600 V) circuits shall be designed for use on 5-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). e’ ContW Na. WS-? Page 84 of 139 Pages When heated, the inner wall shall melt and fill all crevices and interstices of the obw being covered while the outer wall shrinks to form a waterproof insulation. Each end of the heat shrink tube or the own end of the end cap of heat-shrink tubing shall, after contraction, overlap the conductor insulation at least 38 mm (1%"). Heat-shrink tubing shall conform to the requirements of UL Standard 46813) and ANSI C119.1, for extruded insulated tubing at 600-V. All heat-shrink tubing shall also meet the requirements of Table 209-2.09E(A): e Property Shrinkage Ratio Dielectric Strength Resistivity Tensile Strength Operating Temperature Water Absorption Requhent 33 percent, maximum, of'supplied diameter when heated to 125°C and allowed to cool to 25°C. 140 kV per 10 mm, minimum. 1013 4 mm, minimum. 14 MPa, minimurn. 40°C to 90°C (1 35°C Emergency). 0.5 percent, maximum. The splice connector shall completely endose 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 (?=") x 38 mm (I 1/2y). e Revised 10/08/03 Contract No. 3935-1 Page 85 of 139 Pages '0 209.2.10 Banding and Grounding. Metallic cable sheaths, metal pull box covers, metal conduit, equipment grounding conductors, ballast and transformer cam, service equipment, sign switches, and metal poles and pedestals shall be made mechanically and electrically secure to form a continuous system, and shdl be effectively grounded. Bonding jumpers shaN be copper wire or copper braid of the same cross sectional area as No. 6 for series liihting 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 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 kn 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 ('/IS") or larger brass bolt installed in the bottom slip base plate. One side of the secondary circuit of series-multiple and step-down transformerk shall be grounded. 1, Grounding of metal conduit, service equipment and the grounded conductor at service point shall be accomplished as required by the Code and the serving utilii, except that grounding electrode conductor shall be No. 6, or larger. For equipment grounding purposes in Type 3 conduit, a No. 6 copper wire shall be run continuously in circuits used for series lighting, and a No. 8, minimum, copper wire shall be run continuously in all other circuits. The bonding wire size shall be increased to match the circuit breaker size, or shall be as shown on the plans. Where Type 3 conduit is to be installed for future conductor's, the capper wire may be omitted. Equipment bonding and grounding conductors are not required in conduits which contain only loop lead-in caMe or signal interconnect cable or both. At each multiple senrice disconnect location, a ground electrode shall be furnished and installed. Ground electrodes shall be one-piece lengths of galvanized steel rod or ipe not less than 19 mm in diameter, or of copper clad steel rod not less than 15 mm ( /e") 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 Senrice. Electrical service installation and materials shall conform to the requirements of the serving utility. When the service equipment is to be instalfed on a utili-owned pole, the Contractor shall furnish and install conduit, conductors and alt other necessary material to complete the installation of the service. The position of the riser and equipment will be determined by the utili. Service conduit shall conform to the requirements of the sewing utility and shall be not less than Size 41 (1'/*" dia.). I Revised 10/08/03 Contract No. 3935-1 Pam 86 of 139 Paaes 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 shallbe 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 utili to schedule its work well in advance of the completion of the project. 0 Each service shall be provided with a circuit breaker which shall simultaneously disconnect all ungrounded senrice entrance conductors. All circuit breakers shall be quick-break on either automatic or manual operation. The operating mechanism shall be enclosed and shall be Mp-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 WC. Multiple-pole breakers shall be the internal trip type. All circuit breakers shall be listed by UL or €L Current rating of breakers shall be as shown on the plans. Circuit breakers used as service disconnect equipment shall have a minimum interrupting capacity of 10 OOO A, rms. Circuit breakers shall be enclosed in a NEMA raintight enclosure with dead-front panel and hasp with a 11 mm hole for a padlock. The padlock will be furnished by others. Sewice equipment endosures, except Types II and 111, shall be galvanized. Types II and 111 service equipment endosures 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 utili to complete service connections for both temporary and permanent installations and the Agency will pay all costs and fees required by the utility. The request shall be submitted not less than 15 days before service connections are required. Energy used prior to completion of the contract will be charged to the Contractor, except that the cost of energy used for public benefit, when an operation is ordered by the Engineer, will be at the expense of the Agency. Full compensation for furnishing and installing Agency-owned or permanent service poles, service equipment, conduit, conductors and pull boxes (including equipment, conduit, and conductors pW on utili-owned poles) shall be considered as included in the contract item of electrical work involved and no additional compensation will be allowed therefor. Where the service point is indeterminate and is shown on the plans as an "approximate location" or "service point not yet established", the labor and materials required for making the connection between the service point, when established, and the nearest pull box shown on the plans will be paid for as extra work as provided in Section 3-3, "Extra Work" 2042.12 Wood Poles. Wood poles for service or temporary inshllations 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 (359 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 (47 thick. Each layer shall be moistened and thoroughly compacted. Revised 10/08/03 Contract NO. 3935-1 Page 87 of 139 Pages Mast arms for wood pole installations shall be fabricated from standard pipe, free from burrs. Each mast am 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 heiiht 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, shaN be pressure treated after fabr@aUun 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. 2092.13 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 209-2.1 1, Service.” Endosure 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 (’/,6’) diameter hole for a padlock. Padlocks will be furnished by others. When the sign structure is to be painted, the Wit br-r or sign switch enclosure shall be painted the same color as the sign structure on which it b mounted. 209-2.14 Testing. Attention is directed to Section 4-1.4, Test of Materials? Testing shall conform 209-2.14A Matedrls Testfng. Testing and quality control procedur$s for Model 170 and Model 2070 controller assemblies shall conform to the requirements in “Transportation Electtical 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 Traffi Control Systems. a to the following: In the event equipment submitted for testing does not comply with specifimtions, 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. 209-2.148 Fieid Testing. Prior to start of functional testing, the Contractor shall perform the following tests on all circuits, in the presence of the Engineer. 2092.148(1) Continulty. Each circuit shall be tested for continuity. 209-2.14B(2) Ground. Each circuit shall be tested for grounds. 2092.1 48(3) Insulation Resistance. An insulation resistance .test at 500 votts DC shall be made on each circuit between the circuit and a ground. The insulation resistance shall not be less than 10 Msz on all circuits, except for inductive loop detector circuits which shall have an insulation resistance value of not less than 100 MQ. Q Revised 1WO#Q3 Pam 88 of 139 P80m The insulation resistance test shaN 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 Gbinet field terminals. 0 209-2.14C 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. Tum-on of new or modified traffic signals shall be made only after all traffic signal circuits have been thoroughly tested as specified above. 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 ar on the purtions 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 systetq resulting from damage caused by public traffic, from a power interruption or from unsatisfactory performance of Agenq-fumishbd materials shall not constitute discontinuity of the functional test. 209-2.15 Galvanizing. Galvanizing shall be in accordance with the provisions in Section 210-38, "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 hotdip galvanized after fabrication m confonnance 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 hotdp 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 bob, 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 shatl conform to the provisions On Section 310, "Painting," with the following additions and modiiications. 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. Revised 10/08/03 Contract No. 3935-1 Page 89 of 139 Pages All ungahranized femus surfrrces to be painted shaH be cleaned prfor to applying the pdme amt. 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. 0 Existing equipment to be painted in the field, including Agency-fundshed equipment, shall be washed with a stiff bristle brush using a solution of water containing 7.5 mi. of heavy duty detergent powder per liter (2 tablespoons per gallon). After rinsing, all surfaces shall be Wire brushed with a coarse, cup shaped, powerdriven brush to remove all poorly bonded paint, rust, scale, corrosion, grease or dirt. Any dust or residue remaining after win9 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-153280. The wash primer shall be applied by spraying or brushing to produce a uniform wet fihn on the surface. Galvanized equipment and wood poles for traffic signal or flashing beacon installations shall not be painted. New galvanized metal surfaces to be painted in the field shall be cleaned as specified for 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. A Certificate of Compliance shall be furnished in accordance with the provish of Section 4-1.5, “Certification,” certifying that the coating system furnished complies in all respects with these requirements. Interior of metal signal visors, louvers and front faces of back plates shall be finished with 2 applications of lusterless black exterior grade latex paint formulated for application to properly 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 phW6, shiall be finished with 2 applications of lustedess black or dark olive green exterior grade latex paint formulated for application to properly prepared metal surfaces. Dark olive green color shall match 0 . Color Chip No. 68 on file at the CALTRANS Transportation Laboratory. Conduit and conduit fittings above ground shall be prepared and finished in the same manner as the adjacent standard or post. All paint shall be apptied 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. 2094 CONTROLLER ASSEMBLIES 2095.01 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. Contract No. 3935-1 Pam 90 of 139 Paws 2094.03 Model 170 and Model 2070 Controller Assemblies. Model 170 and Model 2070 (Model 170/2070) controller assemblies shall consist of a Model 170, 170E or 2070 controller unit, a wired 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 17W070 controller assemblies shall conform to the following: 209-3.04 Controller Cabinets. Unless otherwise specff ied, 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. 2099.06 assembly for Model 170/2070 controllers: CabinetAccessariss. The following accessories shall be furnish with each cabinet 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, coo( - ---white-lamp opecated from aRoRnai-pQwer factor UL or ETL listed ballagt. The uon-off" switch for the lighting fixture shall be a door-actuated switch that turns the light on when 3) 4)' - either door is open and off when either door is closed. An unintermptible power system (UPS) shall be installed in each cabinet using a swing- away type mounting. The UPS shall be Clary SP loo0 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. 2099 TRAFFIC SiGNAL FACES AND FllTlNGS 2089.01 Vehicle Signbl Faces. Each vehicle signal face shall be of the adjustable type conforming to the provisions In Jnstitute of Traffic Engineers (ITE) Publication: ST-o08B, Vehide Traff~c 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 shatl permit rotation of 360 degrees about a vertical axis. @ Revised 10/08/03 Contract No. 3935-1 Page 91 of 139 Pages I. I .' The number and type of sections shall be as specitied 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 3sections arranged vertically; red-top, yellow-center, green-bottom. All new vehicle signal faces, except programmed visibili type, installed at any one intersection shall be of the same manufacture and of the same material. 2094.01A 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". 2094.018 Signal Sections. Each signal section housing shall be structural plastic. Signal sections shaN conform to the following: 1. Maximum height of a signal section shall be 375 mm (143/4") for each 300 mm (12") sedion. 2. The housing of each signal section shall be provided with a onegiece, hinged, square-shaped door designed to permit access to the section for relamping without the use of took. 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, refledor 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. 2094.018(2) Plastic Signal Sections. Housings shall be either molded in one piwe 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 (1 2') 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 (1 1/2u) 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 site of carriage bolt shall be 6 mm (1/4a-20). (1 l12') Pipe. The supporting section of each signal face supported sdely at the top or bottom shall be provided with reinforcement. Reinforcement plates shall be either sheet aluminum, galvanized steel, or cast aluminum. Each pate shall be not less than 2.7 mm (0.1 103 thick and shall have a hole concentric with the 40 mm (1 /2') pipe mounting hole in the housing. Sheet aluminum reinforcement plates shall be placed both inside and outside the housing; galvanized steel reinforcement plates shall be placed inside only; and cast aluminum reinforcement plates shall be placed outside only. Reinforcement plates placed outside of the housing shall be finished to match the color of the signal housing and shall be designed to permit the proper serrated coupling between signal face and mounting hardware. A minimum of three No. 10 machine screws shall be installed through holes in the plates and matching holes in the housing. Each screw shall have a round or binder head and shall be provided with a nut and lock washer. Contract No. 39351 Where a signal face i& to be supported by a Type MAS side attachment slipfitter 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-fier 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 ('107 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 ('/49 thick. Serrations shall match those on the signal section and the mounting assembly. '2099.01C Electrical Components. Lamp receptacles and wiring shall conform to ITE Publicatfon?s: ST-OO8B. The metal portion of the medium base lamp socket shall be brass, copper or phosphor bme. 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 faciritate field wiring. Lamp receptacle conductors shall be No. 18 or larger, 6OO-V, appliance wiring material (AWM), with 0.75 mm (30 mil) thickness insulation rated 105% or with insulation that conforms to the requirements in Military Specification MIL-W-168780, Type B, with vinyl nylon jacket rated 11 5%. The manufacturer's name or trademark, conductor size, insulation type letter designam 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. 2004.01D Visam. Each signal section shall be provided with a removable visor conforming to ITE Publication: ST-008B. Visors are classifiiii, 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 (91/2u) in length for nominal 300 mm (127 round lenses, with a downward tilt between 3 degrees and 7 degrees. Plask visors shall conform to the following: 1. Visors shall be either formed from sheet plastic or assembled from one or more injection, rotational or blow molded plastic sections. 2. Sections shall be joined using thermal, chemical or ultrasonic bonding or with aluminum rivets and washers permanently colored to match the visor. 3. Visors shall be of black homogeneous colored material with a lusterless finish. 4. Each visor shall be secured to its door in a manner that will prevent its removal or permanent deformation when the wind load specified in California Test 605 for plastic visors is appliied to . the side of the visor for 24 hours. Revised 1oN)8/(M Contract No. 3935-1 Paga 93 of 139 Pages 2094.02 Light Emitting Diode Signal Modules. Each liit 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, dear 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. LED signal modules shall be from the same manufacturer, and each size shall be the same model. 2. 3. Type 2 LED signal modules shall be a sealed unit containing at1 components nwssary for operation except, at the option of the Contractor, use of a corresponding lens mounted in the doorframe will be allowed. Type 2 LED signal modules shatl not require a specific mounting orientation or have a variance in light output, pattem or visibility for any mounting orientation. 4. 5. The LEDs utilized in the modules shall be Aluminum Indium Gallium Phosphide (AHnGaP) technology for red indications and Gallium Nitride (GaN) technology for green indications, and shall be the ultra bright type rated for 100,OOO hours of continuous operation from 40% to +74QC. The indiidual LEDs shall be wired such that a catastrophic falure of one LED mutt in the loss of not more than 5 percent of the signal module light output. The faolun of an individual LED in a string shall only result in the loss of that LED, not the entlre Mng or indication. 0 6. 20914.02A 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. 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 stated in Sectlon 9.01 of the ITE Publication: Equipment and Material$ Standards, Chapter 2 (Vehicle Traffic Control Signal Heads) for am indications. The LEDs shall be spread evenly across the illuminated portion of the arrow area. 2099.02A(l) LED Signal Module Lens. The LED signal module shall be capable of replacing the optical unit. The lens may be tinted or may use transparent film or materials with similar characteristics to enhance OWOFF 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. 0 a Revised 1 W08/03 , 2099&2A(2) Envlronmental Requirements. The LED signal module shall be rated for use in the operating temperature range of -4opc (-409F) to +74% (+16SF). 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 uftraviolet (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. 2099.02A(4) Materiafs. Material used for the lens and signal module construction shatl conform to ASTM specifications for the materials where appliible. Endosures 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 2094.02A(5) Module Identiflcatlon. 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 voltampere. 2099.028 Photometric Requirements. The minimum initial luminous intensity values * for the modules shall be as stated in Table 209-4.028(1) and Table 2094.026(3) at 25%. The modules shall meet or exceed the illumination values as shown in Table 2094.026(2) and Table 2094.028(4), throughout the useful life based on normal use in a traffic signal operation over the operating temperature range. The measured chromaticity coordinates of the modules shall conform to me chromaticity requirements of Table 2094.028(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 produdon units. Circular modules shall be tested according to California Test No. 604. AH optical testing shall be performed with the module mounted in a standard traffic signal section but without a vkor or hood attached to the signal section. The LEDs shall be spread evenly across the illuminated portion of the arrow area. Arrow modules shall be tested according to California Test No. 3001. All optical testing shall be performed with the module mounted in a standard traffic signal section but without a visor or hood attached to the signal section. Each LED arrow signal section indication shall provide a minimum average luminous intensity as listed in Table 2094.028(3). All measurements shall be performed at rated operating voltage of 120 VAC. - Q Revised 1 W08l03 Contract No. 3935-1 Page 95 of 139 Pages Table 209-4.026(1) Minimum Initial Intensities for Circular Indications (in cd) 2.5, Q.5 2.5, k7.5 2.5, 212.5 2.5, 217.5 399 798 295 589 166 333 90 181 7.5, 32.5 I 7.5. k12.5 I 171 I 342 I 266 532 17.5, zt22.5 17.5, e7.5 4- ts Revised 10/08/03 24 48 19 38 Contract No. 3935-1 Paae 96 of 139 Paaes Table 209-4.028(2) Maintained Minimum Intensities for Circular Indications (in cd) Arrow Indication Red Yellow & Green 5,500 1 1,000 Table 209-4.028(4) Minimum Maintained Intensities for Arrow Indications (in cd/m2) Arrow Indication Red Yellow & Green 5,500 11,000 Table 209-4.028(5) Chromaticity Standards (CIE Chart) Green I Red I Y: not areater than 0.308. or less than 0.998-x 0.452 Y: not less than 0.506-0.51 9x, nor less than 0.1 50+1.068x, nor more than 0.730-x I Yellow I Y: not less than 0.41 1, nor less than 0.995-x, nor less than e= 6$ Revised 10/08/03 Contract No. 3935-1 Page 97 of 139 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) LED signal modules shall operate from a 60 Hz 23 Hz AC line over a voltage ranging from 80 volts to 135 volts. The LED circuitry shall prevent perceptible flicker over the voltage range specified above. The fluctuations of line voltage shall have no visible effect on the luminous intensity of the indications. Rated voltage for all measurements shall be 120 volts. The signal module on-board circuitry shall include voltage surge protection to withstand high-repetition noise transients as stated in Section 2.1.6 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 6, 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. 0 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. 209-4.0213(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 209-4.028(1) for circular modules may be used. The ambient temperature for this measurement shall be +25% (+77"). a em e# Revised 10/08/03 Contract No. 3935-1 Paae 98 of 139 Paaes '( e Each LED signal module not meeting minimum luminous intensity requirements per Table 209-4.028(1) or Table 209-4.028(3) shall be a cause for rejection. Each LED signaJ module shall be tested for required power factor after burnin. Each LED signal module shall be measured for current flow in amperes after burn-tn. The measured current values shall be compared against current values resuhg from design qualiftcation 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 shatl be visually inspected for any exterJor 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. 209.9.020(3) Design Qualification Testing. Design Qualificatkm 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 74% (+165*F) before performing any design qualification testing. Any faiiure within an LED signal module after bum-in shall be cause for rejection. , 209.4.020(4) Rated Initial Luminous Intenstty. After bum-in, a sample of six LED signed modules shall be tested for rate initial intensity per the requirements of 'Photometric Requirements'. Before measurement, each LED signal module shall be energized at rated voltage, with 100 percent on-time duty cycle, for a time period of 30 minutes. The ambient temperature for this measurement shall be 25% (77QF). The test results for this test shall have recorded the current voltage, total harmonic distortion (THD), and power factor (PF) associated with each measurement. 0 209-4.020(5) Chromaticity (Color). A sample of two LED signal modules shall be measured f& chromaticity (color) per the requirements of 'Chmmaticity requirements under 'Photometric Requirements." A spectra radiometer shall be used for this measurement. The ambient temperature for this measurement shall be 25% (7PF). 209-4.020(6) Electrical. A sample of six LED signal modules shall be measured for current kw in amperes. The measured current values shall be used for quality comparison of Production Quatii 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 commerciatly available total harmonic distortion meter may be used to perform this measurement. A sample of six LED signal modules shall be tested Der the reauirements of 'Electrical'. with reference to Class A ehission limits referenced in Federal Communithions Commission (FCC) Title 47, SubPatt B, Section 15. a Contract No. 3935-1 Page 99 of 139 Pages A sample of six LED signal modules shatl be tested for compatibnity with the controller unit, confnct monitor, and load switch. Each signal module shafl 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 m. A sample of six LED modules shall be tested for transient immunity per 'Electrical" using the prooedure 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. 1. 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. Moi$ture resistance testing shalt 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. 209-4.02D(7) CerHficate of Compllance. 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 persod shall be replaced at no cost to the City, except that Ci 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 Ci 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 DirectJonel 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 Ti 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. 0 Revised 1 WW03 Page 100 of 139 Pslnes 2094.04 Backpkrtecr. Where shown on the plans, backplates shall be furnished and instailed 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 bladc 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 wtth at bast four No. 10 machina screws at each field asgembled joint. Each machine screw shall be provided with an integral or captive flat washer, a hexagonal head slotted for a standard screwdriver, and either (1) a locking nut with an integral or captive flat washer, or (2) a nut, flat washer and lockwasher. Machine screws, nuts and washers shall be stainless steel. Where a metal backplate consists of 2 or more sections, the sections shall be fastened with rivets or with aluminum bolts peened after assembly to prevent loosening. In lieu of the screws shown on the plans, plastic backplates may be fastened to the plastic signal face using self-threading No. 10 stainless steel screws. The screws shall have an integral or captive flat washer and a hexagon head slotted for a standard screwdriver, and shall be stainless steel. 2044.05 Programmed Visibility Vehlcle Signal Fbces. Each programmed visibility signal face and the installation thereof shall conform to the provisions in Sections 2099.01, "Vehide Signal Faces," 209-4.03, "Backplates," and 209-4.06, Signal Mounting Assembliis," except that the provisions in Section 209-4.01A, "Optical UnW shall not apply. Each programmed visibility signal section shall provide a nominal 300 mm (1 2") diameter circular or arrow indimtion. Color and arrow configuration shall conform to ITE Publication: ST-0086. 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 . moun€ingaxis h 5 degree increments. - The signal shall be mountable with ordinary tools and capable of being serviced without took. Adjustment shall be preset at 4 degrees below the horizontal, unless otherwise specified. 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 1Ocd 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 OOO Ix, and shall reduce to 15 i2 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. , @ Revised 10/08/03 Contract No. 3935-1 Page 101 of 139 Pages 2044.06 Pedestrian Signal Feces. 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." The height of each symbol shall be not less than 250 mm (103 and the wktth of each symbol shall be not less than'165 mm (6'/2"). The luminance of the UPRAISED HAND symbol shall be 3750cd/m2 (1,100 foot-lamberts), minimum, and the luminance of the WALKING PERSON symbol shall be 5300 Wm2 (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 #e 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 width, 483 mm (19") height and 292 mm (111/2y) 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. 2044.06A Types. Pedestrian signal faces shall be Type A and shall conform to the following: Each TypeA signal shall consist of a housing, two-cobr messrage 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 (3/16'9 tempered glass. The symbols shall bs applied to the inside smooth surface of the message plate. Each reflector assembly shall consis# of a douMe 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-0086, 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 shatl 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 1 O°C, the maximum temperature in the signal section with the lamp "ON" and measured in an ambient air temperature of 25°C in accordance with UL Publication UL 7468. Each completed reflector shall, when operated with the appropriate lamp and lens, provMe the message brightness specified. 209-9.068 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, ur compress more than 3 mm when a 75 mm (37 diameter, 1.8-kg (41b.) steel ball is dropped onto the screen from a height of 1.2 m (4') above the screen. The screen will be lying in a horizontal position and supported on its edges for this test. The message plate will be removed from the pedestrian signal housing, when the pedestrian housing is used to support the front screen during the test, so there will be no back support for the screen. The screen and frame shall be fabricated from aluminum anodized flat black, or finished with lusterless black exterior grade latex paint formulated for application to properly prepared metal surfaces, or shall be fabricated from flat black plastic. Alternate methods of screening may be substituted for the above screens provided that the results are at least equal to those obtained with the above specified screens as determined by the Engineer. 0 Contract No. 3935-1 Pam 102 of 139 Pa- 2099.086 209-4.01 6, "Slgnal Sections." Houslng. Pedestrian signal housings shall conform to the provlsions in Section 0 - 2049.06E Flnish. The exterior of each housing and visor and the interior of visors shaH be painted in accordance with the provisions En Sectron 209-2.16, 'Painting." 2094.06F Control. All pedestrian signals shall be capable of being controlled by the solld-state switching devices specified for traffic signal controller assemblies. 2099.060 Terminal Blocks. Each pedestrian signal face shall be provided with a light duty terminal block conforming to the provisions in Section 209-4.01C, 'Electrical Components." All field wiring shall connect to this terminal block. 209.9.07 Light Ernltting Diode Pecksttian Signal Modulcw For Type A pedestrian signal faces, the pedestrian signal face 'Upraised Hand" & 'Walking Person" module shall utilize lighl 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 tight source in lieu of an incandescent lamp for use in pedestrian signal faces and shall conform to the following: I* 1. 2. . 3. 4. 5. 6. 7. 8. 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 MUTCD. The design of the modules shall require a specific mounting orientation. LED pedestrian signal module used on this project shall be from the same manufacturer. The circuit board and power supply shall be contained inside the module. Circuit boards shd conform to Chapter 1, Section 6 of the Transportation Electrical Equipment Specifications'. e LED pedestrian signal modules shall fit into the existing type 'A' housing and shall not require a specific mounting orientation or have a variance in light output, pattern or visibility for any mounting orientation. The LEDs for 'Upraised Hand' symbol shall utilize AllnGaP technology and shall be the uttra bright type rated for 100,OOO hours of continuous operation from -4opc to 74%. The individual LEDs shall be wired such that a catastrophic failure of one LED will result In the loss of not more then 5 percent of the signal module light output. The failure of an individ- ;ual LED in a string shall only result in the loss of that LED, not the entire string or indication. The LED ped modules tested or submitted for testing shall be representattve 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. The luminance of the UPRAISED HAND symbol shall be 3750 cd/d 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. a Paae 108 d 1-19 Pnonn 9. The luminance of the WALKING PERSON symbol shall be 5300 cd/m2 mmimum. The color of WALKING PERSON should be White conforming to the requirements of the InsartUte of Transportation Engineers Standards: 'Pedestrian Traffic Control Signal Indications" and the "Manual on Uniform Traffii 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. 0 10. The uniformity ratio of an illuminated symbol shall not exceed 4 to 1 bekeen the highest luminance area and the lowest luminance area. LED ped module shall be rated for a minimum useful Me of 48 months and shall maWn not less than 85 percent of 3750 cd/m2 for UPRAISED HAND & 5300 dm2 for WALKING PERSON after 48 months of continuous use in a traffic signal operation over the temperature range of -40% to +74%. 11. 2W.07A Physical And Mechankai Requirements. LED ped module trafftc 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. 2094.07A(l) Environmental Requirements. LED ped modules shall be rated for use in the operating temperature range of -40% (-4OQF) to +74QC (+165*F). 2094.0742) Construction. LED ped modules shall be a single, setf-cantained 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. 0 209-4.07A(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 Identlflcation. 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@) for correct indexing and orientation within a signal housing. The marking shall cdnsist of an up arrow, or the word 'UP' or TOP". Type A Pedestrian Signal Face (Combination Raised HandMIalking Person section) housing without the reflector shall be utilized for LED combo modules. 209-4.078 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 -40% to 74%. The minimum initial luminous intensity values for UPRAISED HAND LED ped modules shall be 3750 cd/m* at 25%. The minimum initial luminous intensity values for WALKING PERSON LED ped modules shall be 5300 cd/m2 at 25%. 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. 209-4.07C Electrical. Maximum power consumption requirements for LED signal modules shall be as follows: UPRAISED HAND 1o.ow 12.0w WALKING PERSON 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. 209-4.071) 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. 209-4.07D(l ) Manufacturer's Serial Numbers. Identification of the component and sub- assembly level may be required if the reliability and performance of the module must be traceable to the original item manufacturers of the module components and subassemblies. 209-4.07D(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 10108103 Contract No. 3935-1 Page 105 of 139 Pages -- 209.9.070(5) Design Qualffication 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 shall be Cciuse 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 74% (+1 WF) before performing any design qualification testing. Any failure within an LED ped module after bum-in shall be cause for rejection. 0 2099,071)(4) Rated Initial Luminous Intenslty. After bum-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 25QC (77'QF). The test results for this test shaU have recorded the current voltage, total harmonic distortion (THD), and power factor (PF) associated with each measurement. 2094.070(5) Chromatlcfty (Color). A sample of two LED ped modules shaU 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 25% (7PF). 2099.070(@) 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 commerdally availaMe power factor meter may be used to perform this measurement. A sample of six LED ped modules be measured for total hrtrmonic distortion. A commercialty available total harmonic distortion meter may be used to perform this measurement. 0 A sample of six LED ped modules shall be tested per the requirements of 'Electrical', with referem to Class A emission limits referenced in Federal Communications Commission (FCC) Tie 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 ms to 1s V A sample of six LED ped modules shall be tested for transient immunity per "Electrical' using the procedure described in NEMA Standard TS-1992. rmS. 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 ph@ical damage shall be cause for rejection. a Revised lato8403 I Tempekture cyding shall be performed on a sample of three LED ped moddes 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 dweW time at each temperature. Signal under test shall be nonsperating. Failure of a module to function properly or any evidence of cracking of the module’iens or housing after temperature cycling shall be cause for rejection. 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 shaU be cause for rejection. 2099.07D(l) Certificate of Compliance. The Contractor shall provide the Engineer a Certfficete of Compliance from the manufacturer in accordance with the provkbns of Section 8-1.07, ‘Certificates of Compliance,” of the Standard Specifications. The certificate shall certiry 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. 2094.07q8) Guarantes. 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 City, except that City 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 fve 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. 2094.071)(9) Warranty. The manufacturer shall provide a written warranty am defeelr h materials and workmanship for the LED ped modules for a period of 36 months after installation of tke modules. Replacement modules shaN be provided promptly after receipt of modules that have failed at no cost to the City except cost of shipping of the failed modules. AH warranty documentation shall be given to the Engineer prior to installation. 2099.08 Signal Mounting Assemblies. Signal mounting assemblies shall consist of 40 mm (1 1/23 standard weight steel galvanized pipe conformhg to the specifications of ASTM Designation: A53, 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-ftters shall be cast bronze or hotdip galvanized ductile iron. Post top slip-fiiers and terminal compartments shall be cast bronze, Type 356-T6 aluminum or hotdip galvanized ductile iron. After installation, any exposed threads of galvahized 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, Taint and Protective Coatings.” Aerosol cans shall not be used. Each terminal compartment shall be fitted with a terminal Mock confaining 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 bott securely to a pole or standard. The horizontal dimension of mounting assembly members between the vertical centerline of the terminal compartment or slip-ftter and the vertical centerline of each signal face, shall not exceed 280 mm (1 17, 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. 8 Revised 10/0#03 Contract No. 3995-1 Page 107 d 199 Pm For post-top mounting of signals, a slip-fkr shall be used. Slip-fmer shaW fit over a 115 mm (4'/$) outside diameter pipe or tapered standard end. Each slip-fMer shall be provkled wkh cadmium- plated steel set screw, 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 assembty shaH be provided with positive locking, serrated fittings, which when mated with similar fittings on the signal faces shall prevent faces from rotating. Fittings shall permit fastening at increments of not more than 7 degrees. Signal faces shall not be installed at any intersection until- all other signal equipment, including the complete controller assembly, is in place and ready for operation at that intersection, except that the signal faces may be mounted if they are not directed toward traffic or if they are covered. 2099.09 Flashing Beacons. Each beacon shall consist of a single section traffic signal face, conforming to the provisions in Section 2094.01, Vehicle Signal Faces," with yellow or red lens as shown on the plans. The beacon flasher unit shall be independent of the intersection flasher unit. Reflective sheeting for W41 Signal Ahead" signs, mounted on flashing beacons, shafl 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." 2099.09B Visors. Each beacon shaH 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 msembiy 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. 0 209=4.09C(l) Enclosure. The endosure shall be NEMA Type 3R, and shall be provided with dead front panel and a hasp to permit padlocking of the cover. The padlock will be furnished by others. The enclosure shall be hotdip galvanized or, at the option of the Contractor, shall be provided with.a factory applied rust resistant prime coat and finish coat. 20914.09C(2) Circuit Breakers and Switches. A 15-A circuit breaker shall be installed to control each ungrounded conductor entering the enclosure. A switch to permit manual operation of the sign lighting circuit shall be provided. Switches shall be of the single-hole-mounting toggle type, single- pole, single-throw, rated at 12 A, 120 V. Switches shaU be furnished with an indiiting 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. 209-4.09C(S) Flasher. The Rasher 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. 209-4.09C(4) Wiring. Conductors and wiring in the enclosure shall conform to the requirements in Section 209-3.04(3, Cabinet Wiring." 2049.09C(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 0 type marking strips. @ Revised 10/08/03 Contract No. 3935.1 Paw 108 of 139 Panes 20@-4.OQC(6) Dimming Relay. A heavy duty dimming relay shalt 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 -1 8°C to 71 "C (0" to 160°F). Each relay shall operate in the 8gin Jones-type socket shown on the plans. Relays shall be provided with double-pde, double-throw contacts. Contact points shall be of fin0 silver, silver-allay, 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 duly on 120 volts AC. Heavy duty relays shall be enclosed with a removable, dear plastic cover. 20% DETECTORS 209.5.01 Vehicle Detectors. Vehde detectors shall be the type or typeg shown on the plam. Allsensor units, control units, and amplifiers shall meet the requirements of California Test 675. The units shall not be affected by transient voltages when tested in accordance with California Test 667. After a power interruption the units shall return to normal operation within one minute. Each unit shall be provided with a light or meter, for each output circuit, to indicate when the detector is detecting a vehicle. Each detector shall operate over the range of voltages from 100 volts to 135 volts at 60 Hz. Circuitry shall be solid-state except relays with normally closed contacts may be used for the output circuit. Units shall be designed to provide ease of maintenance with easily accessible electronic components. Each detector shall provide vehicle detection without readjustment from -18°C to 71°C (Oo 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 ('/IS") minimum thickness, organic solder masking and gold plated contacts. Intercomponent wiring shall be copper track with a minimum mass of soOg/m2 (Zoozm2). 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." 209-5.01A lnductlve Loop Detectors. Inductive loop detectors shall conform to the following: ! 209-5.01A(l) General. The term Ynductlve bop detector" applies to a complete instailation 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. 20&5.01A(3) Sensor Unrt Construction. Tard" type sensor units shall confom to the requirements in Traffic Signal Control Equipment Specifications," issued by the State of California, Department of Transportation, and to all' addendums thereto current at the time of project advertising. Shelf mounted sensor units shall conform to the requirements in Section 11 of the NEMA Standards Publication No. TS 1. Capacitors or inductors necessary for loop tuning shall not be mounted external to the sensor unit 209.5.01A(4) Construction Materials. Conductor for each inductive loop detector shall be continuous and unspliced and shall conform to one of the following: 1. Type 1 loop wire shall be Type RI-IW-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). Q Revised 1o/o81o3 Contract No. 39351 Page 109 of 139 Pages 2. Type2 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 (0.0287. The conductors 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 caklated cross sectional area of ASTM Designation: B 286, Table 1. The lead-in cable shall conform to one of the following: 1. Type B lead-in cable shall be insulated with 0.5 mm (20 mils) of highdensity 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 highdensity polyethylene or highdensity polypropylene outer jacket with a nominal thickness of 0.8 mm (35 mils). An amorphous interior moisture penetration barrier of nonhydroscopic polyethylene or polypropylene fillers shall be provided. 2. Type C lead-in cable shall conform to International Municipal Signal Association (IMSA) Specification No. 50-2. A No. 20, minimum, copper drain wire shall be provided and connected to the equipment ground within the cabinet. 2W.OlA(5) Installation Details. Installation and tests shall conform to the details and notes shown on the plans. Unless shown otherwise each loop shall consist of 3 turns of conductor as specified in Section 209-5.01A(4), "Construction Materials." Slots cut in the pavement shall be washed clean, blown out and thoroughly dried before installing conductors. Residue resulting from slot cutting operations shall not be permitted to flow across shoulders or lanes occupied by pubtic traffic ahd shall be removed from the pavement surface before any residue flows off of fh pavement surface. Residue from slot cutting operations shall be disposed of outside the highway rigM 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 ('Jgu) 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 mom temperature and fluid at an application temperature of 190°C (37S"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). 0 ' \ 0 @ Revised laK)81y)3 Contract No, 3935.1 Page 110 of 139 Pages TABLE 2O9.5.01 A(6KB) property Measuring Standard (ASTM Results Designation) Cone ASTM D 3407, Sec. 5 3.5 mm, max. Penetration Flow, 60°C. ASTM D 3407, Sec. 6 5 mm, max. Resilience ,ASTM D 3407, Sec. 8 25%, min. Softening ASTM D 36 82 *C, min. Point, Ductility, ASTM D 113 300 mm, rnin. Flash Point, ASTM D 92 288 "C, min. COC, "C Wscosity, ASTM D 4402 2.5-3.5 Pas BroOMield Thermoset, !, Conditions 25"C, 150 g, 5 s 25°C 25"C, 50 mm/min No. 27 Spindle, 20 rpm, 1 W"C, Loop conductors shall be installed without splices and shall terminate in the nearest pull box. Theloope-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. 209.5.018 'Emergency Vehicle Pre-Emption Detector Systsm. Each emergency vehicle pre- emption detector system shall conform to the details shown on the plans and these spedal 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. Contract No, 3935-1 Page 111 of 139 Pages 209.5.010(1) 0- Emltter Assembly. Each optical emitter assernbiy shall consist of an emitter unit, an emitter control unit and connecting cables and shall conform to the foilowing: Each optical emitter assembly, including lamp, shal be designed to operate over an ambient temperature range of -34G to 749C at both modulation frequencies and to operate continuously at the higher frequency for a minimum of 3,000 hours at 25*C ambient before failure of lamp or any other component. Each emilter unit shall be controlled by a single, maintainedantact 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. Functlonal Requimments. 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 detectioddiscriminator assembly. The modulation frequency for Class II signal emitters shall be 14.035 Hz i 0.003 Hz. The standard optical dete@on/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 emilter unit shall be configured with a grating to provide precise directionality control. ElecMoal Requirements. Each optical emitter assembly shall be capable of provkthg h?I light output with input voltages between 10 and 16 volts DC. An optical emitter assembty shaH 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 mted-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 01 positive ground without disassembly or rewiring of the unit. 0 MechanlcalRequlre3nentb. Each emitter unit shafl 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 lockhg 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. J Each emitter shall include a multi-purpose port compliant with the SAE 51708 communicab 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 detectioddiscriminator 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". cfmma No. 3935-1 Paae 1 12 of 139 PEII#le 20@4.OlB(S) Opticat Dtbtector. 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 diredons shall be variable from 5 degrees to 180 degrees. The reception angle for each photocell assembly shall be a maximum of 8 degrees in aH 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 I1 emitter. All intemaf cirwvby shall be sdkl state and electrical power shall be provided by the associated discrimlrmtor module. 1. Each optical detector shall be contained in a housing, whii shall include one or two rotatable photocell assemblies, an electronic assembly and a base. The base shall have an opening to ped its mounting on a mast arm. Each optical detector shalJ weigh no more than 2.5 pounds and shaH present a maximum wind load area of 36 square inches. The housing shaH be provided with weep holes to permit drainage of condensed moisture. Each opdcal detector shall be installed, wired and aimed as specified by the manufacturer. 209-5.01B(4) Optlcal Detector Cable. Optical detector cable shaH meet the requirements of IPCEA-S-61-402MEMA WC 5, Section 7.4,600 volt control cable, 75@C, Type B and the following: The cable shall contain three conductors, each of which shall be AWG #20 (7x28) stranded, tinned copper with Iow-density polyethylene insulation. Minimum average insulation thickness shall be 25 mils. The insulation of individual conductors shall be color coded as follows: Yellow - Detector Sinal #1 - - e Blue Detector Signal #2 Oringe Power (+) -Bare@dn)-- Commanor GrowLd -- - 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 Petween the insulated conductors and the shield and in contact with the conductive surface of the shieki The jacket shall be black polyvinyl chloride with a rninlmum rating of 600 volts and 80pC and a minimum average thickness of 45 mils. The jacket shall be marked as required by IPCWEMA. The finished outside diameter of the cable shall not exceed 0.3 inches. The capacitance of the optM detector cable, as measured between any conductor and the other conductors and the shield, shall not exceed 14.3 microfarads per lo00 feet. The characteristic impedance of the optical detector cable shall be 0.6 ohms per 1 OOO feet. 2095.01B(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 ahrtisement. Revised 10/08/03 contract No. 3935-1 . . ... Each discriminator module shall be capable of operating one or two channels and shall be capable Of: 0 1. Receiving Class II signals at a raw of up to 2,600 feet. 2. Decoding the signal on the basis of frequency at 14.035 Hz f 0.003 Hz for Class 11 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 f 0.5 seconds and 10 f 0.5 seconds. 4. Providing an output for each channel that will result in W or grounded condin 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 11 5 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 A D E F H J K L M N Function Ground Channel A primary detector input Detector 24 VDC power output Channel A output, collector (+) Channel A output, emitter (-) Channel B primary detector input Detector ground Earth ground AC - (in) AC + (in) P R S T U V W X Y z Funcuon Not used Detector 24 VDC power output Not used Not used Not used Detector ground Channel B output collector (+) Channel B output emitter (-) Not used Not used Two auxiliary inputs for each channel shall enter each module through the front panel connector. Pin assignment for the connector shall be as follows: m Function 13 14 15 20 Auxilieury detector 2 input, Channel A Auxiliary detector 1 input, Channel B Auxiliary detector 2 input, Channel B Auxiliary detector 1 input, Channel A Each channel output shall be an optically isolated NPN open collector transistor capable of sinking 50 milliamperes at 30 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: 0 Revised lo/os/o3 Contract No. 3935-1 Paw 114 of 139 Paw 1. A Command (High) and Advantage (Low) solid-state LED indicator for each channel to display acehrecaHs. 2. A test switch for each channel to test proper operation of Command or Advantage priority. 3. A single confinnation light control output for each channel. These outputs shall be Mer 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-Shell44-Pin fmnt 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 wihg for the primary detectors, exc8pt 24-mlt DC power, shall terminate on either terminal board TB-9 in the controller cabinet or on the rear of input file "3, depending on cabinet configuration. Where TB-9 is used, position assignments shall be as follows: J, Posltlon 4 5 7 8 r input, 1 * module (Slot J-12) Channel B detector input, l* module (Slot J-12) Channel A detector input, 2"d module (Slot J-13) Channel B detector input, r^' module (Slot J-13) 1 The 24 volt cabinet DC power shall be available at Position 1 of terminal board TB-1 in the controller cabinet All field wlring for the auxiliary detectors shall terminate on terminal board T6-O in the controller cabinet Position assignments are as follows: e Assf t +24c&?m (J-13E) Channel A auxiliary detector input 1 Channel A auxiliary detector input 2 Channel B auxiliary detector input 1 Channel B auxiliary detector input 2 8 Detector ground from (J-13K) 9 10 11 12 The contractor shall demonstrate that all of the components of the system will perform satisfactodly 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 instatled m 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. 1 ' @ Revised 1 W08Jo3 Contract No. 3935-1 Page115of 139Pages 209-5.01C Video Oetectton System. The video detection system shal consist of one (1) video camera and one (1) video detection processor (VDP) for each vehlde approach, unless otherwise specified on the plans. 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. 0 209..5.01C(l) The VDP shall process.video from a single sourn. The source can be a video camera or a video tape player. The video shatl 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. Functlonal Requirements. The camera system shall be able to transmit an NTSC video signal, with minimal signal degradation, up to 300m (loo0 ft). 0 The VDP shall default to a safe condition, such as a constanf call to each active detection channel, in the event of unacceptable interference in the video signal. The system shaH 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 MI 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. 209-5.01C(2) Opemtlonal 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 ORed 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 vehde 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. 0 Q Revised 1- Contract No. p35-1 Page 116 of 139 Pages The VDP shall provide up to eight channels of vehicle presence detection through a NEMA TSl port. The VDP shall provide dynamic zone reconfiguration (DZR) to enable normal detector operatkm 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 ueer 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..5.01C(3) Hardware Requirements. The VDP shall be housed in a durable metal endosure suitable for shelf mounting in the side rails of the controller cabinet. The VDP enclosure shall not 8XCd 18omm (7.1 in) in length and 157mm (62 in) in depth. The VDP shall operate SatisfactorUy in a temperature range of -34OC to +74"C (-29*F to +165OF) and a humidity range of O%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 indude an RS-232 port for serial communications with a remote computer. This port shall be a Spin "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 video input shall include a switch-selectable 75-ohm or high impedance termination to allow camera video to be routed to other devices, as well as input to the VDP for vehicle detection. The front of the VDP shall include one BNC video output providing real time video output that can be routed to other devices. 209-5.01C(4) VMeo 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 shen prodwe 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,OOO 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 ins. 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 endosum. The camera endosure 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 endosure 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 1201240 VAC, 50/60 Hz. Power consumption shall be 15 watts or less under all conditions. a Revised 1W03 Contract No. 3935-1 Page117of139Pages Recommended camera placement height shall be 10m (33 ft) above the roadway, and over the traveled way on'whlch vehicles are to be detected. For optimum detedion, the camera shoukl be centered above the traveled roadway. The camera shall view approaching vehicles at a distance not to exceed 100m (350 ft) for reliable detection (height:distance ration of 1O:lOO). Camera placement and field of view shall be unobstructed and as noted in the installation docurnentation provided by the supplier. The camera enclosure shall be equipped with separate, weather4 ht connections for power 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. bS&OlC(6) lnstaflation Requirements. he 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 20gauge solid bare copper conductor (9.9 ohrnfl), solid polyethylene insulating dielectric, 98% attenuation shall not exceed 0.78 dB per 30m (100 ft) at 10 MHt. Nominal outside diameter The sha I be (min) tinned copper double-braided shield and black polyethylene outer coveting. 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 ovetbead 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 i4 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. 20$-5.01C(6) Warranty. The supplier shall provide a limited two year wanant 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 shail 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. video cables at the rear of the endosure. These connections may a flso allow diagnostic testing and 0 209-5.01CQ 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 lacement of an acceptable order at the suppiits current 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 tum-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. 5958, and shall be colored throughout. The assembly shall be rainproof and shall be shockproof in any weather condition. The pedestrian push button switch shall be a phenolic enclosed precision snap-acting type, single- pole, double-throw, switching unit, with screw type terminals, rated 15 A at 125 volts AC, and shall have the following characteristics: pricing and terms of sale for said parts. ! he supplier shall maintain an ongoing program of technical 0 contract No. 3EE95.1 Pape 118of 139 Paaes .^ Ik. 1. 2. 3. 4. 5. 6. Switching unit shall have a stainless steel plunger actuator and shall be provided with U-frame to permit mcessed mounting in push button housing. Switch shall have an operating force of 2.5 N (9 02.) to 3.6 N (13 02.) and a minimum release force of one newton (4 oz.). Pretrawl shall be 0.4 mm (‘/w”) maximum. Over travel shall be 6 mm (‘/82’1) minimum. Differential travel shall be 0.01 rnm (O.OOO4”) to 0.05 mm (0.002”). Actuator shall have a minimum diameter of 50 mm‘(27. 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 65 (2’/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 witfi 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 (l‘/qU) and a length of approximately 22 mm (’/@”). On the Type A or Type 6 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, wing 2 straps and saddle brackets, on the same standard as the push button assembly. Straps and saddle brackets shall be as shown on the plans and shall be corrosion-resisting chromium nickel steel conforming to the specifications of ASTM Designation: A 167, Type 302. 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 luminaim 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 1 17. All other metal parts of the housing shaH 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 ts degree range. No part of the slip-fitter mounting brackets on the luminaires shall develop a permanent set in excess of 0.5 mm (0.020’9 when the four 10 mm diameter cap screws used for mounting are tightened to 13 N-m (10 wlbs.). All luminaires to be mounted on h rizontal mast arms, when tested in accordance with California Test 61 1, shall be capable of withstan 8 ng cyclic loading in (G = Acceleration of Gravity): 1. a vertical plane at a minimum pbak 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 cydes without failure of any luminaire parts. 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 0.75-6 peak) with the internal ballast installed, for a minimum of 2 million cydes without failure of any luminaire parts. 2. Contract No. 39351 Page 119 of 139 Pages 3. a vettical plane at a minimum peak acceleration leyel of 1 .O G peak-to-peak sinusoidal loading (same as 0.5-G peak) with the internal ballast installed, for a minimum of 2 million cycles without failure of any luminaire parts. 0 Lamp ANSI Code No. s55 s66 s5Q s67 S51 Lamp Maximum Brightness Waltage (dm2) 150 140 200 140 250 1 75 31 0 216 400 260 Q Revised 10/08/03 &f%~~~ct NO. 3935-1 Lumens 16 OOO 22 OOO 27 O00 37 Qoo 5oOOo 209.6.0lA High Pressure Sodlum 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. Batlasts shall have a design life of not less than 100,OOO 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-cirwited 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. Lamp Wattage 150 200 250 31 0 400 A CeMite of Compliance conforming to the provisions in Section 4-1.5, "Certification," shall be submhted by the manufacturer with each lot of integral ballast luminaires and with each lot of ballasts designed for use outside of luminaires. The certifbte 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 pmyisions. _Eackintegml Mast shall mnsist of separate components, each of whkh 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 multicircuit 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 #arv he&gemmtkrg ampnmbweemily shielded to limit the case temperature to 75°C. Transformers and inductors shafl be resin-impregnated for protection against moisture. Capacitors, except those in starting aids, shall be metal cased and hermeticatty sealed. Ballasts to be located remote from the luminaire shall be the submersible type and shall conform lo the requirements in Section 209-6.09C, "Submersible Type Transformers." All components, including starting aid, shall be endosed in a single housing. Ballast leads shall extend a minimum of 300 mm (12") from the case. Steel housings shall be gatvanized or painted. Ballast housings shall be dearly labeled to indicate 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 voltage of the ballast, but also at the lowest and highest input voltage for which the ballast is rated. Throughout the lifetime of the lamp, the batlast 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. e Revised 10/08/03 Contract No. 3!33!j-l Paw 121 of 139 Pages 2098.01A(l) Regulator Type Ball&. 1. For nominal inpuf voltage and lamp voltage, the ballast design center shall not vary more than 7.5 percent from rated lamp watts. 2. The ballast shall be designed so that a capacitance varSance of & percent will not cause more than a 18 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 3. The lamp current crest factor shall not exceed 1.8 for input voltage variation of *lo percent at any lamp w'ltage from initial through life. Regulator type ballasts shall be lag-type or lead-type conforming to the following: 1 .' Lag-Type Regulator Ballasts.- Each lag-type regulator baltast shall have the primary and secondary windings electrically isolated and, when operated with the appropriate lamp, shall have the following characteristics and shall maintak, the following lamp operation: a) The power factor shall be not less than 90 percent throughout the life of the lamp at b) Lamp wattage regulation spread at any lamp voltage from nominal through Me shall not 2. Lead-Type Regulator Ballasts.- Each lead-type regulator ballast (CWAsonstant wattage auto- regulator) shall, when operated with the appropriate bmp, have the following characteristics and shall maintain the following lamp operation: a) The power factor shall be not less than 90 percent when the ballast is operated at nominal line voltage with a nominally rated reference lamp. b) Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 30 percent for A0 percent input voltage variation. 2096.01A(2) Autotransformer or Reactor Ballasts. Each nonregulating reactor, autotransformer, or high reactance ballast shall, when operated with the appropriate lamp, have the following w dngiarnp operations: 1. The power factor shall be not less than 90 percent when the ballast is operated at nominal line voltage with a nominally rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 25 percent ford percent input voltage variation. 3. For nominal input voltage and lgmp voltage, the ballast design center shall not vary more than 7.5ipei-intfrom- ratedliirip=@. 4. The lamp current crest factor shall not exceed 1.8 for input voltage variation of 6 percent at any lamp voltage from initial through life. Regulator type ballasts shaH conform to the following: '** nominal line voltage with a nominally rated reference lamp. vary by more than 18 percent for *lo percent input voltage variation. 0 .. ___ __ 209-6.018 High Pressure Sodium Lamps. High pressure sodium lamps shall conform to the ANSI Standard: C 78, "Lamp Specifications, Physical and Electrical Characteristics of High-lntensity- Discharge Lamps," when tested in accordance with ANSI Standard: C78.388, "Methods of Measurement of High Pressure Sodium Lamp Characteristics." High-pressure sodium lamps shall have a minimum average rated life of 24 OOO hours. 2094.06 Internally Illuminated Street Name Slgns. 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 (7Omph) wind loads as set forth in the AASHTO publication, "Standard Specifications for Structural Supports of Highway Signs, Luminaires and Traffic Signals," and amendments thereto. The sign panels shall not deform or warp under a 113 kmk (70 mph) wind loading. A Certificate of Compliance conforming to the provisions in Section 4-1.5, Zertification," shall be submitted by the manufacturer with each lot of internally illuminated street name signs. 0 @ Revised 10/08103 Contract No. 3935-1 Pege 122 of 139 Pam Thecertificate shatl state that the internally illuminated reauirements as described above. All material used in street name sbns meets the wind load fabrication shan be new. If not covered hebin, 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 othedse 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. 2. 3. .. .. . .. 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 fitti s. The housing shall be rigidly constructed to res*& torsional twist and warp. Provisions shall 7% 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, ballabts and fuses. Tvpe IV Photoelectric unit sockets shall be Provided. On Type B signs, the sign panels shall .be sfismounted into the housing. 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. Sign Panels.- The sign panels shall be slidemounted or rigid mounted in a frame, with white legend, symbols, arrows, and border on each face, as shown on the plans. The sian Dan& shall not be more than 6 feet wide. The background shall be green. The entire surface of the sign Panel shall fabricated with prismatic. cube comer reflective sheetina (biamond Grade or muall and shall be evenlv illuminated. The average of brightness readings for the letters shall be 500 cd/m2 (150 foot-lamberts), minimum. The light transmission factor of the sign panel shall provide a letter to background brightness ratio of between 10 to 1 and 20 to 1. The luminance of the background shall not vary by more than 40 percent from the average of background brightness reading. The luminance of the letters, symbols and arrows shall not vary by more than 20 percent from the average brightness reading of letters, symbols and arrows. The sign panels shall be translucent panels of high impact resistant plastic of one of the - following -I types: aisssRliiti reinforced a-&&iiiiTresin. b) Polycarbonate resin. c) Cellulose acetate butyrate plastii. 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. 9 The white or green color shall not fade or darken when the sign iS exposed to an accelerated test of ultraviolet light which is equivalent to 2 years of outdoor exposure. The green color of the sign, when not illuminated, shall conform to Color No. 14109 of Federal Standard 5958. g) The sign panels shall not crack or shatter when a 25.4 mm (l@).diametter, steel ball with a mass of 67 grams (4 ot.) is drupped 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 TypeA 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. a Revised 10/08/03 Contract No. 3935-1 Page 123 of 139 Pages 5. Ballasts.- Ballasts shall be of the high power factor type and shall be capable of starting the lamps at -20°C (4OF) and above. Ballasts for Type A signs shall be rated at 200 mA. Balk& for Type B signs shall be rated at 430 mA. Ballasts shall be listed by UL or ETL for operation on 110 to 125 VI 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, shal 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 P. 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 bhks rated at 15 A, 1 OOO V, and shall have integral type, white, waterproof marking strips. All current carrying parts of the terminal block shall be insulated from the fixture with integral plugs or strips to provide an insulating value in excess of the line-to-ground flashover voltage. If the Contractor elects to use sectionalized terminal blocks, each section shall be provided with an integral barrier on each side and shall be capable of rigid mounting and alignment. Terminal screws shall be size No. 10, minimum. 9. Fuses.-Fuses shall be Type 3AG, miniature, slow blowing type with appropriate current and voltage ratings. Fuseholder shall be a panel-mounting type with threaded or bayonet type knob which grips the fuse tightly for extraction. A separate fuse shall be provided for each ballast. 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 cu~ed mast arm. The bracket assembly shall permit the fixture to swing perpendicular to the sign panel. Hinge pins for the free-swinging brackets shall have a minimum diameter of 6 mm (0.25”). At least 4.6 m (15’) clearance shall be provided between the bottom of the fixture and the roadway. 13. Message.- The message, as shown on the plans, shall be displayed on both sign panels. If not shown on the plans, the message, and the size of symbols or arrows will be furnished by the Engineer at the request of the Contractor. Unless shown otherwise, letters shall be 200 mm (87 upper case and 150 mm (6”) lower case, Series E. 14. Mass.- The total mass of the complete sign assembly, including lamps, balasts, 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 lo00 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 shalt 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. 0 0 . e 16. Equipment List and Drawings.- Within 15 days following approval of contract, the Contractor shall submit 3 sets of shop drawings and a llst 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 arrow, 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 slgn assembly, to permit adequate testing and evaluation of conformance to the specified requirement& 2084.07 Photoelectric Controls. Photoelectric controls, as specified in these special provisions 01 as shown on the plans, shall be capable of switching muttiple 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 anenclosure. 2. Type II photoelectric control shall consist of a remote photoelectric unit, a separate contactor located in a service equipment endosure, and a test switch located In the service equipment enclosure unless shown otherwise. 3. Type 111 photoelectric control shall consist of a remote photoelectric unit, and a separate contack>r and a test switch housed in an endosure. 4. Type IV photoelectric control shall consist of a photoelectric unit which plugs into an EEI-NEMA twist lock. 20W.07A 75rpes. The types of photoerectric controls shall be as follows: 1. receptacle integral with the luminaire. 2. Type V photoelectric control shall consist of a photoelectric unit, contactor and test switch located in a service equipment endosure. 3. A switch to permit manual operation of the lighting circuit shall be provided for each Type I, Type II, Type 111, and Type V photoelectric control. Switches shafl be of the single-hole mounting toggle type, single-pole, single-throw, rated at 12 A and a voltage rating to match the circuit. Switches shall be furnished with an indicating nameplate reading "Auto-Test" and shall be connected in parallel with the load contacts of the photoelectric unit. Test switch shall not have an "OFF position. 4. Photoelectric units for Types I, II and 111 photoelectric controls, shall be pole-top mounted unless otherwise specified. 2094.078 Equipment Details. Equipment details shall conform to the following: 2086.078(1) Photoelectric Unit. The photoelectric unit shall provide an output in response to changing light bels. Components of the unit shall not require periodic replacement. Units shall ,have a IYum-on" between 10 and 50 lux (one and 5 footcandles) and a 'Yurn-off" at between 1.5 and 5 times "tum-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 TypeV, shall be furnished with a 100 mm (4") minimum inside diametdr 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 pote-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, 480/12O-volt transformer shall be installed in the contactor enclosure to provide 120 volts for the photoelectric control unit. I - ... . Paae 125 of 139 Pacres Where more than one photoelectric unit is to be installed at the same location, a single transformer, with a volt-ampere rating capable of handling the total controlled load, may be used. Photoelectric units shall be screened to prevent artificial light from causing cycling. The photoelectric unit shall also conform to the following: 1. The supply voltage rating shall be 60 Hz, 105-1 30 V, 210-240 V, or 105-240 V, as specifisd. 2. The load rating shall be 800 W minimum, incandescent, mercury or fluorescent. 3. The operating temperature range shall be from -29°C (-20°F) to 65°C (1 %OF). 4. The power consumption shall be less than 10 W. 5. The unit shall be housed in a weatherproof enclosure. 6. The base of the unit shall be provided with a 3-prong, EEI-NEMA standard, twist-lock plug 7. Units.shall be provided with a "fail-on" feature. 0 mounting. 209-6.07B(2) Contactor. The contactor shal 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 Type1 and Type 111 photoelectric controls shall be NEMA Type 3R. The enclosure shall be provided with a factory applied rust resistant prime coat and finish coat. Two applitions of paint to match the color of the standard shall be applied as specified in Section 209-2.1 6, "Painting." The enclosure may be hotdip galvanized in lieu of painting. A minimum of 65 mm (2'/sU) shall be provided between contador 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 bege. 209-6.078(4) Wiring. Conductors between the photoelectric unit and an external con6actor shall be No. 14 and shall be run inside the lighting standard, or in conduit, unless otherwise shown on the plans. 209.6.076(5) Teminsl 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. 0 209-6.09 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. 20916.09A Electrical Requirements. Transformer ratings shall be 120/480 volts, 2W480 volts or 480/120 votts for multiple to multiple units and 6.6 N120 volts or 6.6 N480 volts for seriee 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 muitiple to multiple units and 80 percent for series to multiple units. Secondary voltage regulation and tolerance shall be a percent from half load to full load for multiple to muttiple units and +10 percent (maximum) at no load to & percent at full load for series to multiple units. Transformers shall have a decal showing a connection diagram. The diagram shall show either color coding or tagging of wires with primary (Hl, H2) or secondary (Xl, X2) markers, and shall also show the primary and secondary voltage and volt-ampere rating. Revised 1cwt38m3 Contraci No. 3935-1 Paw 126 of 139 Paom 209.6.098 Physld Requirements. External leads for multiple to muttiple and series to muttiple secondary connections shall be Type USE, No. 10, rated 6OOvob AC. Primary conductors for series to multiple transformers shall be rated for use on 5OOO-volt AC circuits. Transformer leads shall extend a minimum of 300 mm (123 from the case. Transformer insulation shall be NEMA 185°C or better. Series to multiple transformers shall withstand the application of 12 OOO 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 22OOvolts AC from core to coils and, for multiple units only, from coil to coil for a one minute period. The above tests shaN be made immediately after operatioq 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 Submemlble 'I)cpe Transformens. Submersible type transformers shall be securely encased in a rugged corrosion resistant, watertight case and shall withstand a 5day test submerged in 600 mm (2') of salt water (2 percent sa# by mass) with 12-hour on and off periods. The operating periods shall be at full load. Leads of submersible transformers shall be brought out through one or more sealed hubs and shall be secured in a manner which will withstand a 450-N (100 Ib) static pull without loosening or leaking. 209-7 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT 209-7.01 Removing Electrical Equipment. Attention is directed to Section 7-9, 'Protection and Restoration of Existing Improvements." Existing electrical equipment shown on the plans or specified in these special provisions to be removed and not reused or salvaged, and pull boxes, conduit and detector frames not reused, shall become the property of the Contractor and shall be removed from the street right of way in accordance with the provisions in 300-1, "Clearing and Grubbing," except, if not interfering with other construction, underground conduit may be abandoned in place after all conductors have been removed. Care shall be exercised in salvaging equipment so that it will not be damaged or destroyed and will remain in fts 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 ams. Attention is directed to the provisions in Section 7-9, 'Protedon and Restoration of Existing Improvements" and 300-1.2, "Preservation of Properly." 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. e 20918 PAYMENT 209-8.01 Payment. The contract lump sum prke 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 mehods 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, cornbinations 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 Q Revised lo/08103 Corrtract No. 3935-1 Paw 127 of 139 Page$ item); eiivation and &~MI; concrete foundations (except when shown as a separate mtmct item); pedestrian barricades; furnishing and installing illuminated street name signs; installing Agency-furnished sign panels on pedestrian banicades, 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. Surface to be Patnted Temporary Railing type (K) Full compensation for all additional materials and labor, not shown on the plans or spedfied, which are necessary to complete the installation of the various systems, shall be considered as induded in the prices paid for the systems, or units thereof, and no additional compensafbn WHI be allowed therefor, except as provided in Section 209-1.05, 'Maintaining Existing and Temporary Electrical Systems." When shown as a contract item, the contract prke paid per meter for cast-MriUedhde concrete pile (signal foundation) shall indude full compensation for furnishing all labor, materials, took, equipment, and incidentals, and for doing all the work involved in constructing reinforced concrete pile foundations of the size shown on the Engineer's Esflmate, including drilling holes, disposing of the material resulting from drilling holes, furnishing and placing a-hchor bolt assemblies and reinforcing steel, complete in place, as shown on the plans, and as specifii in these special provisions and as directed by the Engineer. Pre-reatment / surface Primer Flnlsh Coats Preparation Abrasive Blast Cleaning to a None Two coats white Acrylic Roughened, Textured Appe arance Emulsion Paint 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 303-1.1 1, Vayment." ac ic emulsion paint desi ned for use on exterior mason is paint shal When shown as a separate contract item by the lump sum or per bid item linear measurement, interconnection conduit and conductor shall include all interconnection conductors,. but shall only include conduit and pull boxes containing interconnection conductors and no other conductors. The quantity of interconnection conduit and conductor to be paid for by the lump sum bid or the bid item linear measurement shall be the length of that conduit. Compensation for conduit containing interconnection conductors and other conductors shall be considered as induded in the contract price paid for the item requiring the other conductors. comply in all respects to Full compensation for furnishing, installing, maintaining and removing falsework lighting equipment shall be considered as included in the contract prices paid for the items of work involved in the structure which requires the falsework lighting and no additional compensation will be allowed therefor. SECTION 210 - PAINT AND PROTECTIVE COATINGS 210-1 PAINT. 210-1.5 Paint Systems. Add the following to Table 210-1 S(A) Revised 1 WW Contract No. 3935-1 Psoe 128 d 1.19 Paam 2104.6 Paint for Traffic Striping, .Pavement Marking, and Cutb Murldng. Modify a$ follows: Paint for traffic lane lines, tum pocket lines, edge lines, channelizing lines, bike lane lines, chevrons, and curbs shall be rapid dry water borne conforming to CALTRANS Speqification No. PTW8-01. Paint for pavement legends, pavement symbols, pavement arrows, cross walks, parldng stall markings and stop bars shall be alkyd thermoplastic conforming to CALTRANS Spedfication 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 11). CALTRANS Specifications for water borne paint, thermoplastic material and glass beads may be obtained from the CALTRANS Transportation Laboratory, P.O. Box 19128, Sacramento, CA 9581 9, telephone number (91 6) 227-7000. 2105 GALVANIZING Add the following sec2kn: 210-3.6 Galvanizing for Traffic Signal FacflFttes. The requirements of this section shall pertaln only to the preparation and galvanizing of traffic signal facilities. Gahrgnlzing of,products fabricated from rolled, pressed and forged steel shapes, plates, bars and strip 3.2 mm ( thick or thiier, 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 ('/E") 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 shall be galvanired either before fabrication in conformance with the requirements of ASTM Designation: A525M, Coating Designation 2600, or after fabrication in conformance with the requirements of ASTM Designation: A 123, except that the weight of zinc coating shall average not less than 365 g per square meter (1.2 oz. per ff) of actual surface area with no individual specimen having a coating weight of less than 305 g per square meter (1 .O oz. per e). Galvanizing of standard pipe shall conform to the requirements of ASTM Designation: A53. 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, drillng, mling, 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, bob, nuts, and washers are specified to conform to ASTM Designation: A 307, A 325, A 325M, A 449, A 563, A 563M, or F 436 and zinc coating is required, they shall be hot-dip zinc coated or mechanically zinc coated in accordance with the requirements of the ASTM Designations. Unless otherwise specified, galvanizing shall be performed after fabrication. Components of bolted assemblies shall be galvanized separately before assembly. Tapping of nuts or other internally threaded parts to be used with zinc coated bolts, anchor bars or studs shall be done after galvanizing and shall conform to the requirements for thread dimensions and overtapping allowances in ASTM Designation: A 563 or A 563M. When specified, painting of zinc coated surfaces shall be in accordance with the procedures in Section 210-1, 'Paint." Galvanized surfaces that are abraded or damaged at any time after the application of the zinc coating shall be repaired by thoroughly wire brushing the damaged areas and removing all loose and cracked coating, after which the cleaned areas shall be painted with 2 applications of unthinned zinc-rich primer (organic vehicle type) conforming to the provisions in Section 210-3.5, 'Repair of Damaged Zinc Coating." Aerosol cans shall not be used. @ Revised WW03 Contract No. 3935-1 SECTION 234 PAVEMEN" MARKERS 214-5 REFLECTIVE PAVEMENT MARKERS Add the foH&g section: 214-5.1 Temporary Rdecthre Pavement Markers. Temporary pavement markers shown on the plans and required in the specifications shall be one of the types shown in Table 214-5.1 (A), or equal thereto. TEMPORARY REFLECTTW PAVEhENT MARKERS . Type I Manufacturer or Distributor Stimsanite Chip SeaVkmporary Overlery Matl<er (Models 300 and 301) TFPM DAPCO Davidson Plastics Company, 18726 East Valley Highway, Kent, Washington 98032, Telepbw (206) 251 -8140. Add the foilowing section: 2165.2 Permanent Reflective Channelizer. Reflective Channelizer shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. ReWve channelizer posts shall be orange in color. Reflective channelizers shall have affixed whie reflective sheeting as specified in the spedal 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 21 4-5.2(A), or equal thereto. TABLE 214-52(A) Type Safe-Hit SH236MA Carsonite 'Super Duck" SDF-436 Repo "The Replaceable Post" \, IEFLECTlVE CWANl$€LlUER Safe-Hit Corporation 1930 West Winton Avenue, Building #11 Hayward, CA 94545 Telephone (41 5) 783-6550 Carsonite International Corporation 2900 Lockheed Way Carson City, NV 89701 Manufacturer or Distributor 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 %ubmittals". 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. a Revised lCUWO3 contnrd No. 3935-1 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTlON 306-1 OPEN TRENCH OPERATIONS Add the fdlowlng section: 3016-1.1.7 Steei Plate Bridging - Wlth a Non-Skid Surface. This section covers the us8 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 othewise approved by the Engineer. It is recognized that to accommodate excavation work, steel plate bridging may be necessary. All conditionS for us8 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. 2. 4. Weather conditions. Traff iC volume and composition. Duration of use of the steel plate bridging. I 3. Size of the proposed excavation. The following formirla shall be used to score the permitted use of sted plate bridging: PS = [ NT+ EWL+ DAYS + 10 X WEEKEND + 5 X NIGHTS + 20X WEATHER +- + SLOPE X lOO]XLANEG lo00 8 PS I [mT+ u+ dAYS+ 1OX WEEKEND + 5 X NIGHTS + 20 X WEATHER +-+ SLOPE X 10OlX LANES lo00 6 where: PS ADT - EWL I DAYS = WEEKEND = NIGHTS = WEATHER = SPEED = e - plate score. average daily traffic as defined in the CALTRANS Traffk Manual. equivalent wheel loads as defined in the CALTRANS Traffic Manual. total number of 24 hour periods during which the plates will be utilized at the site being considered. total number of Saturdays, Sundays and holidays that the plates will be utilized at the site being considered. total number of overnight periods that the plates will be in place, exclusive of Saturday, Sunday and holiday nights. 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. 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. Revised loJO8#3 contract No. m35-1 Page 131 of 139 Pages SLOPE = the quotient of the vertical differential divided by the horizontal distance. The verticat and horizontal dimensions shaU be measured at the locations spanning a distance of 15 m (50') up and downstream of the position of the proposed steel plate bridging. x the number of lanes where plates WHI be used. LANES When the computed value of the plate score ex*& 50, steel plate bridging shall not be USBd 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 ovenidhg considerations make the use of steel plate bridging acceptah. 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 don: 306-1.1.72 Additfond 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 shatl be designed and installed to support the steel plate bridging and traffic loads. All approvals for design, substitution of materials or methods shall be and SubmiMs. The Contractor shall backfill and resurface excavations in accordanoe witti section 306-1.5. submitted by the Contractor in accordance with all provisions of section 2-5.3 Shop D Add the following section: 3U6-1.1.7.3 Installation. When backfilling operations of an excavation in the traveled way, whether transverse or longitudinal cannot be property 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 b) Steel plates used for bridging must extend a minimum of 610 mm (2') beyond the edges of c) Steel plate bridging shall be installed to operate with minimum noise. sole discretion of the Engineer, it is approved as specified hereinbefore. the trench. 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. 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(8) and 203-5.3(A). Revised lWW03 contrect No. 3935-1 Paoe 132 of 139 Paoes I Maximum Trench WMtht') 0.3m (10") 0.6 m (23") 0.8 m (31") 1.0 m (41") 1.6 rn_(63"r---__ -_-_ ~ - ___ I Mnimum Plate Thickness 13 mm (VZm) 19 mm (?,") 22 mm 25 mm (1") 32mm (1 W") e - - - - - @ Revised 10/08KW Contract No. 3935-1 Page 133 a4 139 Pages - -- 306-1.2.4 Fieki Jolntlng of Reinforced Concrete Pipe. add the following: The Contraator 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 instalt detectable underground utiJity 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. 0 306-1 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 subgtiatte the following: Temporary bituminous resurfacing materials which are placed by the Contractor are for reS convenience and shall be at no cost to the Agency. Temporary bituminous resurfacing materiak 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 conduk or structure shall include full compensation for furnishing, placing, maintaining, removing, and disposing of such temporary resurfacing materials. 306-1 S.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 hou~ after the completion of backfill and densification of backfill and aggregate base materials. 306-1.6 Basis of Payment for Open Trench Installation. add the following: Payment for utilities undergrounding which includes the utility trench for CATV and SOG&E and conduit for SDG&€'s electric conversion shall be made on the basis of contract lump sum price for utilities undergrounding and no other payments will be made. Cox Cable will supply and deliver conduits and fittings to be installed by the Contractor. Cox Cable will install enclosures. The Contractor will fumish and install 6.4 mm (%") nylon pull ropes in all conduit. 306-5 ABANDONMENT OF CONDUlfS 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 coum 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. - @ SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS and Electrical Systems" herein, shall replace Section 307-3, "Electrical Components", of the SSPW T 307-3 STREET LIGHTING CONSTRUCTION. Modify as follows: Seetion 209, Signals, L$Mi in all matters pertaining to the specifications for measurement, payment, warranty, and methods of construction for all elements of street lighting and traffic signals. 307-4 TRAFflC SIGNAL CONSTRUCTION. Modify as follows: Section 209, "Signals, Li tin and Electrical Systems" herein, shall replace Section 307-4, 'Electrical Components', of the &dC in all matters pertaining to the specifications for measurement, payment, warranty, and methods of construction for all elements of street lighting and traffic signals. ;Q Revised la/08K)3 Page 134 of 13Q Pw , SECTION 310 - PAINTING 3106 P"I1N6 VARIOUS SURFACES. 310-5.6 Palnting Traffic Strlplng, Pavement Markings and Cui, Marktng.. Moc#fy 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 andlaround the construction site. ?'he 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. 310-5.6.5 Equipment. Delete the ninth paragraph and substitute the following: The ContracZor 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 ('/*") in 3 m (10') when measured parallel to the centerline of the street or more than 6 mm ('/,") in 3 m (10') when measured perpendicular to the centerline of the street. The use of any equipment that leaves ridges, indentations or other objectionable marks in the pavement shall be discontinued, and equipment capable of providing acceptable surface shall be furnished by the Contractor. This equipment shall meet all requirements of the air pollution control district having jurisdiction. 310-5.6.6 Preparatlon 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 velocily water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehides 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 emufsin oil or any other masking method other than a minimum 30mm (0.1 0') thick asphatt concrete overlay is not permitted. 510-5.6.7 Layout, Atignment, and Spottlng. 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 lOOmm (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 1W03 Contract No. Page 135 of 139 PaQus 310-5.6.8 Application of Paint Modify the second paragraph 88 follows: The Contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer. The Contractor shall apply the second coat of paint two weeks after the application of the first coat. 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 ttre specifications shall be included in the lump-sum price bid for the installation of the traffic signal, and no additional cornpensation will be allowed therefor. Reapplication of temporary stripes and markings shall be repatnted at the Contractofs expense, and no additional compensation will be allowed therefor. The lump-sum price bid for the installation of the traffic signal 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 aH permanent traffic control signs at locations shown on plans and as specified herein. Add the following swtbn: 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 price bid for the installation of the traffic signal, therefor shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in supplying and installing permanent signing and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. @ 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 followfng section: 312-1.1 Refkdve 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 cu~d 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. , Q Revised contract No. 3935-1 Pam 136 of 139Paaes SECTION 31 3 - TEMPORARY TRAFFIC CONTROL DEVICES Add the fotlowing section: Add the following section: 31311.1 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,Jcomplete in place prior to opening the traveled way served by said final and temporary traffic pavement markers, signing, railing (type K) and appurtenalnceg to public traffic. 313-1.2 Temporary Pavement Markem. Temporary reflective &sed 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 rassed 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. TheContractor shall use temporary reflective raised pavement markers for temporary pavement marking, except when the temporary pavement markers are used to replace patterns of temporary traffm stripe that will be in place for less than 30 days. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the section 312 "Pavement Marker Placement and Removal', except the 14day waiting period before placing the pavement makers 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 Add the fdlowing section: 313-1.3 Chennelim. 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 &de reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm (3" x 127 in size. The reflecthre sheeting shall be visible at 300 m (1OOO') 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 cuwed 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 causB, 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. 313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. required. Add the following section: 31 3-2 TEMPORARY TRAFFIC SIGNtNG. Add the following section: 0 313-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. @ Revised 10/081103 Conttact No. 3935-1 Page 137 of 139 Pages AddthekUoWsectkm: 313-2.2 Malntenance 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, reflech and readable condition. The Contractor shaH 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 marliing. Add the following section: 313-3 TEMPORARY RAILING (TYPE K) AND, CRASH CUSHWNS. Add the following section: 313-3.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist of interconnected new or undamagedwed 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 sedons 21 0-1.5 "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. 3139.1.2 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 Compllancg 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: 'AWA36M. The bob 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 WA 36M, shall have a minimum length of 660 mm and shall have a 75 mm (33 diameter by 9 mm (3/g))) thidc plate welded on the upper end with a 5-mm (3/16") 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. Paw 138 of $39 Paws . i __ Add the fotbwing section. 3134.14 lnrtullatlon 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 beating 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 cutved alignment Each rail unit placed within 3 m (lo') of a traffic lane shall have a reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be furnished by the Contractor. A Type P marker panel conforming to the requirements of the CALTRANS Traffic Manual 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 206-72, Temporary Traffic Signs". Where show 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 tempontry railing shall be restored to its previous condition, or constructed to its planned condition. 3155.2 Temporary Sand-Fflled Crash Cushions. Temporary sand-filled crash cushion units shall be "Energite 111" manufactured by Energy Absorption Systems, Fich 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 b CALTRANS and that the temporary sand-filled crash cushion units meet NCHRP 350 standards. &her 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 traffi, 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 DrawingsTl 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 drawin s. A Type J and/or P marker panel conforming to the requirements of the CALTRANS Traffic 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 therefor shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentats 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 cushion$, concrete barriers and the signs and reflectors marking them shall include the installation, grading for installation, grading for the approach path, maintenance, painting and re-painting, replacement of damaged units and removal and shall also be included in the lump-sum price bid for traffic control. Payment for relocation of K-rails and crash cushions when not shown on the plans and requested by the Engineer shall be made per section 3-3, Extra Work, SSPWC. ~ Add the following don: Manua B shall also be installed at each TSFCC array as shown in CALTRANS Standard Drawings T1 1 a Revised 10/08/03 Contract No. 3935-1 Page 139 of 139 Paps