Loading...
HomeMy WebLinkAboutSean Malek Engineering & Construction; 1999-12-16; 3671Recording requested by: CITY OF CARLSBAD When recorded mail to: ) ) ) ) ) ) City Clerk ) City of Carlsbad ) DOC~ 2001-0044033 JAN 25, 2001 2:33 PM OFFICIAL RECORDS SAN D !EGO COl.ilTV RECORDER'S OFFICE GREGORY J. SMITH, C[l]NTV RECORDER FEES: 0.00 ;.; ♦ 1200 Carlsbad Village Dr. ) \ ~. Carlsbad, CA 9_2_00_8 _____ ~--------------------- \)~ Space above this line for Recorder's Use NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is 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 of improvement on the property hereinafter described was completed on August 10, 2000. 6. The name of the contractor, if any, for such work of improvement is Malek Engineering. 7. The property on which said work of improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as the Cannon Road/Carlsbad Boulevard project, Project No. 36081/36711. 8. The address of said property is within the limits of the City of Carlsbad. CITY OF CARLSBAD foi. WJYD B.HuBBS,£. Public Works Director/City Engineer VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Council of said City on January 9 , 2001, 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 January 10 , 2001, at Carlsbad, California. ::tc '7 /le, ;(,, 01'-( I /-9-o/ CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/O #1 Project: #3671 CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT Date Routed: ~ ? /l o/ DO 5l\l\\ Od Reasons for change: Public Works Director/City Engineer Engineering Inspection Finance Director City Manager/Mayor Engineering Inspection Item 1 The retaining wall drainage system located at 101 Cannon Road was revised by the design engineer due to increased backfill behind wall. COST ACCOUNTING: Original contract amount....... . .. . .. .. .. . .. . . . .. . . . . . .. . . . .. . . . . . . . . . . . . . . . . . .. . . . .. . . $ Total amount this c/0 ..................................................................... $ Total amount of previous c/o's ....................................................... $ Total c/o's to date ............................................................................ $ New Contract Amount........... . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ Total c/o's as % of original contract. .............................................. . Contingency monies encumbered.................................................. $ Contingency increase or decrease................................................. $ Contingency Subtotal............ . . . . . . . . . . . . . . . . . . . . . . ... ... . . . . . . . . . . . . . . . ... . . .. . . .. .. . $ Total c/o's to date.................. .............. ....... ........... .............. .......... $ Contingency Balance .. . . . .. .. ... .. .. . .. . . . .. . . . .. . . . .. .. .. .. .. .. . .. .. .. .. .. .. .. .. .. .. . .. $ 465,203.50 / 4,485.001 0.00 4,485.00 460,718.50 1.0% 70,000.00 1 0.00 70,000.00 4,485.001 65,515.00 / CITY OF CARLSBAD PROJECT: #3671 CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT CONTRACT CHANGE ORDER NO. 1 CONTRACT NO. 3671 P.O. NO.P107768 ACCOUNT NO.34270009060/36711900 ✓ CONTRACTOR: ADDRESS: SEAN MALEK ENGINEERING AND CONSTRUCTION, INC. 3772 BRENNAN AVENUE , PERRIS, CALIFORNIA 92571 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to Subsection 3-2.2.3, Agreed Prices, SSPWC 1997 and the Special Provisions perform the following: Item 1: Install two-sided mirafi composite drain fabric and burrito drain system for retaining wall from station 1 +90, 121' right, to station 2+34, 45' right, drawing #363-4, sheet 5 of 14, complete; for the lump sum price of $4,485.00. Increase to contract cost. ............................................... $ 4,485.00 3671 CANNON RD/CARLSBAD BLVD Change Order No. 1 Page 2 INCREASE TO CONTRACT COST ................................................ $ 4,485.00 TIME FOR COMPLETON OF ALL WORK UNDER THIS CONTRACT SHALL BE EXTENDED BY TWO WORKING DAYS. RECOMMENDED BY: }k(f?tuL i/~r;Joo CONSTRUCTION MANAGER (DATE) L .121-& gr F5UBLIC WORKS MANAGER ( TE) DISTRUBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR DEPUTY CITY ENGINEER, DESIGN APPROVED BY: CITY OF CARLSBAD PROJECT: #3671 CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT CONTRACT CHANGE ORDER NO. 2 CONTRACT NO. 3671 P.O. NO.P107768 ACCOUNT NO.34270009060/36711900 CONTRACTOR: ADDRESS: SEAN MALEK ENGINEERING AND CONSTRUCTION, INC. . 3772 BRENNAN AVENUE PERRIS, CALIFORNIA 92571 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to Subsection 3-2.2.3, Agreed Prices, SSPWC 1997 and the Special Provisions perform the following: Item 1: Realign 24" RCP storm drain line and install additional 33 LF of 24" RCP from station 8+30, 14' right, to station 9+68, 12' right, per revised drawing 363-4, sheet 6 of 14, complete, for the lump sum price of $8,637.20. Increase to contract cost.. .............................................. $ 8,637.20 3671 CANNON RD/CARLSBAD BLVD Change Order No. 2 Page 2 TOTAL INCREASE TO CONTRACT COST ................................... $ 8,637.20 TIME FOR COMPLETON OF ALL WORK UNDER THIS CONTRACT SHALL BE EXTENDED BY FIVE WORKING DAYS. RECOMMENDED BY: )U-f;te_JL ;;/0'f/6D CONSTRUCTION MANAGER (DATE) FINANCE DIRECTOR (DATE) DISTRUBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR DEPUTY CITY ENGINEER, DESIGN APPROVED BY: CITY MANAGER/ MAYOR (DATE) _♦ CITY OF CARLSBAD PROJECT: #3671 CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT CONTRACT CHANGE ORDER NO. 3 CONTRACT NO. 3671 P.O. NO.P107768 ACCOUNT NO.34270009060/36711900 CONTRACTOR: ADDRESS: SEAN MALEK ENGINEERING AND CONSTRUCTION, INC. 3772 BRENNAN AVENUE PERRIS, CALIFORNIA 92571 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, ma.terials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to Subsection 3-2.2.3, Agreed Prices, SSPWC 1997 and the Special Provisions perform the following: Item 1: Remove and dispose of existing 10 inch Asbestos Cement Pipe water line on Cannon Road, station 1 + 75 to station 4+ 15, 20' right. Install new 10 inch C900 CL-150 PVC, station 1 + 75 to station 4+15, 20' right, per engineer's design revision on drawing 363-4, sheet 5 of 14, complete; 238 LF x $85.00/LF = $20,230.00. . Increase to contract cost.. .............................................. $ 20,230.00 3671 CANNON RD/CARLSBAD BLVD Change Order No. 3 Page 2 TOTAL INCREASE TO CONTRACT COST ................................... $ 20,230.00 TIME FOR COMPLETON OF ALL WORK UNDER THI~ CONTRACT SHALL BE EXTENDED BY FIVE WORKING DAYS. RECOMMENDED BY: ~ s}-'I /oo CONSTRUCTION MANAGER (DATE) ~r& p'UBllCW RKS MANAGER FINANCE DIRECTOR (DATE) DISTRUBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR DEPUTY CITY ENGINEER, DESIGN APPROVED BY: CITY MANAGER/ MAYOR (DATE) CITY OF CARLSBAD PROJECT: #3671 CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT CONTRACT CHANGE ORDER NO. 4 CONTRACT NO. 3671 P.O. NO.P107768 ACCOUNT NO.34270009060/36711900 CONTRACTOR: ADDRESS: SEAN MALEK ENGINEERING AND CONSTRUCTION, INC. 3772 BRENNAN AVENUE PERRIS, CALIFORNIA 92571 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to Subsection 3-3, Extra Work, SSPWC 1997 and the Special Provisions perform the following as directed by the Engineer: Item 1: Repair and/or replace existing 2" water services with new copper line and replaced two (2) 2" gate valves with 2" corp stops at station 5+85, per drawing 363-4, sheet 5 of 14. Estimated increase to contract cost. ................................... $ 400.00 Item 2: Repair existing 12" water main at station 9+66 by removing 13 LF of 12" ACP and replacing it with 12" C900 PVC pipe, two (2) repair couplings and two (2) coupling restraints per drawing 363-4, sheet 6 of 14. Estimated increase to contract cost. .................................. $ 2,500.00 Item 3: Repair 1" water service to lift station at station 8+86 by replacing 1" copper line and silver soldered couplings, per drawing 363-4, sheet 6 of 14. Estimated increase to contract cost. ................................... $ 500.00 .> 3671 CANNON RD/CARLSBAD BLVD Change Order No. 4 Page 2 TOTAL ESTIMATED INCREASE TO CONTRACT COST ............. $ 3,400.00 TIME FOR COMPLETON OF ALL WORK UNDER THIS CONTRACT SHALL BE EXTENDED BY TWO WORKING DAYS. RECOMMENDED BY: lb( fJtlR 5/2-Y/oo CONSTRUCTION MANAGER (DATE) FINANCE DIRECTOR (DATE) DISTRUBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR DEPUTY CITY ENGINEER, DESIGN APPROVED BY: L~~-/-2-000 'CONTRACTOR (DATE) CITY MANAGER/ MAYOR (DATE) CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/O #5 PROJECT: #3671 CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT Date Routed: Reasons for change: Public Works Director/City Engineer Engineering Inspection Finance Director City Manager/Mayor Engineering Inspection Item 1 Twin 24" CMP storm drain lines in Cannon Road must be abandoned to eliminate a conflict and the lake outlet structure must be modified. Item 2 A large underground void under Cannon Road was found and must be filled, Item 3 An existing street light conduit in Cannon Road does not have sufficient cover ·and must be lowered to accommodate the new pavement section. COST ACCOUNTING: Original contract amount .................................................................. $ Total amount this c/o ........................................................................ $ Total amount of previous c/o's .......................................................... $ Total c/o's to date ............................................................................ $ New Contract Amount ...................................................................... $ Total c/o's as% of original contract. ................................................. . Contingency monies encumbered .................................................... $ Contingency increase or decrease ................................................... $ Contingency Subtotal .................... : .................................................. $ Total c/o's to date ............................................................................. $ Contingency Balance ........................................................................ $ 465,203.50 / 10,125.00 36,752.20 46,877.20 / 512,080.70"' 10.1% / 70,000.00 0.00 70,000.00 46,877.20 /' 23,122.80 CITY OF CARLSBAD PROJECT: #3671 CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT CONTRACT CHANGE ORDER NO. 5 CONTRACT NO. 3671 P.O. NO.P107768 ACCOUNT NO.34270009060/36711900 CONTRACTOR: ADDRESS: SEAN MALEK ENGINEERING AND CONSTRUCTION, INC. 3772 BRENNAN AVENUE PERRIS, CALIFORNIA 92571 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to Subsection 3-3, Extra Work, SSPWC 1997 and the Special Provisions perform the following as directed by the Engineer: Item 1: Abandon two (2) 24" CMP storm drain lines crossing Cannon Road at station 9+29 and plug ends with concrete. Remove end of 36" RCP storm drain line at lake outlet on south side of Cannon Road at sta. 9+60, shown on Drawing 363- 4, Sheet 6 of 14. Estimated increase to contract cost ......................................... $ 2,000.00 Item 2: Place approximately 40 cubic yards of cement slurry into void and two (2) abandoned 24" CMP storm drain lines at sta. 9+29 and into abandoned storm drain cleanout in slope on south side of Cannon Road at sta. 9+25. Estimated increase to contract cost .......................................... $ 5,500.00 I'. 3671 CANNON RD/CARLSBAD BLVD Change Order No. 5 Page 2 Pursuant to Subsection 3-2.2.3, Agreed Prices, SSPWC 1997 and the Special Provisions perform the following: Item 3: Remove existing street light conduit and install 1" electrical conduit, wires and pull boxes for two (2) street lights on Cannon Road at station 4+89 and 7+76, drawing 363-4, sheets 5 and 6 of 14, for the unit price of $8.75/LF; 300 LF x $8.75/ LF = $2,625.00. Increase to contract cost ............................................................... $ 2,625.00 ESTIMATED INCREASE TO CONTRACT COST ................................. $ 10,125.00 TIME FOR COMPLETON OF ALL WORK UNDER THIS CONTRACT SHALL BE EXTENDED BY FOUR (4) WORKING DAYS. RECOMMENDED BY: -i/tt~O CONSTRUCTION MANAGER (DATE) ~Sh-~ Ut ,/19(~ FINAf.JDIRECTOR (DATE) DISTRUBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR DEPUTY CITY ENGINEER, DESIGN APPROVED BY: ~-~-~() (DATE) CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/0 #6 PROJECT: #3671 CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT Date Routed: Reasons for change: Public Works Director/City Engineer Engineering Inspection Finance Director City Manager/Mayor Engineering Inspection Item 1 Potholed existing 1 O" ACP waterline in Cannon Road to verify depth. Item 2 Additional trench shielding is required for storm drain installation in Cannon Road because of unanticipated unstable material. Item 3 Removal of unanticipated extra-thick AC pavement, and additional trench shoring due to loose and unstable subgrade material is required on Carlsbad Boulevard. COST ACCOUNTING: Original contract amount....... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ Total amount this c/0 ..................................................................... $ Total amount of previous c/o's ....................................................... $ Total c/o's to date ........................................................................... $ New Contract Amount........... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ Total c/o's as % of original contract. .............................................. . Contingency monies encumbered.................................................. $ Contingency increase or decrease................................................. $ Contingency Subtotal . . . . .. . . . . . . . . . .. .. .. .. .. .. . . . . .. .. . . .. .. .. .. .. .. .. . . . . . . . .. .. . . . . . . $ Total c/o's to date .......................................................................... $ Contingency Balance............ . . . . . .. . . ............................... .. . . . . .. .. . . . . . . $ 465,203.50 ✓ 4,100.00 46,877.20 ✓ 50,977.20 516,180.70 / 11.0% 70,000.00 I 0.00 70,000.00 50,977.20 ,,,, 19,022.80 ,,, CITY OF CARLSBAD PROJECT: #3671 CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT CONTRACT CHANGE ORDER NO. 6 CONTRACT NO. 3671 P.O. NO.P107768 ACCOUNT NO .34270009060/36711900 CONTRACTOR: ADDRESS: SEAN MALEK ENGINEERING AND CONSTRUCTION, INC. 3772 BRENNAN AVENUE PERRIS, CALIFORNIA 92571 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to Subsection 3-3, Extra Work, SSPWC 1997 and the Special Provisions perform the following: Item 1: Pothole 10" ACP waterline existing from station 1+76 to station 4+14 to verify vertical and horizontal alignment. Estimated increase to contract cost. ......................................... $ 600.00 3671 CANNON RD/CARLSBAD BLVD Change Order No. 6 Page2 Item 2: Install additional trench shield on Cannon Road, station 5+90 to station 7+30, to protect existing surface improvements. Estimated increase to contract cost. ...................................... $ 2,500.00 Item 3: Remove and dispose of 16" thick AC pavement and very loose subgrade over existing sewer line on Carlsbad Boulevard station 100+93. Install steel trench plates as required during installation to maintain safe vehicle passage. Estimated increase to contract cost. ...................................... $ 1,000.00 TOTAL INCREASE TO CONTRACT COST ................................... $ 4,100.00 TIME FOR COMPLETON OF ALL WORK UNDER THIS CONTRACT SHALL BE EXTENDED BY THREE (3) WORKING DAYS. RECOMMENDED BY: ---'-.. DISTRUBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR DEPUTY CITY ENGINEER, DESIGN APPROVED BY: CONTRACTOR ~~ CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/0 #7 PROJECT: #3671 CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT Date Routed: Reasons for changes: Public Works Director/City Engineer Engineering Inspection Finance Director City Manager/Mayor Engineering Inspection Item 1 Additional asphalt removal is needed on El Arbol Drive at its intersection with Cannon Road to provide a smoother transition to the Cannon Road improvements. · Item 2 Due to a design error, two (2) traffic signal pole bases and conduit need to be relocated at the southeast corner of Carlsbad Boulevard and Cannon Road. COST ACCOUNTING: Original contract amount....... .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .... .. .. .. .. .. .. .. .. .. .. $ Total amount this c/0............. ........................................................ $ Total amount of previous c/o's ....................................................... $ Total c/o's to date ........................................................................... $ New Contract Amount........... . . . .. . . . . .. . . .. . . .. . . . . . . . . . .. . . . . .. . . . . . . .. . . . . . . . . . . . . $ Total c/o's as % of original contract .............................................. .. Contingency monies encumbered.................................................. $ Contingency increase or decrease................................................. $ Contingency Subtotal............ .. . .. .. .. .. .. .. . .. .. . .. .. .. .. .. .... .. .. .. .. .. .. .. .. .. .. . $ Total c/o's to date .......................................................................... $ Contingency Balance . .. ... .. .. .. .. .. .. .. .. .. . .... .. .. .. .. .. .. . .. .. ... .... .. . .. .. .. .. .. .. $ 465,203.50✓ 2,000.00 ✓ 50,977.20~ 52,977.20 518,180.70 11.4% 70,000.00-' 0.00 70,000.00 52,977.20 " 17,022.80 ✓ CITY OF CARLSBAD PROJECT: #3671 CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT CONTRACT CHANGE ORDER NO. 7 CONTRACT NO. 3671 P.O. NO.P107768 ACCOUNT NO.34270009060/36711900 CONTRACTOR: SEAN MALEK ENGINEERING AND CONSTRUCTION, INC. 3772 BRENNAN AVENUE ADDRESS: PERRIS, CALIFORNIA 92571 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to Subsection 3-3, Extra Work, SSPWC 1997 and the Special Provisions perform the following as directed by the Engineer: Item 1: Remove and replace existing asphalt on El Arbol Drive from station 0+42 to 0+57 and match elevation of Cannon Road improvements. Item 2: Estimated increase to contract cost ....................................... $ 1,100.00 Relocate two (2) Type 1A traffic signal pole bases and conduit at the southeast corner of Carlsbad Boulevard and Cannon Road. Estimated increase to contract cost ....................................... $ 900.00 3671 CANNON RD/CARLSBAD BLVD Change Order No. 7 Page 2 TOTAL INCREASE TO CONTRACT COST ................................... $ 2,000.00 TIME FOR COMPLETON OF ALL WORK UNDER THIS CONTRACT SHALL BE EXTENDED BY THREE (3) WORKING DAYS. RECOMMENDED BY: )7A5Jtli_ CONSTRUCTION MANAGER UBLICORKS MANAGER 1~ ..:_ ~ '8'/rc/ CV FINANCE DIRECTOR (DATE) DISTRUBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR DEPUTY CITY ENGINEER, DESIGN APPROVED BY: £~~7 r~-~- AMENDMENT NO. 1 TO AGREEMENT FOR ENGINEERING DESIGN SERVICES FOR SIDEWALK PROGRAM NO. 6 PROJECT NO. 3671 This Amendment is entered into and effective as of the 16th day of ___ A_u�gu_s_t _____ 200_0_, amending the agreement dated ___ )_a--'-\_1 _,\_q-'-9_,_ __ by and between the City of Carlsbad, a municipal corporation, hereinafter referred to as "City", and SB&O, Inc., a California corporation, hereinafter referred to as, "Contractor" for the design of Sidewalk Project No. 6 (Cannon Road/Carlsbad Boulevard project). RECITALS WHEREAS, the initial agreement, dated December 1, 1999 identified a scope of work which included professional engineering and construction support services; and WHEREAS, the parties to this aforementioned agreement desire to alter the scope of work as follows: Revisions to signing, striping, traffic signal and storm drain for Cannon Road/Carlsbad Boulevard as contained in Exhibit "A" attached hereto (Cost: $3,000); and WHEREAS, a supplemental scope of work and fee schedule have been negotiated and agreed to between the parties hereto, and as shown on Exhibit "A" Scope of Services and Fee; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor hereby agree as follows: 1.Contractor shall provide services as outlined on the attached Exhibit "A". 2.City shall pay Contractor for all work associated with Paragraph 1 above, on a time and materials basis not-to-exceed $3,000. Contractor shall provide City on a monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by City. 2/2/98 August 1999 TABLE OF CONTENTS ✓- Notice Inviting Bids ................................................................................................................ 6 Contractor's Proposal ........................................................................................................... 10 Bid Security Form ................................................................................................................. 21 Bidder's Bond To Accompany Proposal ................................................................................ 22 Guide For Completing the "Designation Of Subcontractor and Amount Of Subcontractor's Bid Items" and "Designation of Owner Operator/Lessor and Amount Of Owner Operator/Lessor Work" Forms ........................................................................................ 23 Designation Of Subcontractor and Amount Of Subcontractor's Bid Items ........................... 25 Designation Of Owner Operator/Lessor and Amount Of Owner Operator/Lessor Work ....... 26 Bidder's Statement Of Financial Responsibility ..................................................................... 27 Bidder's Statement Of Technical Ability And Experience ...................................................... 28 Bidder's Certificate Of Insurance For General Liability, Employers' Liability, Automotive Liability And Workers' Compensation ................................................................................... 29 Bidder's Statement Of Re Debarment. .................................................................................. 30 Bidder's Disclosure Of Discipline Record .................................................................... 31 Non-Collusion Affidavit To Be Executed By Bidder And Submitted With Bid ......................... 33 Contract Public Works .......................................................................................................... 34 Labor And Materials Bond .................................................................................................... 40 Faithful Performance/Warranty Bond ................................................................................... .42 Optional Escrow Agreement For Surety Deposits In Lieu Of Retention ................................ 44 ~ ~, 6/7/99 Contract No. 3671 Page 2 of 136 Pages r_.__ Part 1 Section 1 1-1 1-2 Section 2 2-3 2-4 2-5 2-9 2-10 Section 3 3-3 3-4 3-5 Section 4 4-1 Section 5 5-1 5-4 ·-· 5-6 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 7-10 7-13 Section 9 9-1 9-3 " • ., 6/7/99 SUPPLEMENTAL PROVISIONS General Provisions Terms, Definitions Abbreviations And Symbols Terms.............................................................................................................. 47 Definitions.................................................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 48 Scope And Control Of The Work Subcontracts................................................ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 48 Contract Bonds............................................ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 49 Plans And Specifications . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 49 Surveying..................................................... .. .... .. . .. .......... .. .. ... . .. .. . .. ... . .. . . . ... .. . . 50 Authority Of Board And Engineer................. . ... ... .. . .. . . . .. ... .... ... . . .. . ... .. .. ... . . . .. ..... 52 Changes In Work Extra Work................................................... ... ... ... ... .... ........ ...... .. .. ... . .. . . . ... . . . . .. 53 Changed Conditions . . ...... .. . .. . ... .. . .. ..... .. ... ... . . .. . ... .. ... . ...... ... .. .. .... .. . .. .. . .. . .. .. . .. . .. . 53 Disputed Work............................................. ....... ... . .. .. ... ... . .. . .. .. ... . .. . .. .. . .. . . . ... ... 54 Control Of Materials Materials And Workmanship........................ . ... . .. . .. ...... ... . .. ... .. .... .. .. .... .. . . . ..... ... 57 Utilities Location....................................................... .. .... .. . ...... .. . . . .. ... .... .. .. . .. . .. .. . .. . . . .. . .. 58 Relocation........................................................................................................ 58 Cooperation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 58 Prosecution, Progress And Acceptance Of The Work Construction Schedule And Commencement Of Work .. ... .... .. . .. .. ... . .. . . . .. . .. . . . .. .. 59 Prosecution Of Work.................................... . ... ... ... ... .. . . . .. .... ... .. . . . .. . .. . . . .. . .. . . . .. .. 59 Delays And Extensions Of Time .. .. . ... .. . ....... . ...... ... ... .. .. . .. . .. .... .. . . . .. . ... . . .. . .. . .. . . .. 60 Time of Completion...................................... .................................................... 60 Completion And Acceptance............................................................................ 60 Liquidated Damages.................................... . .. . .. ... ... ... . .. . .. . .. .. .... .. . .. .. . .. . .. .. . .. . .. . 61 Responsibilities Of The Contractor Liability Insurance........................................ .................................................... 61 Workers' Compensation Insurance.................................................................. 61 Permits............................................................................................................ 61 Cooperation and Collateral Work................. . ... ... . .. ... .... ... .. .. . .. . ... .. .. ... . .. .. . .. . . . .. . 61 Project Site Maintenance............................. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 62 Public Convenience And Safety................... . . .. . ... .. ....... .. .... ... .. .. . ... . . .. . ... .. ... .. .. . 62 Laws To Be Observed ................................. .................... ................................ 65 Measurement and Payment Measurement Of Quantities For Unit Price Work.............................................. 66 Payment.......................................................................................................... 66 Contract No. 3671 Page 3 of 136 Pages Part2 Construction Materials Section 200 Rock Materials 200-2 Untreated Base Materials . . . . . . . . . . . . .. . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . 69 Section 201 201-1 202-2 Section 203 203-6 Section 204 204-1 Section 206 206-7 206-8 Section 207 207-2 207-25 Section 209 209-1 209-2 209-4 209-5 209-7 209-8 Section 210 210-1 210-3 210-6 Section 212 212-1 212-2 212-3 PART3 Section 300 300-1 300-2 300-4 300-9 Concrete, Mortar And Related Materials Portland Cement Concrete . ... ......... ... ... . .. . .. .. ... .......... .. . .. ..... ... ... .. . .. .. . .. . . . .. ... ... . 69 Concrete Block . ...... ...... ..... ... ........... ... . ........ .. ... ... .... ...... .. .. ...... .. ... . .. . . . ... . ... .. . .. . 70 Bituminous Materials Asphalt Concrete ............................................................................................ . Lumber And Treatment With Preservatives Lumber And Plywood ...................................................................................... . Miscellaneous Metal Items Traffic Signs .................................................................................................... . Light Gage Steel Tubing And Connectors ....................................................... . Pipe Reinforced Concrete Pipe ............................................................................... . Underground Utility Marking Tape .................................................................. . Signals, Lighting And Electrical Systems 70 70 70 75 76 76 General............................................................................................................ 77 Materials And Installation............................. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 82 Traffic Signal Faces And Fittings................. .................................................... 101 Detectors . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . .. . .. . .. .. . .. . .. . .. . .. . . . . . . .. . . . . . . . . . .. . . . . . . .. . . . .. . .. . . . . . . 111 Removing, Reinstalling Or Salvaging Electrical Equipment............................... 115 Payment . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 116 Paint And Protective Coatings Paint................................................................................................................ 117 Galvanizing.................................................. . ... .. . .. .. . .. . .. ... . .. .. . .. . .. . . . ... .. .. . .. ...... .. 117 Coating and Sealant .. ............ ... .. . .. . ... .. ... . .. . . .... .. . .. ... .. . .. .... .. . .. ... .. .. . ... .. . . ... . . . .. . .. 118 Landscape And Irrigation Materials Landscape Materials........................................................................................ 118 Irrigation System Materials.............................................................................. 120 Electrical Materials....................................... .................................................... 121 Construction Methods Earthwork Clearing And Grubbing .................................................................................. . Unclassified Excavation .................................................................................. . Unclassified Fill ............................................................................................... . Geotextiles For Erosion Control And Water Pollution Control. ......................... . 122 123 124 124 Section 301 Treated Soil, Subgrade Preparation And Placement Of Base Materials 301-1 Subgrade Preparation.................................. .................................................... 125 l\ • ., 6/7/99 Contract No. 3671 Page 4 of 136 Pages Section 302 Roadway Surfacing 302-5 Asphalt Concrete Pavement............................................................................. 126 Section 303 Concrete And Masonry Construction. 303-5 Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, And Driveways ..... ... ...... .. . .. . ...... ... .. . .. . . .. . ... .. . ... ... .. ... . . . .. .... ... . . .. . .. . .. .. . ... . . .. . .... .. 126 Section 306 306-1 306-5 Section 307 307-3 307-4 Section 308 308-2 308-4 308-5 308-6 308-7 308-8 Section 310 310-5 310-6 I\ • ., 6/7/99 Underground Conduit Construction Open Trench Operations.................................................................................. 128 Abandonment Of Conduits And Structures . ... . .. ... .. . .. . .. ....... .. .. ... . ..... .. . .. . . .... .. .. . . 128 Street Lighting And Traffic Signals Street Lighting Construction.............................................................................. 129 Traffic Signal Construction................................................................................ 129 Landscape And Irrigation Installation Earthwork And Topsoil Placement.................................................................... 129 Planting . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 129 Irrigation System Installation............................................................................. 130 Maintenance And Plant Establishment . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . 131 Guarantee . . .. . .. . . . . . . .. .. . . . . . .. . .. .. . . .. . .. . .. . . . . . . . . . . . . . . . . .. . .. . . . . . . . . . . .. . .. . . . .. . . . . . . . . . . . . . . . . . . . . . . .. 132 Measurement And Payment. ... ...... ... ...... .............. ....... ... .. .. .... .. .. ... . .. . . . .. . .. .. . .. . . . 134 Painting Painting Various Surfaces .. . ... .. . . .. .. . .. . ... ... . .. ... . .. . .. . .. .. ............ .. ... . .. . . . .. . .. .. . .. . . . .. . 134 Final and Temporary Traffic Signing and Railing ............................... .............. 135 Contract No. 3671 Page 5 of 136 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Carlsbad Village Drive, Carlsbad, California 92008-1989, until 4:00 P.M. on the 21st day of October, 1999, at which time they will be opened and read, for performing the work as follows: Street. curb, gutter and sidewalk improvements, storm drain improvements, retaining walls and screen walls, landscape and irrigation improvements and traffic signal improvements all referred to as: CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT CONTRACT NO. 3671 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. 1997 Edition. and the 1998 and 1999 supplements thereto, 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 work. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law {Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. ~ "-1 6/7/99 Contract No. 3671 Page 6 of 136 Pages The documents which comprise the Bidder's proposal and that must be completed and properly executed including notarization where indicated are: 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit 4. Designation of Subcontractors and Amount of Subcontractor Bid 5. Designation of Owner Operator/Lessors and Amount of Owner Operator/Lessor Work 6. Bidder's Statement of Financial Responsibility 7. Bidder's Statement of Technical Ability and Experience 8. Acknowledgement of Addendum(a) 9. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 1 a.Bidder' s Statement Re Debarment 11.Bidder's Disclosure Of Discipline Record 12.Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $480,000. 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" in accordance with the provisions of state law. 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 Purchasing Department, City Hall, 1200 Carlsbad Village Drive, Carlsbad, California, for a non-refundable fee of $25.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, 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. ~ "'-1 6/7/99 Contract No. 3671 Page 7 of 136 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 4107 and 4107 .5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A pre-bid meeting and tour of the project site will be held at 1 :30 p.m. on October 13, 1999, meeting at the corner of Carlsbad Boulevard and Cannon Road. All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to: 1 ) One hundred percent ( 100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000). 2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($10,000,000). 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($10,000,000). These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the Supplemental Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance --commissioner. " • ., 6/7/99 Contract No. 3671 Page 8 of 136 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. Ap~oved by the City Council of the City of arlsbad, California, by Resolution No. 7"t-za I ' adopted on the /0 !:J day of ___,F--J,lDA,,---L----'' 19~. Date ~~-d< . , ,,,,~ .. aL.8en ran,ity Clerk ~ " • ., 6/7/99 Contract No. 3671 Page 9 of 136 Pages ,-, CITY OF CARLSBAD CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT CONTRACT NO. 3671 CONTRACTOR'S PROPOSAL 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. 3671 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 !fQ. Description 1 Clear and Grub at Dollars (Lump Sum) 2 Unclassified Excavation at S '--Xi:Y 6 ue, -n,wvSa Ni Dollars (Lump Sum) 3 Construct Curb • Inlet, C.C Mod., 4 ~ SDRSD D-2~ Bat d ::nv:e.e.. ~l)SQ~ - Dollars Each Construct 18" RCP Storm Drain (Class ~0-D~DRSD D-60 at tpr Bv~ Dollars per Linear Foot Approximate Quantity and Unit 1 LS 1 LS 4EA 517 LF ~, 6/7/99 Contract No. 3671 Unit ~ I2ml / blJ,. /JtJ tJ . £Oz t>e>o:- tccsoro. - 3oc0.-l 2.t:>co , - 4~.- Page 1 O of 136 Pages Approximate -, Item Quantity Unit N2.. D~scrigtiQn and Unit Price Total 5 Construct 24" RCP Storm Drain (Class 110 LF 55-I ~CE:£>.- 1350~DRSD D-60 at 'Pt fit_e Dollars per Linear Foot 6 Construct Storm Drain Clean out, 3EA ~ -I bOCt>,--- SDRSD D-9, D-11, D-61, Type A-4 at I uX>'\hOl) ~~ci Dollars Each 7 Construct Concrete Lug, SDRSD D-63 1 EA -?p;ol-~.- at -T\-w·· e e"' \\'"\D~ t"-d Dollars Each 8 Connect to Existing Curb Inlet, SDRSD 1 EA l~oo.-\&C(), - D-2..at ~--J.~e en \-\Jn d..c-ed Dollars Each _, \bCO. -woco, -9 Construct 1" Water Service per CMWD 4EA Std. Dwg. W-3 with Traffic Rated Lid andMete~t ~ u'&t-t"-a Dollars Each 10 Relocate Fire Hydrant, CMWD Std. 1 EA 3~.-:>Sz)D1- W12at ----rh.l r J-:J, h \l e., \Jo\'\ A< e o Dollars Each 11 Relocate Sewer Lateral to Grade, 1 EA \SCO.-I 506~ -- ~td.S\~ e~ (\,~<ea: Dollars Each 12 Sawcut Existing A.C. Pavement at o~e.... 1,510 LF v-\SlD,- Dollars per Linear Foot 13 Grind Existing A.C. Pavement at 15,460 SF 30 4i.:,-3~. - ~"--l-Lt ~en~ ~ :Bolla~ per Square Foot ~ ~, 6/7/99 Contract No. 3671 Page 11 of 136 Pages Item No. 14 Description Dollars per Ton 15 Construct 6" Caltrans Class 2 16 17 18 19 20 21 22 ~ A~~B~evt I Dollars per Cubic Yard Construct 3" A.C. Driveway on 6" Class 2Ba~eat ~, ;;;1" ~ \oo Dollars per Square Foot Construct 1-1/2" A.C. Pavement O~l~at ~..\4t,i-rhvee,_, • Dollars per Ton Construct PCC Curb, SDRSD G-1 at :Ten Dollars per Linear Foot Construct PCC Curb and Gutter, SDR~D G-2, Type G at s '-~ Dollars per Linear Foot Construct PCC Cross Gutter, SDRSD G-12, at ½ii b Dollars per Square Foot Construct PCC Driveway C.C. Mod. SDRSD (G-14) (Including Private) at Tov<' Dollars per Square Foot Construct PCC Sidewalk, SDRSD G-7 at :Tu< -e y Dollars per Square Foot Approximate Quantity and Unit 455 Tons 270CY 91 SF 550Tons 238LF 612 LF 1,890 SF 1,100 SF 3,150 SF fi.l a11199 Contract No. 3671 Unit Price 4'&-.- 53.- 1~-- ~.- +- ~3R"O, - q ,9c}, -. Page 12 of 136 Pages Approximate Item Quantity Unit ~ Description and Unit ~ Iota! 23 1 LS lDdJo,-ia~6 - 24 2 EA \~.-3901- 25 ~ocate lft8ffic Signs at 4EA 100.~ (JOO. - l,v J.n,c\.(:f d. Dollars Each 26 na._ffic c~~nd Detod at 1 LS lDco◊-lDCC:{).- J-eo. r,QS,Qx\ Dollars (lump Sum) 27 Traffic Signal Modification (Including 1 LS 28. t)tJO _,_ d8>tJtJ0:- Meter Pedestal and Loops) • f. J, 7 /,A,/._ ,e,i,--,./-'-1' er {j /J. t. Tira 11 _<J:. a ; Dollars (Lump Sum) 28 Construct 6" A.C. Berm, SDRSD G-5, 24 LF \D,-~4(). --T~~t Dollars per Linear Foot 29 Construct Split Faced Masonry 2,790 SF 11.-3D<o9D,- Retaining Wall, SDRSD C-3 (Including G~ti Resistant Spray) at t~€A Dollars per Square Foot 30 Construct 6 Ft. Split Faced Masonr~ 300LF ltfS.-,qsa, .-- Screen Wall per Detail F, Sheet (Including 1;ffiti Resistant Spray) at S:q,J.::iA -\le.., ., Dollars per Linear Foot 31 Construct 30 Inch Masonry Screen 50 LF L\O. -~.- W~er Detail F, Sheet 2 at /+,~ Dollars per Linear Foot 32 Construct PCC Stairs with Handrail 1 LS l.o5t{)1-losro1- (Pri'(ate), SDRSD M-~-24 at ~¥--¼.,.'ri'Jf~ ,~ct ""' Dollars (Lump Sum) " _., 6/7/99 Contract No. 3671 Page 13 of 136 Pages Approximate -, Item Quantity Unit liQ,_ Description and Unit f!:g I9laJ. 33 ~~PCl1 Stairs (Prjate) at 1 LS lSix? ,-,sro,- t'.J ----1 V\J.. v e Dollars (Lump Sum) 34 C~~~ PCC Walkway (Private) at 290SF LL-ll "o. - Dollars per Square Foot 35 C.9n_struct Chainlink Fen~ at 95LF \%-1() \ 7~1.il.\\ t:-L Q k~~ ~ -,~ 100 j Dollars per Linear Foot 36 Construct Chainlink Gate, SDRSD M-5 2EA <500,-\OL--0-. - at ~ v-e__ ~Met! Dollars Each 37 Connect Existing Gate to Screenwall 1 EA 6'"2.-~1 -{,'2--Si - -at , ~ ~~=~,hed lu>e-,~ Doll rs Each 38 R~ailboxat 3EA c::;p I -LSD.-- Dollars Each 39 Construct Pedestrian Ramp, SDRSD 4EA t::::;[X;, L -2.t::>C:!:),-- D G-27, Ttt A at ~ L2e 2 n cl< M Dollars Each 40 Construct Pedestrian Ramp, SDRSD 2EA 70(),-l4oo.- G-29, Type c~ ~h ~r.fel Dollars Each 41 Adjust Rims, Frames and Valves to 18 EA ~ ~ -C\bei\ - G~at ~ \J L, . l e.cJ. Dollars Each ~ ~, 6/7/99 Contract No. 3671 Page 14 of 136 Pages Approximate Item Quantity Unit No. Description and Unit Price Iota! 42 Relocate Streeµ.ights a4 2EA 79:)(),-z;;:r;d) ' -- :l)'~ H Jf', ~nA~ Dollars Each 43 Resurface Trench, SDRSD G-25, 120 LF {o.-le.CO, - Ty~~t Dollars per 44 Remove and Dispose of Large Tree 2EA 79),--I ~C) I - (l~ding Stu~ at v eV'\ nJ-<" ~ c:;~ Dollars Each 45 Remove and Dispose of Large Palm 3EA boo. -l~,-- Tree at f-wvl clced. S '"'1. Dollars Each 46 Remove Existing Irrigation System 470SF 3-\Lttol - (Temporary) and Reset at :f½.(-ee.--- Dollars per Square Foot 47 Remove, Salvage and Reset Rail 80 LF "$), --d-l{ ifh - ~e.at -"'~ ✓~-.... D~-e.,, , Dollars per Linear Foot 48 Landscape Soil Preparation and Fine 3,327 SF l--s~7.- Grading at ~e. Dollars per SF 49 Furnish and Install Redwood 268LF 3,-~~-- ~oard at l ~ e.,_, Dollars per Linear Foot 50 F~~stall Irrigation System at 3,327 SF -3, )--~qg,1_ - Dollars per Square Foot l\ •+i' 6/7/99 Contract No. 3671 Page 15 of 136 Pages Approximate --Item Quantity Unit No. Desgrigtion and Unit Price IQml 51 ,ee Exis~alve~Jt 4EA .:VO I -I :;)Ob I _. :t.e,. ti,(~ Dollars Each 52 Furnish and Install new Irrigation 7EA ~-3scn, - Vti_e.Jlt ~t}( e tit Dollars Each 53 Furnish and Install 3 Station Irrigation 1 EA -zs;z:o. -z_~.- ~ Cloc~t /t l:h d ~ el\!\ q 1:::-1 !I::{;, d ~ Y. Dollars Each 54 R~cate Ex~ Date Palm at 1 EA ca::o .. -TI:x:,D.- _..coo 12~.-i Dollars Each 55 Furnish ar ~ Gallon Trees at 11 EA )col-\LOO,- bvu ~-~ Dollars Each 56 Fu-5th and Plant 5 Gallon Shrubs at 200EA Lb~-4t>OO.-we:n~---, Dollars Each 57 Fu~and Plan½;Gallon Vines at 23EA ~l-'81£. - L~ +, 11L I Dollars Each 58 Furnish and Plant 1 Gallon Perennials 330 EA S-1-l<oW1- at ~rv-e_, Dollars Each 59 Furnish and Plant 1 Gallon Shrubs at 47 EA 10,-l\:70 .---r.ev" Dollars Each 60 Gr~d Cover -From Floats at 604SF .::>..--,~~~- L,O() Dollars per Square Foot 61 Fu~ and Plant Lawn Seed at 97SY s., 48"~,-- -vf ,2, Dollars per Square Yard ~ "-I a,1199 Contract No. 3671 Page 16 of 136 Pages Approximate Item Quantity NQ.. Description and Unit 62 Furnish and Install Wood Chip Mulch 6 CY GroJ_(ldcover at ~L'L':t:1<) Dollars per Cubic Yard 63 Provide 60 Day Maintenance for Plants 3,327 SF at G:f4a C.Rdt} ~ l JigiPci"fs per Square Foot Unit Price &;o,- -i;;o I. 3601- Total amount of bid in words: rou1, h1,n//JrufSiYtj c:tile. -/t>vf'~ ad Tt:,/o /2vvidred 7Jtr-u;_11nol %0 do l[ar:S 6t:> OPENED, WITNESSED AND RECORDED· Total amount of bid in numbers: $ 46.5 "'203 ;-· Price(s) given above are firm for 90 days after date of bid opening. ,A ~ /v-.;t../::12 ~ =-:::= Addendum(a) No(s). ________ has/have been rece()'m:eand is/are Al: Is proposal. 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. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capac~of a contractor within the State of California, validly licensed under license number 535009 , classification A&B ✓ which expires on 4 -3 o -o o 7 , and that this statement is true and correct ,pnd has the legal effect of an affidavit. t~~M'~:;-l-'ff A bid submitted to the City by a Contractor who is not licensed as a contlcfcto/pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code § 20104. 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 ft ~, 6ll/99 Contract No. 3671 Page 17 of 136 Pages 2. That this bid is made without connection with any person, firm, or corporation making a bid for -the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is Bidder' s Bond (Cash, Certified Check, Bond or Cashier's Check) for ten percent ( 10%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. ~ ~, 6/7/99 Contract No. 3671 Page 18 of 136 Pages -- IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State __________________________ _ (4) Zip Code ________ Telephone No. _____________ _ IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business _______________________ _ (Street and Number) City and State __________________________ _ (4) Zip Code ________ Telephone No. _____________ _ IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted _ _.s....,e...,a...,n....._M ... a....,1 .... e....,k.......,E..,.n.;i.g_i...._n_ee_r..._1 ..... • n,...g__,&..___ __ _ Construction IN~. President (Title) Impress Corporate Seal here l\ • ., 6ll/99 Contract No. 3671 Page 19 of 136 Pages (3) Incorporated under the laws of the State of __ c __ a......,.1 .... i_f...,o_r_n_i_a ____ _ (4) Place of Business 3772 Brennan Ave. (Street and Number) City and State _____ P_e_r_r_i_s_,_c_A __________________ _ (5) Zip Code _9_2_5_7_1 _____ Telephone No. 9 0_9_-_9_4_3_-_2_5_4_8 _______ _ NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and as istant secretary, if a corporation; if a partnership, list names of all general partners, and managing rtners: Soheila Malekzadeh, Vice President ~ "'-I a,1199 Contract No. 3671 Page 20 of 136 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California } County of Riverside ss. On 10/21/99 , before me, Retha Sue Huffman, Notary Public, personally appeared Sean Malekzadeh and Soheila Malekzadeh, personally known to me, to be the persons whose names are subscribed to the within instrument and acknowledged to me that they executed the same in their authorized capacities, and that by their signature on the instrument the persons, or the entity upon behalf of which the persons acted, executed the instrument. WITNESS my hand and official seal. ~ . 161,,inll:. ,", I rw/lUtUc• ; J~ '-Ret a Sue Huffman, Not Public ~ ~ RETHA SUE HUFFMAN I CJt4 < -r~1 COMM.# 1199300 ~ Ill:: ~ : NOTARY PUBLIC-CALIFORNIA G) ,e. \.' !ID "l "' y RIIIERSJOE COUNTY () J < '-' '-' COMM. EXP. OCT. 23 2002 ...,_ vvvovvvvV'(;;...(, OPTIONAL Though the information belcr.v Is not required by law, it may prove valuable to persons relying on the document and could preYe11t fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document:_B_id ______________ _ Document Date:_--'-1=0/-=2...;.;1/=9 __ 9 _____ Number of Pages: _____ _ Signer(s) Other Than Named Above: No other signer notarized Capacity(ies) Claimed by Signer Signer's Name: Sean Malekzadeh and Soheila Malekzadeh D Individual 0'Corporate Officer, Title(s): President, Vice President and Secretary □Partner -□Limited □General □Attorney in Fact □Trustee □Guardian or Conservator □Other: ---------- Signer is Representing: Sean Malek Engineering and Construction BID SECURITY FORM (Check to Accompany Bid) CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT CONTRACT NO. 3671 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of _______________________ _ ______________________ dollars($ _______ , this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) " • .,, 6/7/99 Contract No. 3671 Page 21 of 136 Pages I I I I I I I I I I I 1- 1 I I • I I -SEP~20-99 12:01 PM SEAN MALEK ENG 9099406078 P.09 BIDDER'S BOND TO ACCOMPANY PROPOSAL i:f'~} KNow ALL r11\f0~11 1~ie1sA.Y:fM!S: FIRST NATIONAL INSURANCE That we, AND CONSTRUCTION, INC. , as Principal, and COMPANY OF AMERICt;., as Surety are held and ftnnly bound unto the city of Carlsbad, Calllom11, ,n an amount as t~: (must be at least ten percent (10%) of the bid amount) TEN ~ERCENT Of B;f for which payment, well and tn.i~ made, we bind ourselves, our hers, executors a adiiiJnlstrators, 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. CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT CONTRACT NO. 3871 In the City of Carlsbad Is accepted by the City Council, and if the Principal shall duly enter Into and execute a Contract lndudlng 1'89Ulrecf bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the CiW of Carlsbad, being <iuly notified of said award.., then thts obllgatlon s11all become null and void; ottierwlse, It shall be and rematn in full force and errect, and the amount specified herein shall be forfeited to the said City. In the event Princl~I executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from Its obllgatlons under thi& bond. Executed by PRINCIPAL this 21 day of Executed by SURETY this2 Of~ 9 day of act, • 19..2,i_. SEPTEMBER , • ENGINEERING SURETY: FIRST NATIONAL INSURANCE Sean Malekzadeh (pnnt name herej Secretary (UUe and organization of signatory) f!QMP,,! Pt l\MEBICA name o ure ) 4 HUTTON CENTRE, SUITE 250B £~~• Rtf~re~l 9 2 7 o 7 p~4~ 432nio41 p one nu er of sure\') r:i~n«uriiiool~ ~ DWIGHT REILLY (printed name of Attomey~,n-Facl) (Attach corporate resolution showing power of attorney.) curT1nt (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. lfI onlyta 1 one officer signs the corporatiOn must attach a resolution certified by the secretary or ass s n secretary under corporate seal empowering that officer to bind the corporation.) J -7-oo 0 6f7/99 Contract No. 3871 Page 22 of 138 Pages -- -- ... CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT i• I· I• 1, [, I· 1, I [, I• I• I· I· State of California } '--'-'--------55. County of ~ernardino On SEPT. 20, 1999 before me, Susan Pugh, Notary Public Date Name and Trtle of Officer (e.g., • Jane Doe. Nota,y Public") personally appeared Dwight Reilly----------------------------- Place Notary Seal Above Name(sJ of Signer(s) XJ personally known to me □ proved to me on the basis of satisfactory evidence to be the person(I) whose nameCe) is/n subscribed to the within instrument and acknowledged to me that he.fflt!XMlex executed the same in his/ooc~ authorized capacityj~. and that by hi~ signature(~ on the instrument the person(~. or the entity upon behalf of which the person(~ acted, executed the instrument. -----------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 Document Title or Type of Document: BID BOND Document Date: SEPTEMBER 2 0 , 19 9 9 Number of Pages: _1 _____ _ Signer(s) Other Than Namea Above: _N_O_N_E __________________ _ Capaclty(ies} Claimed by Signer Signer's Name: Dwight Reilly--------------------------RIGHT THUMBPRINT OF SIGNER □ Individual □ Corporate Officer -Title(s): □ Partner -□ Limited □ General «I Attorney in Fact □ Trustee □ Guardian or Conservator Top of thumb here □ Other: ________________________ _ :FIRST NATION.AL INSUR.ANCE Signer Is Representing: _ ___.C-G'""""'M .... P~A~N ........ Y___.Q..,_p.L-..,_A:,,.,M-'-'E.u.B....,IwC-=A---------~----~ . . . . . . ------- C 1997 National Notary Association• 9350 De Soto Ave .• P.O. Box 2402 •Chatsworth.CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827 ~NATIONAL SURETYJ POWER FIRST NATIONAL INSURANCE COMPANY OF AMERICA 4333 BROOKLYN AVE NE I 4333 Brooklyn Avenue N.E. S,e.attle, WA 98105 t. .• JW ALL BY THESE PRESENTS: OF ATTORNEY SEATTLE, WASHINGTON 98105 No. 9932 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint **************************************************************DWIGIITREILLY;Upland,Califomia************************************************************** its true and lawful attorney(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 25th day of _Ma_y _________ _ , 1999 'iJ ~~ R.A. PIERSON, SECRETARY W. RANDALL STODDARD, PRESIDENT CERTIFICATE Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Artide V, Section 13. -FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that p-ose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to Ite on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any in:sLfUment making or evidencing such appointment, the signatures may be aff1Xed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Artide V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, RA Pierson, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and aff1Xed the facsimile seal of said corporation this 20TH dayof SEPTEMBER 1999 R.A. PIERSON, SECRETARY S-1049/FNEF 7/98 5/25/99 PDF CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California } County of Riverside ss. On 10/21/99 , before me, Retha Sue Huffman, Notary Public, personally appeared Sean Malekzadeh , personally known to me, to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. OPTIONAL Though the information beloN is not required by law, it may PfCMl valuable to persons relying on the document and could prevent fraudulent removal and reattachment ci this form to another document. Description of Attached Document Title or Type of Document:-=B:;..:.id=-=B=o.;..:n=d ______________ _ Document Date: ___ 9/=2=0/ ____ 9~9 _____ Number of Pages: ______ _ Signer(s) Other Than Named Above: No other signer notarized Capacity(ies) Claimed by Signer Signer's Name: Sean Malekzadeh D Individual 0'Corporate Officer, Title(s): President and Secretary □Partner -□Limited □General □Attorney in Fact □Trustee □Guardian or Conservator □Other: ---------- Signer is Representing: Sean Malek Engineering and Construction GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS" AND "DESIGNATION OF OWNER OPERATOR/LESSOR AND AMOUNT OF OWNER OPERATOR/LESSOR WORK" FORMS REFERENCES Prior to preparation of the following Subcontractor and Owner Operator/Lessor disclosure forms Bidders are urged to review the definitions in section 1-2 of the SSPWC and of the 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" and "Owner Operator/Lessor." Bidders are further urged to review sections 2-3 SUBCONTRACTS of the SSPWC and section 2-3.1 of these Supplemental Provisions. CAUTIONS These forms will be used by the Agency to determine the percentage of work that the Bidder 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 owner operator/lessors or otherwise to be performed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage 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 or Owner Operator/Lessor who the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor or Owner Operator/Lessor licensed as a contractor by the State of California who the Bidder 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 ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. Bidder shall use separate disclosure forms for each Subcontractor or Owner Operator/Lessor of manpower and equipment that it proposes to use to complete the Work. Additional copies of the forms must be attached if required to accommodate the Contractor's decision to use more than one Subcontractor or Owner Operator/Lessor. All items of information must be completely filled out. These forms must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. Neither the amount, in dollars, of work performed by the Bidder's own forces (as Contractor) nor the Bidder's overhead and profit for subcontracted items of the work is included to compute the percentage of the work performed by Subcontractors or Owner Operators/Lessors. When the Bidder proposes that any bid item will be installed by a Subcontractor or Owner Operator/Lessor the amount, in dollars, of the bid item installed by each Subcontractor or Owner Operator/ Lessor must be entered under the columns "Amount of Subcontracted Bid Item Including Subcontractor's Overhead & Profit" or " Amount of Owner Operator/Lessor Bid Item Including Owner Operator/Lessor's Overhead & Profit " unless the dollar amount of all work performed by any Subcontractor or Owner Operator/Lessor is less than one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever is greater. If a Subcontractor or Owner Operator/Lessor installs or constructs any portion of a bid item the entire amount of the Contract Unit Price, less the Bidder's overhead and profit, shall be multiplied by the Quantity of the bid item that the Subcontractor or Owner Operator/Lessor installs to compute the amount of work so installed. ~ '-1 6/7/99 Contract No. 3671 Page 23 of 136 Pages Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor, the Subcontractor, or the Owner Operator/Lessor, as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor or Owner Operator/Lessor installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor or Owner Operator/Lessor installing said item. The item number from the "CONTRACTOR'S PROPOSAL" (Bid Sheets) shall be entered in the "Bid Item No." column. When a Subcontractor or Owner Operator/Lessor has a Carlsbad business license the number must be entered on the form. If the Subcontractor does not have a valid business license enter "NONE" in the appropriate space. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. When the Bidder proposes using a subcontractor or owner operator/Lessor to construct or install less than 100 percent of a bid item the Bidder shall attach an explanation sheet to the designation of subcontractor or designation of Owner Operator/Lessor forms as applicable. The explanation sheet shall be provided by the Contractor to clearly apprise the Agency of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract and Owner Operator/Lessor amounts for purposes of award of the contract shall determined by the City Council in conformance with the provisions of the contract documents and the Supplemental Provisions. The decision of the City Council shall be final. #JI! "'-1 6/7/99 Contract No. 3671 Page 24 of 136 Pages ' . DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT CONTRACT NO. 3671 The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder's total bid 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. Full Company Name of Subcontractor: IYLU'.Llt::ti:1 Fer:ve. Co ........ -==..........a--1, ........ =-i.;.. ......... .r.......; ........ ___________ _ Subcontractor's Location of Business__.P.___o___._&, ......... 'x..a......-.5_~ _______________ _ Street Address E'all6vook Ca. City State Zip Subcontractor's Telephone Number including Area Code: ( 1"10 ) 7 ~3 -~tfll Subcontractor's California State Contractors License No. and Classification: ~ t 145~ Subcontractor's Carlsbad Business License No.: _________________ _ SUBCONTRACTOR'S BID ITEMS Amount of Subcontracted Amount of Work In Bid Bid Bid Item Including Item Performed by Amount of Contractor's Item Subcontractor's Overhead Contractor Excluding Overhead & Profit In No. & Profit Overhead & Profit Bid Item ~5 $ l~r-i -$ $ ~ <;f I ;).. '":l -?,(o $ '3.no. -$ $ :J..oo .. - 3-, $ 150.-$ $ t-1'1'< - 4-, $ 560.-$ $ C\7.r, - $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Explanation: Column 1 -Bid Item No. from the bid proposal, pages 1 O through 17, inclusive. Column 2 -The dollar amount of the item to be performed by the Subcontractor. Column 3 -The dollar amount of the item to be performed by Contractor's own forces. Column 4 -The dollar amount of the Contractor's overhead and profit for work done by both the Contractor's and the Subcontractor's forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 10 through 17, inclusive. Page \ of 4 pages of this Subcontractor Designation form · ' l' •+r 6/7/99 Contract No. 3671 Page 25 of 136 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT CONTRACT NO. 3671 The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder's total bid 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. Full Company Name of Subcontractor: '9:1l ~Y'.t. ~a.Ja ~ 'Son-s (nc... Subcontractor's Location of Business ___ ~_◊_B_D_~_tW _ _.~-------------- Street Address City State Zip Subcontractor's Telephone Number including Area Code: l 969 ) '8~ --, 390 Subcontractor's California State Contractors License No. and Classification: (coso<..(O A Subcontractor's Carlsbad Business License No.: _________________ _ SUBCONTRACTOR'S BID ITEMS Amount of Subcontracted Amount of Work In Bid Bid Bid Item Including Item Performed by Item Subcontractor's Overhead Contractor Excluding No. & Profit Overhead & Profit 14 $ l"7 ~-z.~.10 $ - I~ $ 4D~.5C\ $ -- II $ Z\ q'SD.'5b $ - 1:3 $ 42ob ~ $ -- $ ' $ $ $ $ $ $ $ $ $ $ $ $ $ -Explanation: Column 1 -Bid Item No. from the bid proposal, pages 10 through 17, inclusive. Column 2 -The dollar amount of the item to be performed by the Subcontractor. Column 3 -The dollar amount of the item to be performed by Contractor's own forces. Amount of Contractor's Overhead & Profit In Bid Item $ l.ic..,3.'?;(;) $ \~.Iv $ ·'-lGfC\. SD $ 4Co3'8-::-' $ $ $ $ $ $ $ Column 4 -The dollar amount of the Contractor's overhead and profit for work done by both the Contractor's and the Subcontractor's forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 10 through 17, inclusive. Page -z_ _ of _1._ pages of thi~ Subcontractor Designation form ~ '-I a11199 Contract No. 3671 Page 25 of 136 Pages ,. ' DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT CONTRACT NO. 3671 The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in t~e list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder's total bid 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. Full Company Name of Subcontractor: Ovan.<:f {;Ollf'-~ Sk~ p'u,.6 :;;:evvitG Subcontractor's Location of Business_\i..;~;;;...3 __ .....a...;N=·:..-..P"""'t'-l'y.. .... ~~u+--'~;;..----------- street Address \ a State Zip Subcontractor's Telephone Number including Area Code: .... {7 ___ 1_4.__ ... l __ {p_39 _______ 4 ___ S5t) ___ _ Subcontractor's California State Contractors License No. and Classification: -3 ~'20 9. ..;' Subcontractor's Carlsbad Business License No.: ------------------ SUBCONTRACTOR'S BID ITEMS Amount of Subcontracted Amount of Work In Bid Bid Bid Item Including Item Performed by Amount of Contractor's Item Subcontractor's Overhead Contractor Excluding Overhead & Profit In No. &Profit Overhead & Profit Bid Item 7::S $ ~·.-$ $ 12-'S'S~ -- c~ $ 2.r--.Z . ,,_ $ $ i-z ..... '2.5 $ ~---$ $ \DOI --- $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Explanation: Column 1 -Bid Item No. from the bid proposal, pages 10 through 17, inclusive. Column 2 -The dollar amount of the item to be performed by the Subcontractor. Column 3 -The dollar amount of the item to be performed by Contractor's own forces. Column 4 -The dollar amount of the Contractor's overhead and profit for work done by both the Contractor's and the -Subcontractor's forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 10 through 17, inclusive. Page 3 of i pages of this Subcontractor Designation form ~ '-I 6nt99 Contract No. 3671 Page 25 of 136 Pages .. I,' . - DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT CONTRACT NO. 3671 The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder's total bid 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. Full Company Name of Subcontractor: ___,fw!J......_~1 .... 1 .... i-'-'n...,e,.._< ....:SL,t-;;;;..__lfV_e,t,,--+-1----------- Subcontractor's Location of Business I qt q 6-t ttrd Ave, it ( b Street Address State Zip Subcontractor's Telephone Number including Area Code: { lo l9, ) Y ~3 -/q(dq5 Subcontractor's California State Contractors License No. and Classification: _______ _ Subcontractor's Carlsbad Business License No.: _________________ _ SUBCONTRACTOR'S BID ITEMS Amount of Subcontracted Amount of Work In Bid Bid Bid Item Including Item Performed by Amount of Contractor's Item Subcontractor's Overhead Contractor Excluding Overhead & Profit In No. & Profit Overhead & Profit Bid Item '8..lx\leu $ C::S"51::D -$ $ I $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Explanation: Column 1 -Bid Item No. from the bid proposal, pages 10 through 17, inclusive. Column 2 -The dollar amount of the item to be performed by the Subcontractor. Column 3 -The dollar amount of the item to be performed by Contractor's own forces. Column 4 -The dollar amount of the Contractor's overhead and profit for work done by both the Contractor's and the Subcontractor's forces on the item . Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 10 through 17, inclusive. . Page 4 of _:l_ pages of thi~, Su,bcontractor Designation form , .. ~ '-., 6/7/99 Contract No. 3671 ♦-~ge 25 of 136 Pages ' DESIGNATION OF OWNER OPERATOR/LESSOR AND AMOUNT OF OWNER OPERATOR/LESSOR WORK CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT CONTRACT NO. 3671 The Bidder certifies that it has used the sub-bid of the following listed Owner Operator/Lessor in preparing this bid for the Work and that the listed Owner Operator/Lessor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional Owner Operator/Lessor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever is greater and that no changes in the Owner Operator/Lessors listed work will be made except upon the prior approval of the Agency. Full Owner Operator/Lessor Name: ____ f'_e._•c_cv_.1 ___ £-~~-c-_\..._~--'-', _L ___________ _ Owner Operator/Lessor Location of Business ;:? /JO 7 ma/t:G £: I C ei :fo n ✓ Street Address City State Zip Owner Operator/Lessor Telephone Number including Area Code: ,"4 } 'ZS: 8 -1971/ Owner Operator/Lessor City of Carlsbad Business License No.:, __ 7~l/_7.&....,.11'-'3:..-/ ______ _ OWNER OPERATOR/LESSOR WORK ITEMS Amount of Owner Operator/Lessor Bid Item Amount of Work In Bid Bid Including Owner Item Performed by Amount of Contractor's Item Operator/Lessor's Contractor Excluding Overhead & Profit In Bid No. Overhead & Profit Overhead & Profit Item 2, $ ::J:) ::JbO< $ IA"/J ,: $ ;."?A,/l/1£) -:" 42. $ '2 / f"lO ;_,,,, $ --·· $ ~~c>O ~ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Explanation. Column 1 -Bid Item No. from the bid proposal, pages 10 through 17, inclusive. Column 2 -The dollar amount of the item to be performed by the Owner Operator/Lessor Column 3 -The dollar amount of the item to be performed by Contractor's own forces. · Column 4 -The dollar amount of the Contractor's overhead and profit for work done by both the Contractor's and the Owner Operator/Lessor's forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 10 through 17, inclusive. Page __ of __ pages of this Owner Operator/Lessor form l' -~ 6/7/99 Contract No. 3671 Paoe 26 of 136 Paoes DESIGNATION OF OWNER OPERATOR/LESSOR AND AMOUNT OF OWNER OPERATOR/LESSOR WORK CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT CONTRACT NO. 3671 The Bidder certifies that it has used the sub-bid of the following listed Owner Operator/Lessor in preparing this bid for the Work and that the listed Owner Operator/Lessor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional Owner Operator/Lessor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever is greater and that no changes in the Owner Operator/Lessors listed work will be made except upon the prior approval of the Agency. Full Owner Operator/Lessor Name: _____________________ _ Owner Operator/Lessor Location of Business _________________ _ Street Address City State Zip Owner Operator/Lessor Telephone Number including Area Code: ---.J-------- Owner Operator/Lessor City of Carlsbad Business License No.: ____________ _ OWNER OPERATOR/LESSOR WORK ITEMS Amount of Owner Operator/Lessor Bid Item Amount of Work In Bid Bid Including Owner Item Performed by Amount of Contractor's Item Operator/Lessor's Contractor Excluding Overhead & Profit In Bid No. Overhead & Profit Overhead & Profit $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ . Explanation . Column 1 -Bid Item No. from the bid proposal, pages 10 through 17, inclusive. Column 2 -The dollar amount of the item to be performed by the Owner Operator/Lessor. Column 3 -The dollar amount of the item to be performed by Contractor's own forces. Item Column 4 -The dollar amount of the Contractor's overhead and profit for work done by both the Contractor's and the Owner Operator/Lessor's forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 10 through 17, inclusive. Page __ of __ pages of this Owner Operator/Lessor form ~ '-1 6/7/99 Contract No. 3671 Page 26 of 136 Pages _ _,,_., BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY {To Accompany Proposal) CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT CONTRACT NO. 3671 Copies of the latest Annual Report, audited financial statements or Balance Sheets may be submitted under separate cover marked CONFIDENTIAL. See attached documents. ~ '-1 6/7/99 Contract No. 3671 Page 27 of 136 Pages ' ,/_ ' ' ' ' I II II ' II II ' II ' ' ' ,--. ' II To the Board of Directors of WILLIAM C. JOHNSON Certified Public Accountant 24920 Bethel Street Menifee Valley, California (909) 244-3822 Sean Malek Engineering and Construction, Inc. 3 772 Brennan A venue Perris, CA 92517 August 11, 1999 I have compiled the accompanying balance sheet of SEAN MALEK ENGINEERING AND CONSTRUCTION, INC., a California Corporation, as of June 30, 1999, and the related statements of income, retained earnings, and cash flows for the six months then ended, in accordance with Statements on Standards for Accounting and Review Services issued by the American Institute of Certified Public Accountants. A compilation is limited to presenting in the form of financial statements information that is the representation of management. I have not audited or reviewed the accompanying financial statements, and accordingly, do not express an opinion or any other form of assurance on them. William C. Johnson, CPA Malling Address: P.O. Box 610, Sun City, CA 92586-0610 II ' ' II II II II II II II Ill II 1111 SEAN MALEK ENGINEERING AND CONSTRUCTION, INC. BALANCE SHEET JUNE 30, 1999 Current Assets: Cash in Bank Project Receivables -Billed (Note 5) Project Receivables Unbilled (Note 5) Employee Advances Prepaid Expenses -Legal Retainer (Note 9) Prepaid Expenses -Unstarted Job Deposits Total Current Assets Fixed Assets: Land Building Furniture & Fixtures Equipment Trucks & Automobiles Accumulated Depreciation (Note 3) Net Fixed Assets Other Assets: Loans to Shareholders (Note 7) Total Assets (Unaudited) ASSETS LIABILITIES & EQUITY Current Liabilities: Accounts Payable (Note 8) Worker's Comp. Payable Accrued Income Taxes (Note 2) Deferred Income Taxes (Note 2) Total Current Liabilities Equity: Common Stock $1,000 Stated Value, 50,000 authorized, 20 Shares issued (Note 6) Retained Earnings: Appropriated Retained Earnings (Note 10) Unappropriated Retained Earnings Total Retained Earnings Total Equity TOTAL LIABILITIES & SHAREHOLDER'S EQUITY $500,000.00 136,115.65 $85,215.12 180,485.00 206,615.66 1,769.00 2,182.79 7,621.53 2,950.00 $68,293.85 80,066.96 3,605.41 116,275.78 103,260.16 -69,680.14 $131,472.32 1,731.94 10,055.00 67,300.97 $20,000.00 636,115.65 $486,839.10 301,822.02 78,014.76 $866,675.88 $210,560.23 656,115.65 $866,675.88 THE ACCOMPANYING LETTER AND NOTES ARE AN INTEGRAL PART OF THIS STATEMENT WILLIAM C. JOHNSON, CPA-MENIFEE VALLEY, CALIF. SEAN MALEK ENGINEERING AND CONSTRUCTION, INC. STATEMENT OF INCOME AND RETAINED EARNINGS FOR THE SIX MONTHS ENDED JUNE 30, 1999 Income: Construction Income Cost of Sales: Subcontractors Materials & Supplies Wages Equipment Rental Bond Expense Misc. Job Expenses Total Cost of Sales Gross Profit Other Non-Job Related Income Total Income General and Administrative Expenses: Accounting & Legal Advertising Auto Expense Bank Charges Bid Packages Closed Jobs Expense Depreciation (Note 3) Employee Benefits Equipment Rental from Shareholder (Note 7) Insurance Interest Expense Janitorial Landscape Maintenance Licenses and Permits Lot Rent Miscellaneous Office Expense Office Wages Payroll Taxes Promotion Property Taxes & Misc. Taxes Repairs Safety Training Telephone Tools Travel & Entertainment Utilities Worker's Compensation Penalties (Unaudited) $295,906.67 136,655.77 190,638.51 80,253.18 23,629.00 26,936.38 $3,835.00 917.00 5,931.14 467.00 2,437.00 1,185.00 18,933.22 6,744.19 30,000.00 39,566.15 426.75 586.34 2,425.65 3,475.00 3,850.31 2,059.76 3,427.24 40,526.71 25,610.89 479.60 922.50 5,758.57 280.00 4,749.18 1,411.12 9,184.21 1,394.90 11,880.44 227.52 $1,096,794.43 754,019.51 $342,774.92 (4,336.52) $338,438.40 THE ACCOMPANYING LETTER AND NOTES ARE AN INTEGRAL PART OF THIS ST-ATEMENT WILLIAM C. JOHNSON, CPA -MENIFEE VALLEY, CALIF. I .. • Total Expenses SEAN MALEK ENGINEERING AND CONSTRUCTION, INC. STATEMENT OF INCOME AND RETAINED EARNINGS FOR THE SIX MONTHS ENDED JUNE 30, 1999 Income from Operations Less: Provision for Federal Income Taxes Less: Provision for California Income Taxes Net Income after Taxes Retained Earnings, December 31, 1998 RETAINED EARNINGS, June 30, 1999 228,692.39 $109,746.01 31,197.41 9,839.56 $68,709.04 567,406.61 $636,115.65 ... ·-, THE ACCOMPANYING LETTER AND NOTES ARE AN INTEGRAL PART OF THIS STATEMENT WILLIAM C. JOHNSON, CPA -MENIFEE VALLEY, CALIF. I I I • • • • • 1r • • • • ._ • • SEAN MALEK ENGINEERING AND CONSTRUCTION, INC. STATEMENT OF CASH FLOWS FOR THE SIX MONTHS ENDED JUNE 30, 1999 Cash flows from operating activities: Net Income Add: Depreciation Non Cash Loss on Abandoned Equipment Increase in Accounts Payable Increase in Deferred Income Taxes Less: Increase in Project Receivables -Billed Increase in Project Receivables -Unbilled Increase in Employee Advances Increase in Prepaid Job Costs -Unstarted Jobs Increase in Deposits Decrease in Income Taxes Payable Decrease in Worker's Comp. Payable Net cash flows used for operating activities Cash flows used for investing activities: (Unaudited) Cash paid for purchase of equipment & furniture Cash paid for purchase & upgrade of vehicles Net cash flows used for investing activities Cash flows from for financing activities: Decrease fu loans to Shareholders Decrease in Cash Cash at the beginning of the year Cash at June 30, 1999 . . $68,709.04 18,933.22 2,692.63 20,989.03 40,236.97 $151,560.89 $41,925.08 112,348.14 319.79 7,621.53 1,950.00 120,000.00 1,408.55 $285,573.09 $134,012.20 $82,051.61 21,919.16 $103,970.77 $5,567.80 -$249,963.86 335,179.08 $85,215.22 THE ACCOMPANYING LETTER AND NOTES ARE AN INTEGRAL PART OF THIS STATEMENT .. WILLIAM C. JOHNSON, CPA -MENIFEE VALLEY, CALIF. 11· I,- • I I • I I I I I • ' ' ' II II~ II II SEAN MALEK ENGINEERING AND CONSTRUCTION, INC. NOTES TO THE FINANCIAL STATEMENT FOR THE SIX MONTHS ENDED JUNE 30, 1999 (Unaudited) The Company was incorporated in California on May 28, 1987, as Regal Manor. It officially changed its name to Sean Malek Engineering and Construction on March 21, 1994. 1. SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES Recognition of revenue -The Company recognizes income using the percentage-of-completion method, measured by the percentage of costs incurred over the estimated total costs for each contract. This method is used because management considers expended costs to be the best available measure of progress on these contracts. Contract costs include all direct material and subcontractor labor costs, among other applicable direct contract costs, and those indirect costs related to contract performance, with the exception of Equipment leased from the shareholder. This equipment, for which a lease has been set up for $5,000 a month, has not been allocated between jobs and appears as a general expense on the Income Statement. Selling, general, and administrative costs are charged to expense as incurred. On June 30, 1999 there were three jobs partially completed. Read the Report on Supplementary Information letter and refer to the Individual Job Costs summary attached to it for a detailed breakdown on each job . Income taxes -The Company uses the flow-through method of accounting for tax credits, whereby the provision for income taxes is reduced in the year the tax credits first become allowable rather than deferring the credit over the life of the asset. There were no tax credits in the last fiscal year. 2. INCOME TAXES The provision for income taxes on the income statement represents California's Franchise Tax on the current year's income and Federal Income Taxes. The overall liability has been broken down between (1 ), a payable for the underpaid taxes for the current year, and (2), deferred income taxes, which represent timing differences between generally accepted accounting principles and income tax laws. THE ACCOMPANYING NOTES ARE AN INTEGRAL PART OF TIDS STATEMENT WILLIAM C. JOHNSON, CPA-MENIFEE VALLEY, CALIF. SEAN MALEK ENGINEERING AND CONSTRUCTION, INC. NOTES TO THE FINANCIAL STATEMENT FOR THE SIX MONTHS ENDED JUNE 30, 1999 (Unaudited) 3. DEPRECIATION Depreciation is taken using a 5 year straight line method, with the exception o.f the building which is depreciated using a 39 year straight line method. 4. LINE OF CREDIT The Company has three Line of Credit accounts as follows: Wells Fargo Bank 250,000 general Wells Fargo Bank $ 100,000 equipment Bank of America 15,000 general All of the Line of Credit accounts were unused as of June 30, 1999. 5. PROJECT RECEIVABLES Project receivables includes billed and unbilled amounts on June 30, 1999, based upon the actual percentage of completion of each job on that date. Office personnel has analyzed accounts receivable previously billed, paid invoices, accounts payable, and expected additional costs to complete each uncompleted job. For further information refer to the recognition of revenue section of Note 1. 6. COMMON STOCK There are 50,000 shares of common stock authorized with a stated value of $1,000 per share. Twenty (20) shares are issued and outstanding. These are all owned by Sean Malek, President. 7. LOANS FROM STOCKHOLDER/EQUIPMENT RENTAL FROM SHAREHOLDER An equipment lease and corporation minutes authorize the corporation to lease Mr. Malek's tractors and equipment for $5,000 per month. Occasionally, Mr. Malek has had the corporation pay THE ACCOMPANYING NOTES ARE AN INTEGRAL PART OF THIS STA'fEMENT WILLIAM C. JOHNSON, CPA-MENIFEE VALLEY, CALIF. • 11-- • • • • 8. SEAN MALEK ENGINEERING AND CONSTRUCTION, INC. NOTES TO THE FINANCIAL STATEMENT FOR THE SIX MONTHS ENDED JUNE 30, 1999 (Unaudited) some of his personal bills as authorized in the minutes, rather than take the $5,000 per month as a separate check. The amount in the Loans to Shareholders account represents the amount withdrawn from the corporation in excess of the amount earned by the shareholder. Mr. Malek has expressed his desire to sell some of his equipment to close out the loan to shareholder account, but as of the date of this report, this transaction has not been completed . ACCOUNTS PAYABLE Accounts Payable were scheduled by office personnel, and are paid upo~ receipt of payment from the corresponding company job orsooner. 9. CONTINGENT LIABILITIES There are no known contingent liabilities as of the date of this report. The Prepaid Expenses -Legal Retainer, represents attorney fees advanced on a prior contingent liability that was settled favorably to the company. The remaining retainer is expected to be refunded to the company. 10. APPROPRIATED RETAINED EARNINGS The company made two appropriations of retained earnings during the prior year. • For the purchase of additional equipment-$250,000 • For the purpose of funding start-up costs on large or multiple jobs that the company hopes to be successful in acquiring -$250,000 These appropriations restrict $500,000 of retained earnings and make them unavailable for paying dividends. THE ACCOMPANYING NOTES ARE AN INTEGRAL PART OF TllIS STATEMENT WILLIAM C. JOHNSON, CPA -MENIFEE VALLEY, CALIF. I I I I I I To the Board of Directors of WILLIAM C. JOHNSON Certified Public Accountant 24920 Bethel Street Menifee Valley, California (909) 244-3822 Sean Malek Engineering & Construction 3 772 Brennan A venue Perris, CA 9251 7 (Unaudited) August 11, 1999 REPORT ON SUPPLEMENTARY INFORMATION My report on my review of the basic financial statements of SEAN MALEK ENGINEERING AND CONSTRUCTION, INC., for the six months ended June 30, 1999, was made for the purpose of expressing limited assurance that there are no material modifications that should be made to the financial statements in order for them to be in conformity with generally accepted accounting principles. The information included in the accompanying Job Schedule is presented only for supplementary analysis purposes. William C. Johnson, CPA Malling Address: P. 0. Box 610, Sun City, CA 92586-0610 •• , ••••••. SEAN MALEK ENGINEERING AND CONSTRUCTION, INC. INDMDUAL JOB COSTS FOR THE SIX MONTHS ENDED JUNE 30, 1999 (UNAUDITED) A B C D(B+CJ E F (/·EID) G (D-E) H I J (H+/) K (JIEJ L /GzJO M (D,I(J N (D:dJE•FJ 0 Q(M-O) R (E.J) S (D-O) Latest Estimate Estimated Total Gross Revised ofTotal Gross Profit Costs Profit Amount 1999 Amount Unbilled Estimated Connet Chan&• Contract Costs at Profit (Loss)at 1993 1999 !Jlcurred Percent ID Earned Gross -Billed Wod:In Costs ID Conttact Pro~Namc Pric:e Orders Pric:e Completion Percentiee Comulttion Costs Costs ID Datt: Cnmnlcte Date to Date Profit to Date Process Comolete Balance !Route 71, Chino 488,368.00 107,457.49 595,825.49 420,687.80 29.4% 175,137.69 400,920.29 400,920.29 95.3% 166,908.llj 567,828.Sl 166,908.22 511,223.89 56,604.62 19,767.Sl 84,601.60 El Sobnnte Road. I Laite Matthews 119,309.10 16,116.34 135,425.44 101,588.59 25.0% 33,836.8S 101,S88.S9 JOl,588.59 100.0% 33,836.85, 135,425.44 33,836.85 135,425.44 ' I R02ers Lane, Highland 42,993.00 475.00 43,468.00 32,335.40 25.6% 11,132.60 32,335.40 32,335.40 100.0% 11,132.60, 43,468.00· 11,132.60 43,468.00 17 Cl.tssn>oms, Jurupa I School Dist. 579,780.00 0.00 579,780.00 353,390.68 39.0% 226,389.32 29,302.96 29,302.96 8.3% 18,772.08' 48,075.04 18,772.08 48,075.04 324,087.72 579,780.00 :Madison Avenue, i Murrieta 386,400.00 -1,000.00 385,400.00 229,513.52 40.4% 155,886.48 164,184.35 164,184.3S 71.S% 111,514.65! 275,699.00 111,514.65 173,763.00 101,936.00 65,329.17 211,637.00 Torrey Pines Bridge.• I Forrest Falls 437,655.00 39,592.68 477,247.68 510,069.62 -6.9% -32,821.94 484,381.70 25,687.92 SI0,069.62 100.0% -32,821.941 477,247.68 610.S2 477,247.68 rrota1 2,054,505.10 162,641.Sl 2,217,146.61 1,647,585.61 25.7% 569,561.00 484,381.70 754,019.Sl 1,238,401.21 75.2% 309,342.46 1,547,743.67 342,774.92 1,341,128.01 206,615.66 409,184.40 876,018.60 "Column N calculation is based on Gross Pto6t for Total Job, less ilfflOUnt claimed in 1998. Amount is different than calculation because of change in 1998 estimated profit percentage. ·;;. ~:- __ ... -, BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT CONTRACT NO. 3671 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. Date Name and Phone Amount Contract Name and Address No. of Person Type of of Completed of the Employer to Contract Work Contract l' • ., 6/7/99 Contract No. 3671 Page 28 of 136 Pages , **City of Murrieta 26442 beckman Court Murrieta, Ca. 92562 909-698-1040 Russ Napier Sidewalk Construction $64,985.00 **City of Highland c/o Willdan Associates 231 E Ave. M Lancaster, Ca 93535 805-945-8848 Rogers Lane Improvements $49,468.00 1999 **Lake arrowhead Comm. Services Dist. P.O.Box 789 Lake Arrowhead CA 9252 909-337-8555 Jeff Winner Storm Drain Repair $216,000.00 1995 **Jurupa Unified School District -3924 Riverview Drive Riverside, Ca 92509 909-222-7882 Bob Cable Playground $125,743.00 1997 **City of Grand Terrace 22765 Barton Road Grand Terrace, Ca 92313 909-825-3825 Virgil Barham Bicycle Lane $292,573.00 1997 **City of Colton 655 N La Cadena Drive Colton, Ca 92332 909-370-5146 Dusty Dappen Cooley DR/Washington St Landscape $45 f 841. 00 1998 **City of Crlsbad 1200 Carlsbad Village Drive Carlsbad, CA 92008 909-208-7938 Jim Huffman Beach Access Stairs $93,698.00 1998 **City of Riverside County of Waste Management 1995 Market St. Riverside, Ca. 92501 909-955-4667 Tim Evans Blythe Landfill Lare Building $34,500.00 1998 **San Bernardino Assoc. Governments 2151 Convention Center Way #l00B Ontario, Ca. 91764 909-937-0200 Dale Wintergerst Route 71 Improvements --$488,368.00 1999 **City of San Bernardino 300 ND Street San Bernardino, CA 92418 909-384-5111 Gene Klatt Street Improvements, Kendall Drive $81,145.00 1995 **County of San Bernardion 825 E Third St. San Bernardino, CA 92415 909-387-2800 John Burrows Torrey Pines At Mill Creek Bridge $437,655.00 1998 **City of Redlands P.O.Box 3005 Redlands, CA 92373 Alan Griffiths Traffic Signal/Street Improvements $158,200.00 1997 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION {To Accompany Proposal) CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT CONTRACT NO. 3671 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. 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. I\ ,. • ., 6/7/99 Contract No. 3671 Page 29 of 136 Pages ACORD-CERTIFICATE OF LIABILITY INSURANCE~~~H I DATE (MM/DD/YY) 12/15/99 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Crosby Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE C. Hopper Ins.Service, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR fi-O. Box 5017 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. and, CA 91785-5017 INSURERS AFFORDING COVERAGE _ •• one: 909-985-0345 Fax:909-981-9385 INSURED INSURER A: Pennsylvania General Ins. Co. ,!-r,cv04;:::,,: INSURER B: GENERAL ACCIDENT INS . CO. /rr l\V ~le'. SEAN MALEK ENGINEERING AND INSURERC: STATE COMPENSATION INS.FUND CONSTRUCTION 3772 Brennan Avenue INSURER D: Perris CA 92571 I INSURERE COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR ' DATE (MM/DD/YYl DATE (MM/DD/YYl GENERAL LIABILITY i EACH OCCURRENCE $1000000 - A X COMMERCIAL GENERAL LIABILITY CPP1220746-00 10/09/99 10/09/00 FIRE DAMAGE (Any one fire) $ 300000 I CLAIMS MADE [!] OCCUR MED EXP (Any one person) $ 10000 PERSONAL & ADV INJURY $ 1000000 - GENERAL AGGREGATE $ 2000000 - GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OP AGG $ 1000000 n iXl PRO-POLICY JECT nLOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ~ $1,000,000 A X ANY AUTO BA0330048-00 10/09/99 10/09/00 (Ea accident) ALL OWNED AUTOS BODILY INJURY -$ SCHEDULED AUTOS (Per person) - X HIRED AUTOS BODILY INJURY -(Per accident) $ X NON-OWNED AUTOS -PROPERTY DAMAGE ~ (Per accident) $ GARAGE LIABILITY AUTO ONLY -EA ACCIDENT $ =l ANY AUTO OTHER THAN EAACC $ AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $4,000,000 A ~ OCCUR □ CLAIMS MADE CUB1099548-00 10/09/99 10/09/00 AGGREGATE $4,000,000 $ Fl DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND I vve, "'AIU-I X TORY LIMITS lui',,_ ER C EMPLOYERS' LIABILITY 1545745-99 10/09/99 10/09/00 $1,000,000 E.L. EACH ACCIDENT E.L. DISEASE -EA EMPLOYEE $1,000,000 E.L. DISEASE -POLICY LIMIT $1,000,000 OTHER A Property Section CPP1220746-00 10/09/99 10/09/00 Lsd/Rntd $100,000 A Installation Float CPP1220746-00 10/09/99 10/09/00 $363,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Re: Cannon Rd/Carlsbad Blvd. Street Improvements Project Contract No. 3671 Certificate Holder is named additional insured per the attached endorsement. *10 day notice for non-payment of premium. (CG20101185/X/AU-ADI) CERTIFICATE HOLDER I N I ADDITIONAL INSURED; INSURER LETTER: CANCELLATION l-CARLSBl SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL Eli F ,o MAIL 30* DAYS WRITTEN NOTICE TO ·-'" ll.,A I E HOLDER NAMt:crN.J THE ------ CITY OF CARLSBAD lf LEFT, ..... ·--_,. ·-·-· ~· 1200 Carlsbad Village Drive lifg~7if_/_~1r:c/ '" ·-~· Carlsbad CA 92008 I ~ ACORD 25-S (7/97) \___/1 .. A RD CORPORATION 1988 -- IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (7/97) POLICY NUMBER: CPP1220746-00 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS (FORM B) THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL LIABILITY COVERAGE PART. NAME OF PERSON OR ORGANIZATION: The City of Carlsbad SCHEDULE: Cannon Road/Carlsbad Blvd .. Contract No. 3671 (IF NO ENTITY APPEARS ABOVE, INFORMATION REQUIRED TO COMPLETE THIS ENDORSEMENT WILL BE SHOWN IN THE DECLARATIONS AS APPLICABLE TO THIS ENDORSEMENT.) WHO IS AN INSURED (SECTION III) IS AMENDED TO INCLUDE AS AN INSURED THE PERSON OR ORGANIZATION SHOWN IN THE SCHEDULE, BUT ONLY WITH RESPECT TO LIABILITY ARISING OUT OF "YOUR WORK" FOR THAT INSURED BY OR FOR YOU. CG2010 11 85 CPP1220746-00 COPYRIGHT, INSURANCE SERVICES OFFICE, INC. 1984 -~- GA\ GENERAL ACCIDENT INSURANCE This Endorsement Changes The Policy. Please Read It Carefully. Additional Insured Endorsement This endorsement modifies insurance provided under the following: Business Automobile Coverage Form Truckers Coverage Form Named Insured: Policy Number: SEAN MALEK ENGINEERING AND CONSTRUCTION, INC. BA0330048-00 Additional Insured: Endorsement effective: From: 12/15/99 To: 10/9/00 CITY OF CARLSBAD I Unless otherwise indicated above, will expire on policy expiration date --- The following paragraph paragraph is added to Section II. A. l Who Is An Insured: The additional insured, shown in the schedule above, for all sums: 1. that the additional insured must pay because of "bodily injury" or "property damage" to which this insurance applies; and 11. resulting from the additional insured's liability for the conduct of any other "insured"; but only to the extent of that liability. A-8060 6.92 --- BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT CONTRACT NO. 3671 1 ) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? X yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: Sean Malekzadeh, President (print name/title) Page __ of __ pages of this Re Debarment form " • .,, 6/7/99 Contract No. 36 71 Page 30 of 136 Pages ,..... BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT CONTRACT NO. 3671 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1 ) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? X yes no 2) Has the suspension or revocation of your contractors license ever been stayed? X yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? X yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? X yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefor. (If needed attach additional sheets to provide full disclosure.) Page __ of __ pages of this Disclosure of Discipline form {'\ • ., 6/7/99 Contract No. 3671 Page 31 of 136 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT CONTRACT NO. 3671 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. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: Sean Malek Engineering & Construction INC. ( e of Contractor Sean Malekzadeh, President (print name/title) Page __ of __ pages of this Disclosure of Discipline form ~ '-1 6/7/99 Contract No. 3671 Page 32 of 136 Pages NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT CONTRACT NO. 3671 State of California ) ) ss. County of Riverside ) ____ s __ e __ a ___ n ___ M __ a __ l __ e ___ k __ z __ a __ d __ e __ h _____________ , being first duly sworn, deposes (Name of Bidder) and says that he or she is ____ P __ r_.e..,.s=i ..... d...,e_._n .... t ____________________ _ (Title) ~. Sean Malek Engineering & Construction, INC. (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct and that this affidavit was executed on the 21 day of Oct. , 19..2.2...._. s~.~~ Subscribed and sworn to before me on the __ 2_1 __ day of Oct. , 192,2_. (NOTARY SEAL) 1 Ol.* <> C, <> RETHA SUE HUFFMA~'' COMM.# 1199300 (? -• NOTARY PUBUC-CALIFORNIA G) l Rt,VERSIDE COUNTY 0 ) .2!1t, EXP. OCT. 23, 2002 t <TV' V <JP , " V vav V V 0 {'\ • ., 6/7/99 Contract No. 3671 Page 33 of 136 Pages CONTRACT PUBLIC WORKS This agreement is made this __ day of _________ , 19_, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City''), and Sean Malek Engineering &. Constructjo·a l'nc: whose principal place of business is _3;;;.;7:..:7-=2:.....-=B..:..r=e;..:.n;..:.na=n~A-=-v.;...e=n..;.;u=e~,--'-P..;;;;e.;...rr'--'i"""s.._, _C=A;..;;....9 .... 2"""5a..a.7 ..... 1 _____________ (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT CONTRACT NO. 3671 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. ---3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation of Owner Operator/Lessors, Bidder's Statements of Financial Responsibility, Technical Ability and Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Supplemental Provisions, addendum{s) to said Plans and Specifications and Supplemental Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specifications for Public Works Construction {SSPWC) 1997 Edition, and the 1998 and 1999 supplements thereto, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Supplemental Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. ft ~, 6/7/99 Contract No. 3671 Page 34 of 136 Pages 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class Ill disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. ~ '-I 611199 Contract No. 3671 Page 35 of 136 Pages 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in Resolution No. 91-403. {A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. ~ '-I s11199 Contract No. 3671 Page 36 of 136 Pages ,- a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after thirty (30) days' prior written notice has been given to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.1.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by the City Council in Resolution No. 91-403. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. ~ ~, 6/7/99 Contract No. 3671 Page 37 of 136 Pages 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in the Supplemental Provisions I section. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. }) I have read and understand all provisions of Section 11 above. <s -~ ~ (Initial) 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. Ill _.,,.-Ill Ill ~ .,. • ., 6lll99 Contract No. 3671 Page 38 of 136 Pages 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 15. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 16. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: SEAN MALEK ENGINEERING AND SEAN MALEKZADEH, SECRETARY (print name and title) President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: . BALL ~ ,l ;s_ MOBALDI, Assistant City Attorney ~ '-1 6/7/99 Contract No. 3671 Page 39 of 136 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California } County of Riverside ss. On 12/16/99 , before me, Retha Sue Huffman, Notary Public, personally appeared Sean Malekzadeh , personally known to me, to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. OPTIONAL Though the information below is not required by law, it may prow valuable to persons relying on the document and could prevent fraudulent removal and reattachment cl this form to another document. Description of Attached Document Title or Type of Document: _ ___.;Ca..;:o=n=tr-=a=ct=-------------- Document Date: ___ N ____ o ____ n--=-e ______ Number of Pages: _____ 1 ___ 3...=c,.6 ____ _ Signer(s) Other Than Named Above: No other signer notarized Capacity(ies) Claimed by Signer Signer's Name: Sean Malekzadeh D Individual □Corporate Officer, Title(s): President, Secretary, Treasurer □Partner -□Limited □General □Attorney in Fact □Trustee □Guardian or Conservator □Other: ---------- Signer is Representing: Sean Malek Engineering and Construction -- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California } County of Riverside ss. On 1/3/2000 , before me, Retha Sue Huffman, Notary Public, personally appeared Soheila Malekzadeh , personally known to me, to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. ~ Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could piwent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: __ A_g_re ____ e~m"'-e~n~t ____________ _ Document Date: _____ N=--=-=on:..:..;e=---------Number of Pages: _____ _ Signer(s) Other Than Named Above: No other signer notarized Capacity(ies) Claimed by Signer Signer's Name: Soheila Malekzadeh D Individual IE'Corporate Officer, Title(s): Vice President □Partner -□Limited □General □Attorney in Fact □Trustee □Guardian or Conservator □Other: ---------- Signer is Representing: Sean Malek Engineering and Construction DEC-14-99 08:59 AM SEAN MALEK ENG 9099406078 P. 11 AMERICA ---·- LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of Csllfomla, by Resolution No. 99-504 , adopted December 7, 1999 , has awarded to Sean Malek Engineering & Construction Inc (hereinafter designated as the 11Princlpat·), a Contract for: CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT CONTRACT NO. 3871 in the City of Carlsbad, In strict conformity with the drawings and specifications, and other Contract Documents now on file In the Office of the City Clerk of the City of Cansbad and all of Whieh are incorporated herein by this reference. WHEREAS, Principal has executed or Is about to execute said contract and the terms thereof require the furnishing of a bond, providing that If Principal or any of their subcontractors shall fall to pay for any matarfals, 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 tQ the extent hereinafter set forth. NOW, THEREFORE, WE, Sean Malek Engineering & Construction Inc , as f'rinclpal, (hereinafter designated as the "Contractor"), and F!fil?T NATIONAL JNSUBANCE CQMPANY OF as Surety, are held firmly bound unto the City of Carlsbad In the sum of Four Hundred Sixty Five Thousand Two Hundred Three and so,00----------------------------------0ollars ($"65. 203. so ), said sum being an amount equal to: One hundred percent (100%) of the total estimated amount payable under said contract by the City of Carlsbad under the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000) or, Fifty percent (50%) of the total estimated amount payable under said contract by the City of Carlsbad under the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($10,000,000) or, Twenty-five pel'Qent (25%) of the total estimated amount payable under said contract by the City of Carlsbad under the terms of the contract If the contract exceeds ten million dollars ($10,000,000) 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 person or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used In, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractol'5 pursuant to section 13020 of the Unemployment Insurance Code with respect to such work and labor that the Surety wlll pay for the same, not to exceed the sum specified in the bond, and, also, In case suit Is brought upon the bond, costs and reasonable expenses and fees, lncludlng reasonable attorney's fees, to be fixed by the court, as required by the provisions of section 3248 of the California Civil Code. 0 6'7/99 Contract No. 3671 Paga 40 of 138 Pages DEC-14-99 09:00 AM SEAN MALEK ENG 9099406078 P.12 ''-,.,• This bond shall Inure to the benefit of any and all persons, companies and corporations entltlect to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencing with section 3082). Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and It does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. In the event that Contractor Is an Individual, It Is agreed that the death of any such Contractor shall not exonerate the Surety from Its obligatlons under this bond. Executed by CONTRACTOR this 15thday of DECEMBER 1 19.22,_. SEAN MALEKZADEH (print name here) SECRETARY (title and organization of signatory) Executed by SURETY this 15th day of DECEMBER , 19_qs_. SURElY: FIRST NATIONAL INSJJRANCE CXWANY OF AMERICA (name of Surety) 2677 N. MAIN ST •• #600 SANTA ANA, CA. 92705 (address of Surety) 714/437-3047 (telephone number of Surety) By: --:-R"'_:,/l----__ /l.cv:)~~-bo...::c:::::::::::)~::\--:~- (signature of Attomey-ln•F~ DWIGHT REILLY (printed name of Attorney-in-Fact) (attaeh corporate resolution showing current power of attorney) (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. I! only one officer signs. the corporation must attach a resolutlon certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD . BALL City Attom y rBY/' ,or J 0 6'7/99 1-1-00 ttomey contract No. 3671 Page 41 of 138 Pages X ,- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 1, f, State of California } - __ ss. County of San Bernardiro On 12/15/99 Date , before me, Claudette N. Martin. ~ Pub] j C ' Name and TIiie of Off"teer (e.g., • Jane Doe.Nolaryublic") personally appeared --=Dwi="=gh=t-=Re=i=l=l=-<y-----,,---,-,-~---c,.,.----------Name(s) of Signer(s) Place Notary Seal Above XIXI personally known to me □ proved to me on the basis of satisfactory evidence to be the perso~ whose name()() isMl(e subscribed to the within instrument and acknowledged to me that he~executed the same in hi~ authorized capacit~ and that by his~ signature~on the instrument the personOO, or the entity upon behalf of which the person~ acted, executed the instrument. WITNESS my hand and official seal. CitwdatT n . ~ ✓ Signature of Notary Public ----------OPnONAL---------- Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: LABOR AND MATERIALS BOND Document Date: ____ 1_2_1_1_5_/_9_9 _________ Number of Pages: __ 4 ____ _ Signer(s) Other Than Named Above: ____ ---=cN=oc::.:n:::e=----------------- Capacity(ies) Claimed by Signer Signer's Name: Dwight Reilly 0 Individual □ Corporate Officer -Title(s): □ Partner -□ Limited □ General rli Attorney in Fact □ Trustee □ Guardian or Conservator □ Other: _________________________ _ Signer Is Representing: FIRST NATICNAL ThISURANCE C0-1:PANY OF RIGHT THUMBPRINT OF SIGNER Top of thumb here CA 'I I I I ,, . . . -------. -, --. ----~ ----------..:. . -. ..:.::>,i C> 1997 National Notary Association• 9350 De Soto Ave,, P.O. Box 2402 • Chatswo<th, CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827 POWER OF ATTORNEY FIRST NATIONAL INSURANCE COMPANY OF AMERICA 4333 BROOKLYN AVE NE 4333 Brooklyn Avenue N.E. Seattle, WA 98105 ,- .1W ALL BY THESE PRESENTS: SEATTLE, WASHINGTON 98105 No. 9932 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint **************************************************************DWIGIITREILLY;Upland,California************************************************************** its true and lawful attomey(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 25th day of _Ma~y _________ _ , 1999 'ii~~ R.A. PIERSON, SECRETARY W. RANDALL STODDARD, PRESIDENT CERTIFICATE Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Artide V, Section 13. -FIDELITY AND SURETY BONDS ... the Presiden~ any Vice President, the Secretary, and any Assistant Vice President appointed for that pJJCPOse by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to , ite on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any 1,. _ ., ument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or aff1Xed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, RA Pierson, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 15th day of December , 1999 R.A. PIERSON, SECRETARY S-1049/FNEF 7/98 5/25/99 PDF CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California } County of Riverside ss. On 12/16/99 , before me, Retha Sue Huffman, Notary Public, personally appeared Sean Malekzadeh, personally known to me, to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. RETHA SUE HUFFMAN~ COMM.# 1199300 CJ -• NOTARY PUBLIC-CALIFORNIA G) l RIVERSIDE COUNTY 0 , .... 'V v'-!'!'!. ~J>e:c10e.r OPTIONAL Though the information beloN is na required by law, it may pl'0\/8 valuable to persons relying on the document and could preY8flt fraudulent remowl and reattachment cl this form to another document. Description of Attached Document Title or Type of Document:_---"'L=a=-bo=r-'& _____ M=a ..... te-'--ri __ a ___ l B=-o __ n=d __________ _ Document Date:_1 ___ 2-/1 ____ 5=/9-9 ________ Number of Pages: __ 1 ____ _ Signer(s) Other Than Named Above: No other signer notarized Capacity(ies) Claimed by Signer Signer's Name: Sean Malekzadeh □ Individual □Corporate Officer, Title(s): President, Secretary, Treasurer □Partner -□limited □General □Attorney in Fact □Trustee □Guardian or Conservator □Other: ---------- Signer is Representing: Sean Malek Engineering and Construction . - ,- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California } County of Riverside ss. On 1/3/2000 , before me, Retha Sue Huffman, Notary Public, personally appeared Soheila Malekzadeh , personally known to me, to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. OPTIONAL Though the information belOt'lf is not required by lavv, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document . Description of Attached Document Title or Type of Document:_--=L=ab=o"-"r--'a=-n=d:...aM-=-=-a=t=e"'"'ri=al=s-=B::;..;;o:;.:..n=d'--_______ _ Document Date:_1=2~/1~5~/9~9 ______ Number of Pages: _____ _ Signer(s) Other Than Named Above: No other signer notarized Capacity(ies) Claimed by Signer Signer's Name: Soheila Malekzadeh □ Individual ~orporate Officer, Title(s): Vice President □Partner -□Limited □General OAttorney in Fact □Trustee □Guardian or Conservator □Other: ---------- Signer is Representing: Sean Malek Engineering and Construction DEC-14-99 09:00 AM SEAN MALEK ENG 9099406078 BOND NO. 5941985 PREMIUM: $6,699.00 FAITHFUL PERFORMANCE/WARRANTY BOND P. 13 '-' WHEREAS, the City Council of the City of Carlsbad, State of Callfomla, by Resolution No. 99-509 , adopted December z , J 999 , has awarded to S=e=a.;.:.n .... M ... a .. lea-k__.E:,;,,;n.a.g~rn:.:e;:.:er:..:.l:.:,;nq=:a....:i§~C~on!.!.:s=--'t.:..:ru~c~t~io:.un....Jli.:.:n~c ___________ ,, (hereinafter designated as the "Principar), a Contract for: CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT CONTRACT NO. 3871 In the City of Carlsbad, In strict conformity with the contract. the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal· has executed or la about to execute said Contract and the terms thereof require the fumlshlng of a bond for the faithful perfonnance and warranty of said Contract; NOW, THEREFORE, WE, Sean Malek Engineering & Construction Inc , as Prfnclpal, (hereinafter designated as the "Contractor"), and FIRST NATIONAL rn§URANCE Q;MPANY OF AMERICA , as Surety, are held and firmly bound unto the City of Cerfsbad, Four Hundred Sixty Five Thousand Two Hundred · In the sum of Three and 50/00--------oonars ($ 465,203. so ), said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to City or Its certain attomey, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, Jolntly and severalty, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that If the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and In the 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 obllgatlon·secured hiareby and in addition to the face amount specified therefor, there shall be Included costs and reasonable expenses and fees, Including reasonable attomey's fees, incurred by the City In successfully enforcing such obligation, an 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 obllgauons 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. 0 6f7/99 Contrect No. 3871 Page 42 of 136 Pages .- DEC-14-99 09:01 AM SEAH MALEK EHG 9099406078 P.14 In the event that Contractor is an Individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. executed by CONTRACTOR this l5:th day of DECT.MBE..-q_ , 19~. CONTRACTOR: SEAN MALEK ENGINEERING AND CONSTRUCTICN, rnc. (ne~ of Contraetor) By: xtLG:tJ!!Jf!ylel Soh~\0 Cfbk.bztd-tb (print name here) (Title and Organization of Signatory) By: SEAN MALEKZADEH (prlnt name here) SECRETARY (Title and Organization of signatory) Executed by SURETY this 15thday of DECEMBER , 19 99 • SURETY: FIRST NATIONAL lNSURANCE CCMPANY OF AMERICA (name of Surety) 2677 N. MAIN ST., #600 SANTA ANA, CA. 92705 (address of Surety) 714/437-3047 (telephone number of Surety} By: ? .,/'\---/"l.a.... c:::) (signature of Attomey-in•Fact) \ IMIGHT REILLY {printed name of Attomay-in•Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice--presldent and secretary or assistant secretary must aign 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: RONAL R. BALL City Atto y ?; By: I _:_ / -7-o o {., JAN MOBALDI, Assistant City Attorney 0 M/99 Contr11ct No. 3671 Page 43 of 138 Pages X .,- .. - CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 1, ,, 1, I· I· -----. -. -. State of California } - __ ss. County of San Bernardioo On 12/15/99 Date , before me, Claudette N. Martin, Nata~ PnbHc , Name and Title of 01ficer (e.g., • Jane Doe, Notary blic") personally appeared -~Dwi~· g ... h~t~Re==i=l=ly,.___ __ ....,.,...--,-,~--.,-,-----------' Name{s) of Signer(s) Place Notary Seal Above :xlXI personally known to me □ proved to me on the basis of satisfactory evidence to be the persontsQ whose name(I) ismc:e subscribed to the within instrument and acknowledged to me that he~executed the same in hi~ authorized capacit~ and that by his~ signature~on the instrument the person(X), or the entity upon behalf of which the p_erson~ acted, executed the instrument. WITNESS my hand and official seal. ~ n. ?lJ/»din Signature of NotaryPu -----------oPnONAL---------- Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: FAITHFUL PERFORMANCE/WARRANTY 1300]) Document Date: __ 1_2_1_1_5_/_9_9 __________ Number of Pages: "'""4a__ ____ _ Signer(s) Other Than Named Above: _____ Non __ e ______________ _ Capacity(ies) Claimed by Signer Signer's Name: Dwight Reilly □ Individual □ Corporate Officer -Title(s): □ Partner -□ Limited □ General ~ Attorney in Fact □ Trustee □ Guardian or Conservator RIGHT THUMBPRINT OF SIGNER Top of thumb here □ Other: _________________________ _ Signer Is Representing: FIRST NATICW\L INSURANCE COMPANY OF 'Af CA . -. . . .. --. . ----. . . -. -. -. ---------------------- ·I ·I I ~ 1997 National Notary Association• 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827 POWER FIRST NATIONAL INSURANCE COMPANY OF AMERICA 4333 BROOKLYN AVE NE 4333 Brooklyn Avenue N.E. Seattle, WA 98105 ,,-· WALL BY THESE PRESENTS: OF ATTORNEY SEATTLE, WASHINGTON 98105 No. 9932 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint **************************************************************DWIGIITREILLY;Upland,California************************************************************** its true and lawful attorney(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 25th --------------day of _Ma___,y'-----------, 1999 ~~~ R.A. PIERSON, SECRETARY W. RANDALL STODDARD, PRESIDENT CERTIFICATE Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Artide V, Section 13. -FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to ,,-'Ute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any .Jment making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, RA Pierson, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 15th day of December , 1999 R.A. PIERSON, SECRETARY S-1049/FNEF 7/98 5/25/99 PDF CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California } County of Riverside ss. On 12/16/99 , before me, Retha Sue Huffman, Notary Public, personally appeared Sean Malekzadeh , personally known to me, to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. RETHA SUE HUFFMAN~ OPTIONAL Though the information below is n<i required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: _____ F ___ a __ it""""hf=u~I "--P"""'erf ___ o=rm~a __ n __ ce=/W-=----aa=-r .... ra ...... n""'"'ty...._B=-o=n..;..;:d _____ _ Document Date:_1~2~/1_5_/9-9 _____ Number of Pages: __ 1 ____ _ Signer(s) Other Than Named Above: No other signer notarized Capacity(ies) Claimed by Signer Signer's Name: Sean Malekzadeh □ Individual @Corporate Officer, Title(s): President. Secretary, Treasurer □Partner -□Limited □General □Attorney in Fact □Trustee □Guardian or Conservator □Other: ---------- Signer is Representing: Sean Malek Engineering and Construction CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California } County of Riverside ss. On 1/3/2000 , before me, Retha Sue Huffman, Notary Public, personally appeared Soheila Malekzadeh , personally known to me, to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. ~e Huffman, Notary ublic OPTIONAL Though the information bela.v is nd required by law, it may prove valuable to persons relying on the document and could prewnt fraudulent removal and reattachment of this foon to another document. Description of Attached Document Title or Type of Document:_~F ...... a=ith=f-=u ___ l P ___ e ___ rf_o ___ r-m~a ___ n~ce ___ /W~a=r..c...ra=n ...... tv-=B---o ...... nd=------- Document Date:_1.:.;:;2:;:_/1.:....;::5:..:....;/9=-=9'---------Number of Pages: _____ _ Signer(s) Other Than Named Above: No other signer notarized Capacity(ies) Claimed by Signer Signer's Name: Soheila Malekzadeh D Individual I.Etorporate Officer, Title(s): Vice President □Partner -□Limited □General □Attorney in Fact □Trustee □Guardian or Conservator □Other: ---------- Signer is Representing: Sean Malek Engineering and Construction OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and whose address is --------------------------- hereinafter called ---------------------------- "Contractor'' and whose address is ---------------------- hereinafter ------------------------------called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for Cannon Road/Carlsbad Boulevard Sidewalk and Street Improvement Project, Contract No. 3671, in the amount of ____________ dated ______ (hereinafter referred to as the "Contract"). Alternatively, on written request of the contractor, the City shall make payments of the retention earnings directly to the escrow agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the escrow agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the ______________ _, and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the escrow agent, the escrow agent shall hold them for the benefit of the contractor until such time as the escrow created under this contract is terminated. The contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the escrow agent directly. 4. The contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. " • ., 6/7/99 Contract No. 3671 Page 44 of 136 Pages 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title ------------------ Name ----------------- Signature _______________ _ Address ---------------- For Contractor: Title ------------------ Name ----------------- Signature _______________ _ Address _______________ _ For Escrow Agent: Title ------------------ Name ----------------- Signature _______________ _ Address ---------------- At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. -l.1 ,.. 6/7/99 Contract No. 3671 Page 45 of 136 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the ,--date first set forth above. For City: For Contractor: For Escrow Agent: l' • ., 6/7/99 Title ________________ _ Name ________________ _ Signature ______________ _ Address ---------------- Title ----------------- Name ----------------- Signature ______________ _ Address _______________ _ Title Name ----------------- Signature ______________ _ Address ---------------- Contract No. 3671 Page 46 of 136 Pages SPECIAL PROVISIONS FOR CANNON ROAD/CARLSBAD BOULEVARD SIDEWALK AND STREET IMPROVEMENT PROJECT CONTRACT NO. 3671 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 1, GENERAL PROVISIONS SECTION 1 --TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-fTERMS Add the following section: 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. Add the following section: 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. Add the following section: 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. Add the following section: 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. ~ \.J 6/7/99 Contract No. 3671 Page 4 7 of 136 Pages 1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Agency -the City of Carlsbad, California. City Council -the City Council of the City of Carlsbad. City Manager -the City Manager of the City of Carlsbad or his/her approved representative. Dispute Board -persons designated by the City Manager to hear and advise the City Manager on claims submitted by the Contractor. The City Manager is the last appeal level for informal dispute resolution. Engineer -the Public Works Director of the City of Carlsbad or his/her approved representative. The Engineer is the third level of appeal for informal dispute resolution. Minor Bid Item -a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. · Own Organization -When used in Section 2-3.1 -Employees of the Contra-ctor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with section 2-3.1 of the Standard Specifications and these Special Provisions. Owner Operator/Lessor -Any person who provides equipment or tools with an operator provided who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility. Principal Inspector -The Senior Inspector'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. Senior Inspector -the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. SECTION 2 --SCOPE AND CONTROL OF THE WORK 2-3 SUBCONTRACTS. 2-3.1 General, add the following: Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or to deduct an amount equal to 1 O percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The City Council shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the City Council and shall be notified ten (10) days in advance of the time and location of said hearing. The determination of the City Council shall be final. I\ ~., an199 Contract No. 3671 Page 48 of 136 Pages 2-4 CONTRACT BONDS, modify the second sentence of paragraph one as follows: Delete, "who is listed in the latest version of U.S. Department of Treasury Circular 570,". Modify paragraphs three and four to read: The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in the amount of 100 percent of the contract price and the payment bond shall be in the amount of 50 percent of the contract price. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The payment bond shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. Add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized to trarisact 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 foltowing documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General, add the following: The specifications for the work include the Standard Specifications for Public Works Construction, (SSPWC), 1997 Edition, and the 1998 and 1999 ·· supplements thereto, hereinafter designated "SSPWC", as written and promulgated by Joint Cooperative Committee of the Southern California Chapter American Public Works Association and Southern California Districts Associated General Contractors of California, and as amended by the Special Provisions section of this contract. · The construction plans consist of one (1) set designated as City of Carlsbad Drawing No. 363-4 and consists of 14 sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Public Works, together with the City of Carlsbad Supplemental Standard Drawings. 2-5.2 Precedence of Contract Documents, add the following: Where CAL TRANS specifications are used to· modify the SSPWC or added to the SSPWC by any of the contract documents the CAL TRANS specifications shall have precedence only to the materials and construction materials referred to in the CAL TRANS specifications. The Invitation to Bid, Contract for Public Works, Part 1 of these Special Provisions and Part 1 of the SSPWC in the order of precedence in section 2-5.2 of the SSPWC shall prevail over the CAL TRANS specifications in all other matters. I'\ • ., 6/7/99 Contract No. 3671 Page 49 of 136 Pages 2-5.3.3 Submittals, add the following: When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and tha.t they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the ( equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By:-------------Title: ______________ _ Date: _____________ _ Company Name: Add the following: 2-5.4 Record Drawings, The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and-kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer upon completion of the work. Payment for performing the work required by section 2-5.4 shall be included in various bid items and no additional payment will be made therefor. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers, substitute the following: The Contractor shall not disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The surveyor shall file corner record(s) as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.3 Survey Service, substitute the following: . The Contractor shall hire and pay for the services of a surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. ~ ~, 6/7/99 Contract No. 3671 Page 50 of 136 Pages Add the following section: 2-9.3.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of section 2-5.3.3, "Submittals", herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (81// by 11") paper. The field notes, calculations and data shall be clear and complete with name of the surveyor, the party chief, field crew members, preparer of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS "Surveys Manual". The Contractor shall have a Record of Survey prepared by the surveyor and file it in conformance with §§ 8700 -8805 of the State of California Business and Professions Code when the surveyor performs any surveying that such map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer's review and approval before submittal to the County Surveyor and before submittal to the County Recorder. Add the following section: 2-9.3.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at no greater intervals than 15.2 m (50!), as measured along the project stationing unless a lesser interval is specified herein. Rough sub-grade stakes on slopes shall be set at top of cuts, toe of fills, or slope catch points and street crown lines where no median exists. Large slopes shall have line point set to aid in construction of the slope. Rough sub-grade stakes for roadway section shall be set at edge of pavement and top of curbs. Finish sub-grade stakes shall be set prior to placing subbase or aggregate base for the roadway section. The stakes shall be set at edge of pavement and top of curbs. Finish subgrade stakes for the aggregate base for the roadway section shall be at 7.6 m (25') intervals at edge of pavement and top of curbs and crown line where no median exists. Intermediate stakes between edge of pavement and top of curb shall be set at 4.6 m (15') intervals by the surveyor. Finish aggregate subbase and aggregate base grade stakes shall be at 7.6 m (25') intervals at top of curb, edge of pavement, and all crown lines and grade breaks. Intermediate stakes between edge of pavement and top of curb shall be set at 4.6 m (15') intervals. Storm drain staking shall be done at 7.6 m (25') intervals. Catch basins shall be staked at centerline and each end of the local depression. Curbs/curbs and gutter shall be staked at 7.6 m (25') intervals, center line of driveways, and at beginning 1/4, 1/2, 3/4 delta and ending of returns. Fills to finish grade at 7 .6 m (25') intervals by the paving pass width shall be painted on the pavement prior to placing each lift of asphalt on variable thickness pavement overlays requiring leveling courses. Intersections showing specific finished asphalt grids shall be painted per the grid. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal locations where the curb is not being built as a part of this contract. Surveyor shall mark the removal limits and limits of work line shown on the plans. The markings shall consist of continuous painted lines on asphalt and concrete surfaces and red flagged or painted laths spaced on centers no more than 7 .6 m (25') on unimproved areas. The markings shall be completed by surveyor and inspected and approved by the Engineer before the start of construction in the area marked. Centerline monuments shall be laid out, their disk ~ '-1 6/7/99 Contract No. 3671 Page 51 of 136 Pages stamped, and a Record of Survey satisfactory to the Engineer filed with the County in accordance with the Professional Land Surveyors Act. Water and sewer line stakes shall be set at 7 .6 m (25') intervals with offsets referencing the top and centerline of pipe on main line and laterals. For all pipeline work the pipe and each access hole, pipe material change, lateral connection, fitting, appurtenance, or hydrant location with elevations shall be staked and provided with grade stakes designating the offset of the reference point, station, elevation of reference point, cut (or fill} and feature of pipe that is referenced. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged at 7 .6 m (25') intervals prior to the start of any other activities within the limits of the work. Where utility vaults, poles or other facilities are being installed as parts of or as adjuncts to the project, the Contractor shall place stakes defining the horizontal and vertical location of curb and gutter to facilitate the location of said utility vaults, poles or other facilities by the party(ies) constructing them. When no curb and gutter is being installed as a part of the project the location of adjacent facilities being constructed as a part of the Contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or as adjunct(s) to, the project. Add the following section: 2-9.3.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.3.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra wark shall include full compensation for attendant survey work and no additional payment will be made therefor. Payment for the replacement of disturbed monuments and the filing of comer records shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made therefor. 2-10 AUTHORITY OF BOARD AND ENGINEER Add the following section: 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. Add the following section: 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. " • ., 6/7/99 Contract No. 3671 Page 52 of 136 Pages SECTION 3 -CHANGES IN WORK 3-3 EXTRA WORK. 3-2.2.1 Contract Unit prices, add the following: In the case of an increase or decrease in quantity of a minor bid item in excess of 25 percent of the original quantity bid the adjustment of contract unit price for such items will be limited to that portion of the change in excess of 25 percent of the original quantity listed in the Contractor's bid proposal for this contract. Adjustments in excess of 25 percent may, at the option of the Engineer, be paid pursuant to section 3-3, Extra Work. 3-3.2.2 ( c ) Tool and Equipment Rental, second paragraph, modify as follows: Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge & Equipment Rental Rates" published by CAL TRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any, The labor surcharge rates published therein are not a part of this contract. 3-3.2.3 Markup, Delete sections 3-3.2.3 (a) and (b) and replace with the following: (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ................................... 20 2) Materials .. .. .. .. .. . .. .. .. .. .. . .. .. .. . 15 3) Equipment Rental ................... 15 4) Other Items and Expenditures . . 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Dally Reports by Contractor, add the following after the second sentence: Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. 3-4 CHANGED CONDITIONS. delete the second sentence of paragraph three, delete paragraph five (5), and add the following: The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim " • ., 6/7/99 Contract No. 3671 Page 53 of 136 Pages for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate in order for it to be further considered." By: ----------------Title: --------------- Date: ____________ _ Company Name: The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. · 3-5 DISPUTED WORK. Add the following: The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. Delete second sentence of paragraph one and add the following: Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt-to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Senior Inspector 3. Principal Inspector 4. City Engineer 5. City Manager ~ '-I 6/7/99 Contract No. 3671 Page 54 of 136 Pages 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 1 0 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7 .1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of CaHfornia. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. ~ \..J 6/7/99 Contract No. 3671 Page 55 of 136 Pages (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 {commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision {a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following .the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b )( 1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 ( commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does ~ ~, 6/7/99 Contract No. 3671 Page 56 of 136 Pages 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 riovo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. SECTION 4 -CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.3.1 General, add the following: The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, C""onstruction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.4 Test of Materials, delete the phrase, "and a reasonable amount of retesting", from the third sentence of the first paragraph. add the following: Except as specified in these Special Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Special Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. ~ '-I a17199 Contract No. 3671 Page 57 of 136 Pages 4-1.6 Trade names or Equals, add the following: The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. SECTION 5 -UTILITIES 5-1 LOCATION. Add the following: The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. 5-4 RELOCATION. Add the following: In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon request to the Engineer, may be permitted to temporarily omit the portion of work affected by the utility. Such omission shall be for the Contractor's convenience and no additional compensation will_ be allowed therefor. The portion thus omitted shall be constructed j)y the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-6 COOPERATION. Add the following: Certain facilities owned by SDG&E, Pac Bell and Daniels Cable are currently located within the limits of work and will require relocation by the respective utilities. Contractor shall coordinate with each of the utilities to commence with relocation of facilities during various phases of the work. The owner of the facility, the description of the facility, the required utility work and the anticipated phasing of work is defined in the table below. The facilities are located on the south side of Cannon Road and generally grouped in two locations, the first mid- way between Carlsbad Boulevard and Los Robles Drive and the second mid-way between Los Robles Drive and El Arbol Drive. Contractor shall protect existing facilities during all phases of the contract. OWNER FACILITY UTILITY WORK PHASING OF WORK Daniels Cable 1. Cable lines 1. Underground Lines 1. After completion of 2. Pedestals 2. Remove Pedestals grading for utility easements 2. After completion and powering of undergrounded cable lines SDG&E 3. Power poles 1. Remove poles 3. After completion 4. Underground electric 2. Adjust vaults to and powering of vault grade undergrounded cable lines 4. After completion of pavement Pac Bell 5. Phone lines 1. Underground Lines 5. After completion of 6. Pedestal 2. Remove Pedestal grading for utility easements 6. After completion and powering of undergrounded phone lines. ~ '-1 6/7/99 Contract No. 3671 Page 58 of 136 Pages SECTION 6 -PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete subsection 6-1 and substitute the following: The Contractor shall begin work within 15 calendar days after receipt of the "Notice to Proceed". Within 5 calendar days of notification of award of the Contract, the Contractor shall prepare and submit a work schedule for accomplishing the work to the Engineer. Said schedule must show the dates of the expected start and completion of all the various bid items. The schedule shall be in the form of a Bar Chart schedule, and shall be of sufficient detail to show the chronological relationship of all activities of the project including, but not limited to, estimated starting and completion dates of various activities, scheduling of equipment and procurement of materials. The construction schedule shall reflect completion of all work under the Contract within the specified time and in accordance with the contract documents. Such schedule shall be subject to the review and approval of the Engineer. No work shall take place until the Engineer and the Contractor have agreed to the schedule to be followed by the Contractor Add the following section: 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. Add the following section: 6-1.2 Measurement And Payment Of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefor . . 6-2 PROSECUTION OF WORK. · Add the following section: 6.2.1 Phasing of the Work. The Work shall be phased so as to minimize disruption to both the nearby residents and the motoring public. The descriptions for Phase 1 through 4 are overviews only and shall not relieve the Contractor from its responsibilities to perform the coordination and work in accordance with the plans and specifications. 6.2.1.1 Phase I. Phase I of the project shall consist of work within the work zone as defined on Plan Sheet 9 on the south side of Cannon Road to include mobilization, traffic control, clearing and grubbing, temporary fencing, removing retaining walls, vegetation removal, excavation and filling, coordination with Pac Bell, SDG&E and Daniels Cable for utility relocations, installing new meter pedestal and conduit, traffic signal modifications including traffic loops, new retaining walls and screen walls, drainage improvements, street, curb, gutter and sidewalk improvements, landscape and irrigation improvements and various private property improvements. 6.2.1.2 Phase II and Ill. Phase II and Ill shall consist of completion of intersection improvements at Los Robles Drive and El Arbol Drive respectively. I\ • ., 6/7/99 Contract No. 3671 Page 59 of 136 Pages 6.2.1.3 Phase IV. Phase IV of the project shall include asphalt overlay construction to the existing Cannon Road pavement, striping and performing the remainder of work not completed in the previous phases. Add the following section: 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. Each Project Meeting shall be attended by the Contractor's Representative. The Project Representative shall be the individual determined under section 7-6, "The Contractor's Representative", SSPWC. No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.4 Written Notice and Report. Modify as follows: The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefor. 6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work to completion within ninety (90) working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. Add the following: Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. The Contractor shall incorporate the dates, areas and types of work prohibited in this section in the Construction Schedule required by section 6.1. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. 6-8 COMPLETION AND ACCEPTANCE. Delete the second paragraph and add the following: The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of ~ ~, 6ll/99 Contract No. 3671 Page 60 of 136 Pages Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. Delete the first sentence of the third paragraph and substitute the following two sentences: All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. 6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first sentence of the second paragraph and add the following: For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of five hundred Dollars ($500). Execution of the Contract shall constitute agreement by the Agency and Contractor that the sum of five hundred Dollars ($500) per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. SECTION 7 --RESPONSIBILITIES OF THE CONTRACTOR 7-3 LIABILITY INSURANCE. Modify as follows: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V and are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. 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 agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, resource agency and building permits necessary to perform work for this contract on Agency property, in streets, highways (except State highway right-of-way), railways or other rights- of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefor. 7-7 COOPERATION AND COLLATERAL WORK. Add the following section: 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. ~ '-I 611199 Contract No. 3671 Page 61 of 136 Pages 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. 7-8.5 Temporary Light, Power and Water. Add the following: The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefor. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. Add the following section: 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.3 Street Closures, Detours, Barricades. Add the following: Traffic controls shall be in accordance with the plans, Chapter 5 of the California Department of Transportation "Manual of Traffic Controls," 1996 edition and these Special Provisions. If any component in the traffic control system is 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 ($20.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. Add the following section: 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of section 214-5.1.et seq. All temporary reflective channelizers shall conform to the provisions of section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to CAL TRANS Specification No. 8010-91 D-30. 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 I\ • ., 617/99 Contract No. 3671 Page 62 of 136 Pages of motorists in the traveled way or shielded from the view of the travelling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the travelling 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 CAL TRANS "Standard Specifications", except the sleeves shall be 180 mm (7") long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 1.8 m (6') of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at 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 sign post or telescoping flag tree with flags. The sign post or flag tree shall be placed w~re directed by the Engineer. Add the following section: 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than 1.8 m (6'), nor operate equipment within 0.6 m (2') from any traffic lane occupied by traffic. For equipment the 0.6 m (2') shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. During the entire construction, a minimum of two paved traffic lanes, not less than 3.6m (12') wide, shall be open for use by public traffic in each direction of travel. Add the following section: 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, CAL TRANS "Manual of Traffic Control", 1996 edition and provisions under "Maintaining Traffic" elsewhere in these Special Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control 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. ~ '-I 611199 Contract No. 3671 Page 63 of 136 Pages Add the following section: 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. · During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under ''Traffic Control System for Lane Closure" of these Special Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. Add the following section: 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in Chapter 5 of the "Traffic Manual", 1996 edition published by CALTRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work ne.cessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall pe removed. Add the following section: 7-10.3.6 Preparation of New, or Modifications and Additions 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 submitted 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. The Contractor may choose to modify, add to or supplement the TCP shown on sheets 8 and 9 of Drawing 363-4 of the contract documents or substitute TCP to further its own interests. Such substitution shall be prepared in type and kind as sheets 8 and 9 of Drawing 363-4. The level of detail, format, and graphics shall be of quality and size no less than shown on sheets 8 and 9 of Drawing 363-4 OR The level of detail, format, and graphics shall be of quality and size no less than those on "Standard Specifications ft '-I 611199 Contract No. 3671 Page 64 of 136 Pages Reference Traffic Control Plan" Drawing number 368-5. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and of the "MANUAL OF TRAFFIC CONTROLS", 1996 Edition as published by the State of California Department of Transportation. Such modification, addition, supplement, and/or new design of TCP shall be prepared 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, and/or new designs to the TCP when, in the Engineer's sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of section 2-5.3 Shop Drawings and Submittals. Add the following section: 7-10.3. 7 Payment. The Contractor shall provide traffic control at the contract lump sum price bid. The contract lump sum price paid for "traffic control" shall include full compensation for furnishing all labor (including flagging costs), materials (including signs), tools, equipment and incidentals, and for doing all the work involved in preparation, reproduction and changing of traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans and approved additions and modifications, as specified in these special provisions, and as directed by the Engineer. All expenses and time to prepare and review modifications, additions, supplements and/or new TCP designs shall be included in the lump sum bid for traffic control and no additional payment will be made therefor. Flagging costs will be paid for as a part of the Lump Sum Amount for ''Traffic Control." The cost of labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no bid item the cost of labor and material for portable concrete barriers they will be paid as an incidental to the work being performed and no additional payment will be made therefor. Progress payments for "Traffic Control" will be based on the percentage of the improvement work completed. Add the following section: 7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. ft "f.l 611199 Contract No. 3671 Page 65 of 136 Pages SECTION 9 -MEASUREMENT & PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9-1.4 Units of Measurement, modify as follows: The system of measure for this contract shall be the U.S. Standard Measures. 9-3 PAYMENT. 9-3.1 General. Delete the eighth paragraph and substitute the following: Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion" 9-3.2 Partial and Final Payment. Delete the second paragraph and substitute the following: Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of the Standard Specifications (SSPWC). Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the -Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.01 0 of the Code of Civil Procedure. Delete the third paragraph and substitute the following: The Agency shall retain 1 0 percent of such estimated value of the work done as part security for the fulfillment of the contract by the Contractor, except that at any time after 50 percent of the work has been completed, if the Engineer finds that satisfactory progress is being made, the Agency may reduce the total amount being retained from payment pursuant to the above requirements to 5 percent of the total estimated value of said work and may also reduce the amount retained from any of the remaining partial payments to 5 percent of the estimated value of such work and materials. In addition, on any partial payment made after 95 percent of the work has been completed, the Agency may reduce the amount withheld from payment pursuant to the requirements of this Section to such lesser amounts as the Engineer determines is adequate security for the fulfillment of the balance of the work and other requirements of the contract, but in no event will said amount be reduced to less than 125 percent of the estimated value of the work yet to be completed as determined by the Engineer. Such reduction will only be made upon the written request of the Contractor and shall be approved in writing by the surety on the Performance Bond and by the surety on the Payment Bond. The approval of the surety shall be submitted to the Engineer; the signature of the person executing the approval for the surety shall be properly acknowledged and the power of attorney authorizing the ft "'-1 6/7/99 Contract No. 3671 Page 66 of 136 Pages person executing the approval to give such consent must either accompany the document or be on file with the Agency. · Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in subsection 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed in the written statement required in subsection 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in subsection 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. ~ "'-I 6/7/99 Contract No. 3671 Page 67 of 136 Pages Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under subsection 3-5, Disputed Work, for those claims remaining in dispute. Add the following section: 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the project will not be included in the progress estimate. ~ '-1 6/7/99 Contract No. 3671 Page 68 of 136 Pages SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 -ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be crushed aggregate base (Section 200-2.2), crushed slag base (Section 200-2.3), or crushed miscellaneous base (Section 200.~2.4). SECTION 201 -CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE TABLE 201-1.1.2(A) Modify as follows: TABLE 201-1.1.2(A) <3> PORTLAND CEMENT CONCRETE Type of Construction Concrete Class All Concrete Used Within the Right-of-Way 330-C-23 (560-C-3250) <1> Trench Backfill Slurry 115-E-3 (190-E-400) Street Light Foundations and Survey Monuments 330-C-23 (560-C-3250) Traffic Signal Foundations 350-C-27 (590-C-3750) Concreted-Rock Erosion Protection 310-C-17 ( 520-C-2500P) Maximum Slump mm (Inches) (2) 200 (8") 100 (4") 100 (4") per Table 300-11.3.1 (1) Except that concrete required to be of higher strength by Table 201-1.1.2(A) SSPWC shall be as per Table 201-1.1.2(A) SSPWC. (2) As per Table 201-1.1.2(A) SSPWC. (3) Portions of Table 201-1.1.2(A) of the Standard Specifications for Public Works Construction not shown herein as changed are not affected by this table. 201-1.2.4 Chemical Admixtures. (e) Air-entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1 /2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. l\ • ., 6/7/99 Contract No. 3671 Page 69 of 136 Pages SECTION 202 -MASONRY MATERIALS 202 -2 CONCRETE BLOCK 202-2.1 Masonry Unit Add the following; With the exception of the 30 inch screen wall along El Arbol Drive which shall be a standard masonry unit, all other masonry units shall be Split Face block. Split face masonry units for screen walls shall be Split Face both sides. Color for all Split Face block shall be "Sand" by RCP Block and Brick or approved substitute SECTION 203-BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. 203-6.2 Materials. Add the following: Asphalt concrete shall be class C2-AR 4000 for surface course, and B-AR 4000 for base course. 203-6.6.1, Batch Plant Method, modify as follows: Third paragraph, last sentence, delete "and from the Engineer's field laboratory". Last paragraph, add after D 2172: "method A or B." 203-6. 7 Asphalt Concrete Storage. add the following: Open graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 18 hours, shall not be used in the work. SECTION 204 -LUMBER AND TREATMENT WITH PRESERVATIVES 204-1 LUMBER AND PLYWOOD TABLE 204-1.2(A) add the following: TABLE 204-1.2(A) USES Headers for bituminous pavement up to 50 mm x 100 mm (2"x4") Headers for bituminous pavement larger than 50 mm x 100 mm (2"x4") SECTION 206 • MISCELLANEOUS METAL ITEMS Add the following section: 206-7 TRAFFIC SIGNS. Add the following section: GRADES Construction grade Redwood or preservative treated construction grade Douglas Fir Number 1 grade Redwood, or preservative treated number 1 Qrade DouQlas Fir 206-7.1 Permanent Traffic Signs Permanent traffic signs shall consist of all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic upon the completion of the Work. Add the following section: 206-7.1.1 General. Materials, legend, proportion, size, and fabrication of all signs used for 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 CHARr, dated February 1980, all published by the State of California, Department of Transportation, Division of l' • ., 6/7/99 Contract No. 3671 Page 70 of 136 Pages Procurement Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 95819 and as modified herein. Where the "SPECIFICATION FOR REFLECTIVE SHEETING SIGNS, October 1993" require the Contractor or supplier to notify the Department of Transportation or to certify compliance to said SPECIFICATIONS, to provide a quality control program or to allow testing, approval, observation of manufacturing or assembly operations by the State of California, Department of Transportation and/or its employees or officials, such rights shall be vested in the Engineer. Add the following section: 206-7.1.2 Sign Identification. Modify the "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993" as follows: Sign identification shall be as per "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993", except that the notation shall be "PROPERTY OF THE CITY OF CARLSBAD". Add the following section: 206-7.1.3 Drawings. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: Standard signs shall be as per the most recently approved "Approved Sign Specification Sheets" of the State of California, Department of Transportation. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. Add the following section: 206-7.1.4 Reflective Sheeting. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: All advisory signs, warning signs and all regulatory signs, excepting only those hereinafter listed, shall be fabricated with Type Ill encapsulated lens sheeting conforming to the requirements of this specification. Signs listed below shall be fabricated with Type II encapsulated lens sheeting conforming to the requirements of this specification. Regulatory signs which shall be fabricated with Type II encapsulated lens sheeting are: RS; R24 through, and including, R32B; R47 through, and including, R53C; R62A through, and including, R62D; R74 through, and including, R96C; and R99 through, and including, R105A. All sign designations shall be as per the "Traffic Manual", 1996 revision, as published by the California Department of Transportation. Add the following section: 206-7.1.5 Substrate. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: All permanent traffic signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall use aluminum substrate. Add the following section: 206-7.1.6 Mounting Traffic Signs. Traffic signs shall be installed as required by San Diego Regional Standard drawing M-45 or, when the sign area exceeds the maximum area allowed for on that drawing, on wood 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 Add the following section: 206-7.1.6 Traffic Sign Posts. Posts, 90 mm x 90 mm (4" x 4" nom.) in size, shall be constructed of select heart grade redwood; No. 1 heart structural grade redwood (1050f); No. 2 heart structural grade redwood (900f); light framing construction grade Douglas fir, free of heart center; or structural light framing No. 1 grade Hem-Fir, free of heart center. Posts, 90 mm x 143 mm (4" x 6" nom.) in size, shall be constructed of select heart grade redwood; select heart structural grade redwood (11 00f); No. 1 heart structural grade redwood (950f); structural joists and planks, No. 2 grade Douglas fir, free of heart center; or structural joists and planks, No. 1 grade Hem-Fir, free of heart center. Posts larger than 90 mm x 143 mm (4" x 6" nom.) in size shall be constructed of select ,, • ., 6/7/99 Contract No. 3671 Page 71 of 136 Pages heart grade redwood; No. 1 heart structural grade redwood (950f); posts and timbers No. 1 (structural) grade Douglas fir, free of heart center; or posts and timbers select structural grade Hem- Fir, free of heart center. Posts shall be graded in accordance with Section 204-1 SSPWC. Sweep shall not exceed 25 mm (1") in 3.0 m (10'). Before preservative treatment, Douglas fir and Hem-Fir posts shall be seasoned to a moisture content of not more than 25 percent as measured at the midpoint of the post in the outer 25 mm (1 "), using an approved type of moisture meter, in accordance with ASTM Designation: D4444. At the time of delivery to the job site, all treated posts shall have a moisture content of not more than 25 percent when tested as described above. The posts shall conform in all respects to the specified grading requirements at the time of delivery to the job site. Douglas fir and Hem-Fir posts shall be treated with either ammoniacal copper arsenate, ammoniacal copper zinc arsenate, copper naphthenate or pentachlorophenol in hydrocarbon solvent in accordance with the provisions in Section 204-2 SSPWC. Posts shall be incised and the minimum retention of preservative shall be as specified in AWPA Standards. The cutting of the ends of wood posts in the field will be permitted. Where field-cutting or boring of wood posts is performed after treatment, all cuts and holes shall be thoroughly swabbed, sprayed or brushed with 2 applications of the same type of preservative as initially used or copper naphthenate. Application of preservative in the field shall conform to the requirements in the last paragraph in Section 204-2 SSPWC. Wood block spacers, inserted between the post and the sign panel on single post installations as shown on the plans, shall be treated with preservative in the same manner as specified for wood posts. Unless specified in the special provisions or shown on the plans, wood posts and blocks shall not be painted. Add the following section: 206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic during the Contractor's performance of the Work. Temporary traffic signs include both stationary and portable signs. Add the following section: 206-7.2.1 General. Materials, legend, proportion, size, and fabrication of all temporary traffic signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall conform to the requirements of "Specifications For Reflective Sheeting Signs, October 1993", Sheets 1 through 5 that accompany "Specifications For Reflective Sheeting Signs, October 1993" of dimensions and details, dated April 1987, and "OPAQUE COLOR CHARr, dated February 1980, all published by the State of California, Department of Transportation, Division of Procurement Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 95819 and as modified herein. Where The "Specification For Reflective Sheeting Signs, October 1993" require the Contractor or supplier to notify the Department of Transportation or to certify compliance to said "Specifications For Reflective Sheeting Signs, October 1993", to provide a quality control program or to allow testing, approval, observation of manufacturing or assembly operations by the State of California, Department of Transportation and/or its employees or officials, such rights shall be vested in the Engineer. ~ '-I s11199 Contract No. 3671 Page 72 of 136 Pages Add the following section: 206-7 .2.2 Drawings. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: Standard temporary traffic signs shall be as per the most recently approved "Approved Sign Specification Sheets" of the State of California, Department of Transportation. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. Add the following section: 206-7 .2.3 Reflective Sheeting. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: All advisory signs, warning signs and all regulatory signs, excepting only those hereinafter listed, shall be fabricated with Type Ill encapsulated lens sheeting conforming to the requirements of this specification. The signs listed below shall be fabricated with Type II encapsulated lens sheeting conforming to the requirements of this specification. Regulatory signs which shall be fabricated with Type II encapsulated lens sheeting are: RS; R24 through, and including, R32B; R47 through, and including, R53C; R62A through, and including, R62D; R74 through, and including, R96C; and R99 through, and including, R105A. All sign designations shall be as per the "Traffic Manual", 1996 revision, as published by the California Department of Transportation. Add the following section: 206-7 .2.4 Substrate. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: Excepting only construction warning signs used at a single location during daylight hours for not more than five (5) consecutive days, all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall be stationary mounted and shall use aluminum substrate. Add the following section: 206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary traffic signs shall be installed on wood posts in the same manner shown on the State of California, Department of Transportation "Standard Plans" 1995 edition standard plans numbers RS 1, RS2, RS3 and RS4 for installation of roadside signs, except as follows: a) Back braces and blocks for sign panels will not be required. b) The height to the bottom of the sign panel above the edge of traveled way shall be at least 2.1 m (7'). c) Construction area sign posts may be installed on above ground temporary platform sign supports as approved by the Engineer, or the signs may be installed on existing lighting standards or other supports as approved by the Engineer. When construction area signs are installed on existing lighting standards, holes shall not be made in the standards to support the sign. d) The post embedment shall be 0.8-m (32") if post holes are backfilled around the posts with 295-C-17 (500-C-2500) portland cement concrete. e) When break-away sign posts (SDRS M-45) are used one post shall be provided for each 0.48 m2 (5 ft2)of sign area. Add the following section: 206-7.2.6 Temporary Traffic Sign Posts. Posts, 90 mm x 90 mm (4" x 4" nom.) in size, shall be constructed of select heart grade redwood; No. 1 heart structural grade redwood (1050fb); No. 2 heart structural grade redwood (900f b); light framing construction grade Douglas fir, free of heart center; or structural light framing No. 1 grade Hem-Fir, free of heart center. Posts, 90 mm x 143 mm (4" x 6" nom.) in size, shall be constructed of select heart grade redwood; select heart structural grade redwood (1100fb); No. 1 heart structural grade redwood (950fb); structural joists and planks, No. 2 grade Douglas fir, free of heart center; or structural joists and planks, No. 1 grade Hem-Fir, free of heart center. Posts larger than 90 mm x 143 mm (4" x 6" nom.) in size shall (\ • ., 6/7/99 Contract No. 3671 Page 73 of 136 Pages be constructed of select heart grade redwood; No. 1 heart structural grade redwood (950fb); posts and timbers No. 1 (structural) grade Douglas fir, free of heart center; or posts and timbers select structural grade Hem-Fir, free of heart center. Posts shall be graded in accordance with Section 204-1 SSPWC. Sweep shall not exceed 25 mm (1") in 3.0 m (10'). Before preservative treatment, Douglas fir and Hem-Fir posts shall be seasoned to a moisture content of not more than 25 percent as measured at the midpoint of the post in the outer 25 mm (1"), using an approved type of moisture meter, in accordance with ASTM Designation: D 4444. At the time of delivery to the job site, all treated posts shall have a moisture content of not more than 25 percent when tested as described above. The posts shall conform in all respects to the specified grading requirements at the time of delivery to the job site. Douglas fir and Hem-Fir posts shall be treated with either ammoniacal copper arsenate, ammoniacal copper zinc arsenate, copper naphthenate or pentachlorophenol in hydrocarbon solvent in accordance with the provisions in Section 204-2 SSPWC. Posts shall be incised and the minimum retention of preservative shall be as specified in AWPA Standards. The cutting of the ends of wood posts in the field will be permitted. Where field-cutting or boring of wood posts is performed after treatment, all cuts and holes shall be thoroughly swabbed, sprayed or brushed with 2 applications of the same type of preservative as initially used or copper naphthenate. Application of preservative in the field shall conform to the requirements in the last paragraph in Section 204-2 SSPWC. Wood block spacers, inserted between the post and the sign panel on single post installations as shown on the plans, shall be treated with preservative in the same manner as specified for wood posts. Unless specified in the special provisions or shown on the plans, wood posts and blocks shall not be painted. Post size and number of posts shall be as shown on the plans, except that when stationary mounted signs are installed and the type of sign installation is not shown on the plans, post size and the number of posts will be determined by the Engineer. Sign panels for stationary mounted signs shall · consist of Type IIIA reflective sheeting applied to a sign substrate. Sign panels shall conform to the requirements specified for aluminum signs in the "Specifications For Reflective Sheeting Signs, October 1993". Add the following section: 206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of a base, standard or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operation. Sign panels for portable signs shall conform to the requirements of sign panels for stationary mounted signs in the "Specifications For Reflective Sheeting Signs, October 1993, or shall be cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and leg- end requirements for portable signs shall be as described for stationary mounted sign panels in section 206-7.2 of these Special Provisions. The height to the bottom of the sign panel above the edge of traveled way shall be at least 0.3-m (12"). All parts of the sign standard or framework shall be finished with 2 applications of an orange enamel which will match the color of the sign panel background. Testing of paint will not be required. Contract No. 3671 Page 7 4 of 136 Pages Add the following section: 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS. Add the following section: 206-8.1 General. This Section pertains to 10-gage and 12-gage cold-rolled steel perforated tubing used for the support and stabilization of signs. All shapes shall have a galvanized finish and shall be cold-roll-formed steel conforming to ASTM Designation A-446, Grade A. Galvanizing shall conform to ASTM A-525, Designation G-90. Galvanizing shall be performed after all forming and punching operations have been completed. Cold-rolled steel perforated tubing shall be perforated on all four faces with 11 mm (7 /16") holes on 25 mm ( 1 ") centers. Add the following section: 206-8.2 Tolerances. Wall thickness tolerance shall not exceed +0.28 mm, -0.13 mm (+0.011 ", -0.005"). Convexity and concavity measured in the center of the flat side shall not exceed a tolerance of +0.25 mm (+0.010") applied to the specific size determined at the corner. Straightness tolerance variation shall not exceed 1.6 mm in 1 m (1/16 M in 3'). Tolerance for comer radius is 4.0mm (5/32"), plus or minus 0.40 mm (1/64M). Weld flash on comer-welded square tubing shall permit 3.60 mm (9/64") radius gage to be placed in the comer. Using 10-gage or 12-gage square tube, consecutive size tubes shall telescope freely for 3.1m (10'). Tolerance on hole size is plus or minus 0.40 mm (1/64M) on a size. Tolerance on hole spacing is plus or minus 3:2 mm in 6.1 m (1/8" in 20'). In addition, for the following specific sizes of light gage steel tubing, dimensional tolerances shall not exceed those listed in tables 206-8.2 (A) and 206-8.2(8). TABLE 206-8.2(A) LIGHT GAGE STEEL TUBING SIZE TOLERANCE Nominal Outside Dimensions Outside Tolerance for~II Sides at Comers mm (inches) mm (inches) 25x25 (1 X 1) 0.13 0.005 32x32 (1 1/. X 11/.) 0.15 0.006 38 X 38 (1 1/? X 11/?) 0.15 0.006 44x44 (1 3/. X 13/.) 0.20 0.008 51 X 51 (2 X 2) 0.20 0.008 56 X 56 (23/,,,. X 23/,,,,) 0.25 0.010 57 X 57 (21/_. X 21/.) 0.25 0.010 64x64 (21/, X 21/?) 0.25 0.010 51 X 76 (2 X 3) 0.25 0.010 TABLE 206-8.i(B) LIGHT GAGE STEEL TUBING SQUARENESS OF SIDES AND TWIST Nominal Outside Dimension Squareness<1> Twist Permissible in 900 mm (3") mm (Inches) mm (Inches) mm<2> (lnches)12> 25x25 (1 X 1) 0.15 0.006 1.3 0.050 32x 32 (1-% X 1-1/,.) 0.18 0.007 1.3 0.050 38 X 38 (1-1/? X 1-1/.,) 0.20 0.009 1.3 0.050 44x44 (1-3/_. X 1-3/ .. ) 0.25 0.010 1.6 0.062 51 X 51 (2 X 2) 0.30 0.012 1.6 0.062 56 X 56 (2-3/,,,, X 2-3/,,,,) 0.36 0.014 1.6 0.062 57 X 57 (2-1/,. X 2-1/_.) 0.36 1.014 1.6 0.062 64x64 (2-1/, X 2-1/,) 0.38 0.015 1.9 0.075 51 X 76 (2 X 3) 0.46 0.018 1.9 0.075 ~ • ., 6/7/99 Contract No. 3671 Page 75 of 136 Pages (1> Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed. <2> Twist is measured by holding down the edge of one end of a square tube on a surface plate with the bottom side of the tube parallel to the surface plate, and noting the height that either comer on the opposite end of the bottom side is above the surface plate. Add the following section: 206-8.3 Fasteners. Fasteners used to assemble cold-rolled steel perforated tubing shall be steel "pull-through" electrogalvanized rivets with 9.5 mm (3/8") diameter shank, 22 mm (7/8") diameter head, and a grip range of from 5 mm (0.200") to 0.90 mm (0.356"). The fasteners shall conform to ASTM 8-633, Type Ill SECTION 207 -PIPE 207-2 REINFORCED CONCRETE PIPE. 207-2.5 Joints. Add the following: When watertight joints are indicated on the plans they shall be of the rubber-gasketed type meeting the requirements of ASTM Standard Specification designations C 361-95 and C 443-94. Ado the following section: 207-25 UNDERGROUND UTILITY MARKING TAPE. Add the following section: 207-25.1 Detectable Underground Utility Marking Tape: Detectable Underground Utility Marking Tape shall have a minimum 0.13 mm (0.005") overall thickness, with no less than a 35 gauge (AWG), 0.14 mm aluminum foil core. The foil must be visible from both sides. The layers shall be laminated together with the extrusion lamination process, not adhesives. No inks or printing shall extend to the edges of the tape. All printing shall be encased to avoid ink rub-off. Detectable Underground Utility Marking Tape shall conform to the properties listed in Tables 207-25(A) and 207-25 (8). TABLE 207-25.1(A) DETECTABLE UNDERGROUND UTILITY MARKING TAPE PROPERTIES Property Method Value Thickness ASTM D2103 0114 mm 10.0056'1 Tensile strenath ASTM D882 4500a/cm -(25 lbs/inch) (5,500 PSI) Elongation ASTM D882-88 <50 percent at break Printabilitv ASTM D2578 >50 dvnes/sauare centimeter Flexibility ASTM D671-81 Pliable hand Inks Manufacturina specifications Heat-set Mvlex Message repeat Manufacturina specifications Everv 500 mm(20") Foil Manufacturina specifications Dead soft/annealed Top laver ManufacturinQ specifications Vircin PET Bottom layer Manufacturina specifications Vircin LOPE Adhesives ManufacturinQ specifications >30 percent, solid 1.5#/R Bond strenath Boilina H?O at 100 decrees Celsius Five hours without peel Colors APWACode See Table 207-25.1 (B) ..... "'-1 6/7/99 Contract No. 3671 Page 76 of 136 Pages TABLE 207-25.1 (8) DETECTABLE UNDERGROUND UTILITY MARKING TAPE.COLORS Color Utility Marked Red Electric oower, distribution, transmission, and municioal electric systems. Yellow Gas and oil distribution and transmission, danaerous materials, product and steam. Oranae Telephone and telearaoh svstems, oolice and fire communications, and cable television. Blue Water systems. Green Sanitary and storm sewer systems, nonootable. Brown Force mains. Purole Reclaimed water lines. Add the following section: 207-25.2 Materials Approvals. Detectable Underground Utility Marking Tape shall meet the requirements of each of the following agency/association publications. A. Department of Transportation, Materials Transportation Bureau, Office of Pipeline Safety. USAS code for pressure piping B31.8, paragraph 192.321{e). B. National Transportation Safety Board, Washington, DC, Special Study Prevention of Damage to Pipelines. Adopted June 7, 1974. Report NTSB-PSS-73-1. C. American Petroleum Institute {API). Recommended practice for marking buried liquid petroleum pipelines -APR RP 1109. D. General Services Administration, Washington, DC, Public Buildings Service Guide Specification for Mechanical and Electrical Equipment -PBS 4-1501, Amendment 2, Page 501-14, Paragraph 18, Subparagraph 18.1, Clause 18.1.1. E. Rural Electrification Authority {REA), U.S. Department of Agriculture, Washington, DC, National Electrical Safety Code for Underground Construction for remote and immediate hazards. SECTION 209 • ELECTRICAL COMPONENTS 209 ELECTRICAL COMPONENTS. Modify as follows: Section 209, "Signals, Lighting and Traffic Electrical Systems", herein, shall replace Section 209, "Electrical Components", of the SSPWC in all matters pertaining to the specifications for measurement, payment, warranty, and materials and methods of construction for all elements of street lighting and traffic signals. For electrical components provided and installed in systems not including street lighting and traffic signals section 209 SSPWC is unmodified except as specified in sections other than section 209, "Signals, Lighting and Electrical Systems", herein. For section 209, "Signals, Lighting and Electrical Systems", for all elements of street lighting and traffic signals both construction materials and construction methods have been combined into a single section. SECTION 209 -SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 209-1 GENERAL 209-1.01 Description. Signals, lighting and electrical systems work shall consist of furnishing and installing, modifying or removing one or more traffic signals, traffic signal master controller assemblies and interconnection facilities, flashing beacon systems, lighting systems, sign illu- mination systems, traffic monitoring stations, communication systems, electrical equipment in structures, falsework lighting, provisions for future systems, or combinations thereof, all as shown on the plans, and as specified in these special provisions. l' • ., 6/7/99 Contract No. 3671 Page 77 of 136 Pages The locations of signals, beacons, standards, lighting fixtures, signs, controls, services and appurtenances shown on the plans are approximate and the exact locations will be established by the Engineer in the field. All systems shall be complete and in operating condition at the time of acceptance of the contract. 209-1.015 Definitions. The following definitions pertain only to Section 209, "Signals, Lighting and Electrical Systems." Actuation.-The operation of any type of detector. Burn-In Procedure. -The procedure by which each LED signal module is energized for a minimum of 24 hours at operating voltage at a 100% duty cycle, and in an ambient temperature of 6o0 c {140°F). Candlepower Values. -Luminous intensity expressed in candelas (cd). Channel.-A discrete information path. Chromaticlty (Color). -The color of the light emitted by a signal module, specified as x-y chromaticity coordinates on the chromaticity diagram according to the 1931 Commission Internationale d'Eclairage standard observer and coordinate system. The measured chromaticity coordinates shall fall within the limits specified in VTCSH Section 8.04 "Limits of Chromaticity Coordinates." Controller Assembly.-The complete assembly for controlling the operation of a traffic signal or other system, consisting of a controller unit, and all auxiliary equipment housedin a rainproof cabi- net. Controller Unit.-That part of the controller assembly which performs the basic timing and logic functions. Detector.-A device for indicating the passage or presence of vehicles or pedestrians. Duty Cycle. -The amount of illuminated on-time a signal module is energized, expressed as a percent of signal cycle time period. Electrolier.-The complete assembly of lighting standard, luminaire, ballast and lamp. Flasher.-A device used to open and close signal circuits at a repetitive rate. Flashing Beacon Control Assembly.-A complete electrical mechanism for operating a warning beacon or intersection control beacon. Inductive Loop Vehicle Detector.-A detector capable of being actuated by the change of inductance caused by a vehicle passing over or standing over the loop. Integrating Photometer. -An instrument used in measuring the intensity of light that enables total luminous flux to be determined by a single measurement. LED Light Source. -An individual light emitting diode. LED Signal Module. -A sealed circular ball or arrow that includes the lens and utilizes LED devices as the light source. An LED signal module may directly replace an existing traffic signal lamp and lens combination. Lighting Standard.-The pole and mast arm which support the luminaire. Luminaire.-The assembly which houses the light source and controls the light emitted from the light source. 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 field. Magnetometer Vehicle Detector.-A detector capable of being actuated by the magnetic disturbance caused by the passage or presence of a vehicle. Major Street.-The roadway approach or approaches at an intersection normally carrying the major volume of vehicular traffic. Minimum Intensity. -In accordance with the values in Table 1 of the existing "Vehicle Traffic Control Signal Heads", hereinafter VTCSH standard, the minimum intensity values below which no LED signal modules will be released from the supplier. Minor Street.-The roadway approach or approaches at an intersection normally carrying the minor volume of vehicular traffic. ~ "t.J 6/7/99 Contract No. 3671 Page 78 of 136 Pages 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", 1995 edition as promulgated by the State of California, Department of Transportation. Power Consumption. -The rms electrical power (watts) consumed by an LED signal module when operated at rated voltage. Pre-timed Controller Assembly.-A controller assembly for operating traffic signals in accordance with a pre-determined cycle length. Rated Initial Intensity. -The light intensity of a new LED signal module, operated at rated voltage, measured after the bum-in procedure with an integrating photometer. Rated Voltage. -The ac rms voltage at which light output performance and power consumption are specified (117 VAC at 60 Hz). Signal Face.-That part of a signal head provided for controlling traffic in a single direction and consisting of one or more signal sections. Signal Head.-An assembly containing one or more signal faces. Signal Indication.-The illumination of a signal section or other device, or of a combination of sections or other devices at the same time. Signal Section.-A complete unit for providing a signal indication consisting of a housing, lens, reflector, lamp receptacle and lamp. Sun Phantom. -The effect of an outside light source entering the signal assembly and being returned in such a manner as to present the appearance of the signal assembly being illuminated. Traffic-Actuated Controller Assembly.-A controller assembly for operating traffic signals in accordance with the varying demands of traffic as registered with the controller unit by detectors. Traffic Phase.-The right of way, change and clearance intervals assigned to a traffic movement or combination of movements. Vehicle.-Any motor vehicle normally licensed for highway use. VTCSH Standard. -The definitions and practices described in "Vehicle Traffic Control Signal Heads" published in the "Equipment and Materials Standards" of the Institute of Transportation Engineers. 209-1.02 Regulations and Code. All electrical equipment shall conform to the standards of the National Electrical Manufacturers Association (NEMA), the Underwriters' Laboratories Inc. (UL), the Electrical Testing Laboratories (ETL), the National Electrical Testing Association, Inc. (NETA), or the Electronic Industries Association (EIA), wherever applicable. In addition to the requirements of the · plans, these special provisions, all materials and workmanship shall conform to the requirements of the National Electrical Code 1996 edition, hereinafter referred to as the Code; California Code of Regulations, Title 8, Chapter 4, Subchapter 5, Electrical Safety Orders; Rules for Overhead Electrical Line Construction, General Order No. 95 of the Public Utilities Commission; Standards of the American Society for Testing and Materials (ASTM); American National Standards Institute (ANSI); and any local ordinances which may apply. Wherever reference is made to any of the standards mentioned above, the reference shall be construed to mean the code, order, or standard that is in effect on the day the Notice to Contractors for the work is dated. 209-1.03 Equipment List and Drawings. Unless otherwise permitted in writing by the Engineer, the Contractor shall, within 15 days following award of the contract, submit to the Engineer for review a list of equipment and materials which the Contractor proposes to install as specified in Section 2-5.3, "Shop Drawings and Submittals." The list shall be complete as to name of manufacturer, size and identifying number of each item. The list shall be supplemented by such other data as may be required, including schematic wiring diagrams and scale drawings of cabinets showing location and spacing of shelves, terminal blocks and equipment, including dimensioning. All of the above data shall be submitted, install as specified in Section 2-5.3, "Shop Drawings and r.-:. ., 6/7/99 Contract No. 3671 Page 79 of 136 Pages Submittals", for review. Where electrical equipment is constructed as detailed on the plans, the submission of detailed drawings and diagrams will not be required. The Contractor shall furnish 5 sets of controller cabinet schematic wiring diagrams made by (1) wet blueprint, white background process using iron-sensitized paper, (2) the offset lithograph process, or (3) the electrostatic process. The diagrams shall show the location of the installation and shall list all equipment installed in each controller cabinet. In addition, for each signal installation, the Contractor shall furnish an intersection sketch showing poles, detectors, field wire connection termi- nals and phasing as shown on the plans. All schematic wiring diagrams of the controller units and auxiliary equipment, all cabinet diagrams, and all operation manuals shall be submitted at the time the controller assemblies are delivered for testing. The schematic wiring diagram shall show in detail all circuits and parts. All parts shown thereon shall be identified by name or number and in such manner as to be readily interpreted. All diagrams, plans and drawings shall be prepared using graphic symbols shown in ANSI publication Y32.2, entitled "IEEE Standard and American National Standard Graphic Symbols for Electrical and Electronic Diagrams." 209-1.04 Warranties, Guaranties and Instruction Sheets. Manufacturers' warranties and guaranties furnished for materials used in the work and instruction sheets and parts lists supplied with materials shall be delivered to the Engineer prior to acceptance of the project. 209-1.05 Maintaining Existing and Temporary Electrical Systems. Existing electrical systems (traffic signal, street lighting, flashing beacon, traffic monitoring, sign illumination and other facilities), or approved temporary replacements thereof, shall be kept in effective operation for the benefit of the traveling public during the progress of the work, except when shutdown is permitted, to allow for alterations or final removal of the systems. The traffic signal shutdowns shall be limited to normal working hours. Lighting system shutdowns shall not interfere with the regular lighting schedule, unless otherwise permitted by the Engineer. The Contractor shall notify the Engineer prior to performing any work on existing systems. The Contractor shall notify the local traffic enforcement agency prior to any operational shutdown of a traffic signal. Where an existing system or temporary system is being modified, work not shown on the plans or specified in these special provisions and which is considered by the Engineer as necessary to keep all or any part of the system in effective operation will be paid for as extra work as provided in Section 3-3 "Extra Work.". The Agency will: 1) Continue the operation and maintenance of existing electrical facilities. 2) Continue to provide for electrical energy for the operation of existing electrical facilities. 3) Repair or replace existing facilities damaged by public traffic. 4) Pay the cost of electrical energy for the operation of existing or new facilities that are undergoing the functional tests described in Section 209-2.14C, "Functional Testing." The Contractor shall ascertain the exact location and depth of existing detectors, conduits, pull boxes and other electrical facilities before using any tools or equipment that may damage those facilities or interfere with any electrical system. Where damage is caused by the Contractor's operations, the Contractor shall, at the Contractor's expense, repair or replace damaged facilities promptly in accordance with these specifications. If any existing loop conductor, including the portion leading to the detector hand hole or termination pull box, is damaged by the Contractor's operations, the Contractor shall immediately notify the Engineer. The affected detectors shall be replaced at the Contractor's expense and as directed by the Engineer within 24 hours. If the Contractor fails to complete the repairs within this period, the repairs will be made by Agency forces at the Contractor's expense. Should the Contractor fail to perform the required repairs or replace- ments, the cost of performing the repairs or replacements will be deducted from any moneys due or to become due the Contractor. ~ "'-I 617/99 Contract No. 3671 Page 80 of 136 Pages Where roadways are to remain open to traffic and existing lighting systems are to be modified, the lighting systems shall remain in operation and the final connection to the modified circuit shall be made so that the modified circuit will be in operation by nightfall of the same day. Temporary electrical installations shall be kept in effective operation until the temporary installations are no longer required for the traveling public. Removal of temporary installations shall conform to the provisions in Section 209-7, "Removing, Reinstalling or Salvaging Electrical Equipment." These provisions will not relieve the Contractor in any manner of the Contractor's responsibilities as provided in Sections 4-1.1, "General" and 4-1.2, "Protection of Work and Materials." During traffic signal system shutdown the Contractor shall place "STOP AHEAD" and "STOP" signs to direct vehicle and pedestrian traffic through the intersection. All signal faces shall be covered when the system is shut down overnight. Temporary "STOP AHEAD" and "STOP" signs shall be either covered or removed when the system is turned on. "STOP AHEAD" and "STOP" signs shall be furnished by the Contractor and shall conform to the provisions in Section 7-10.3, "Street Closures, Detours, Barricades." Minimum size of "STOP" signs shall be 750 mm (30"). One "STOP AHEAD" sign and one "STOP" sign shall be placed for each direction of traffic. For two, or more, lane approaches, two "STOP" signs shall be placed for each. direction of traffic. Location of the signs shall be as directed by the Engineer. 209-1.06 Scheduling of Work. No above ground work, except service equipment, shall be performed until the Contractor has all materials on hand to complete that particular signal location or lighting circuit. Work shall be so scheduled that each traffic signal, lighting and sign illumination system shall be completed and ready for operation prior to opening the corresponding section of the roadway to traffic. Traffic signals shall not be placed in operation for use by public traffic without the written approval of the Engineer. The Contractor shall obtain the written approval of the Engineer no less than three days prior to placing any traffic signal in operation. Traffic signals shall not be placed in operation for use by public traffic without the energizing of street lighting at the intersection to be controlled if street lighting exists or is being-installed in conjunction with the traffic signals. Traffic signals shall not be placed in operation until the roadways to be controlled are open to public traffic, unless otherwise directed by the Engineer. Lighting and traffic signals shall not be placed in operation, including flashing operation, prior to commencement of the functional test period specified in Section 209-2.14, "Testing," unless ordered otherwise by the Engineer. Conductors shall not be pulled into conduit until pull boxes are set to grade, crushed rock sumps installed, mortar placed around conduit, concrete bottom of pull boxes placed, and metallic conduit bonded. The initial tum-on shall be made only between the hours of 9:00 a.m. and 2:00 p.m. and Tuesday through Thursday unless otherwise approved, in writing, by the Engineer. Prior to 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 Precautions. Attention is directed to Section 7-10.4.1, "Safety Orders: Before starting work on existing series street lighting circuits, the Contractor shall obtain daily a safety circuit clearance from the serving utility. By-pass switch plugs shall be pulled and "Men at Work" signs posted at switch boxes before any work is done. ft '-I s11199 Contract No. 3671 Page 81 of 136 Pages 209-2 MATERIALS AND INSTALLATION 209-2.01 Excavating and Backfilling. The excavations required for the installation of conduit, foundations, and other appurtenances shall be performed in such a manner as to avoid any unnecessary damage to streets, sidewalks, landscaping, and other improvements. The trenches shall not be excavated wider than necessary for the proper installation of the electrical appurtenances and foundations. Excavation shall not be performed until immediately before installation of conduit and other appurtenances. The material from the excavation shall be placed in a position that will not cause damage or obstruction to vehicular and pedestrian traffic nor interfere with surface drainage. Unless otherwise permitted in writing by the Engineer, all surplus excavated material shall be removed and disposed of, within 48 hours, outside the public right of way in accordance with the provisions in Sections 7-8.1, "Cleanup and Dust Control", 300-1.3, "Removal and Disposal of Materials" and 302-6, "Surplus Material", depending on the origin and nature of the materials to be removed and disposed. The excavations shall be backfilled in conformance with the provisions in Sections 300-3.5, "Structure Backfill" or 306-1.3, "Backfill and Densification," depending on the nature of the structure or conduit that the excavation being backfilled accommodates. Excavations after backfilling shall be kept well filled and maintained in a smooth and well-drained condition until permanent repairs are made. All excavations shall be filled, and sidewalks, pavement, and landscaping restored at each intersection prior to excavating at any other intersection, unless otherwise permitted by the Engineer. Excavations in the street or highway shall be performed in such a manner that not more than one traffic lane is restricted at any time, unless otherwise approved by the Engineer. 209-2.02 Removing and Replacing Improvements. In addition to the requirements of sections 7-9, "Protection and Restoration of Existing Improvements" and 306-1.5, "Trench Resurfacing" Improvements such as sidewalks, curbs, gutters, portland cement concrete and asphalt concrete pavement, underlying material, lawns and plants, and any other improvements removed, broken or damaged by the Contractor's operations, shall be replaced or reconstructed with the same kind of material as found on the work or with materials of equal quality. The new work shall be left in a serviceable condition. Whenever a part of a square or slab of existing concrete sidewalk, curb, gutter, or driveway is broken or damaged, the entire square, section or slab shall be removed and the concrete reconstructed as above specified. The outline of all areas to be removed in portland cement concrete sidewalks and driveways and in pavements shall be cut to a minimum depth of 50 mm (2") with an abrasive type saw prior to removing the sidewalk, driveways and pavement material. Cuts shall be neat and true along score lines, with no shatter outside the removal area. 209-2.03 Foundations. Portland cement materials and construction methods shall conform to Section 201, "Concrete, Mortar and Related concrete Materials," for Materials and Section 303, "Concrete and Masonry Construction," for construction methods. Concrete foundations shall rest on firm ground. ~ t.J 6/7/99 Contract No. 3671 Page 82 of 136 Pages .... Reinforced cast-in-drilled-hole concrete pile foundations for traffic signal and lighting standards shall conform to the provisions in Section 205-3.3, "Cast-in-Place Concrete Piles," except that material resulting from drilling holes shall be disposed of as provided in Section 209-2.01, "Excavating and Backfilling." The exposed portions of the foundation shall be formed to present a neat appearance. Forms shall be true to line and grade. Tops of foundations for posts and standards, except special foundations, shall be finished to curb or sidewalk grade or as directed by the Engineer. Forms shall be rigid and securely braced in place. Conduit ends and anchor bolts shall be placed in proper position and to proper height, and shall be held in place by means of a template until the concrete sets. Anchor bars or studs and nuts, 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 the specifications of ASTM Designation: A 307, Grade C are furnished, the end of each fabricated anchor bolt shall be either coded by end stamping as required in ASTM Designation: A 307 or the end that projects from the concrete shall be permanently coded with a green color by the manufacturer. 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 210-3.6, "Galvanizing for Traffic Signal Facilities." The upper threaded portion of all anchor bolts shall be provided with 2 nuts and 2 washers each. Anchor bars or studs shall be provided with 3 nuts and washers each. Welding shall not be performed on any portion of the body of high-strength anchor bolts, anchor bars, or studs. Plumbing of the standards shall be accomplished by . adjusting the leveling nuts before placing mortar or before the foundation is finished to final grade. Shims, or other similar devices shall not be used for plumbing or raking of posts, standards or pedestals. Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before placing concrete. Forms shall not be removed until the concrete has thoroughly set. Ordinary surface finish, as specified in Section 303-1.9.2, "Ordinary Surface Finish," shall be applied to exposed surfaces of concrete. Where obstructions prevent the construction of a planned foundation, the Contractor shall construct an effective foundation as directed by the Engineer. The foundations shown on the plans shall be extended if conditions require additional depth, and the additional work, if ordered by the Engineer, will be paid for as extra work as provided in Section 3-2, "Changes Initiated By The Agency." Unless otherwise specified or shown on the plans, foundations not to be reused shall be removed. The resulting hole shall be backfilled with material equivalent to the surrounding material. Unless otherwise shown on the plans, all standards to be relocated shall be provided with new foundations and anchor bolts of the proper type and size. Posts, poles, standards, pedestals, and cabinets shall not be erected until the foundation has set at least 7 days, and shall be plumbed or raked, as directed by the Engineer. ,, • ., 6/7/99 Contract No. 3671 Page 83 of 136 Pages 209-2.04 Standards, Steel Pedestals and Posts. Standards for traffic signals and lighting, and steel pedestals for cabinets and other similar equipment shall be located as shown on the plans. Workmanship and finish shall be equal to the best general practice of metal fabrication shops. All welding shall conform to AWS 01 .1, "Structural Welding Code," and to the requirements in this Section 209-2.04. All welds joining the shafts of the standards and mast arms to their base plates shall be as shown on the plans, however, alternative weld joint details may be approved by the Engineer. Approval of alternative weld joint details will be contingent upon the proposed weld joint passing both weld procedure and nondestructive testing as deemed necessary by the Engineer. All costs of the supplemental testing shall be borne by the Contractor. All standards except Type 1, and all signal mast arms, shall have an aluminum identification plate, as noted on the plans, attached with stainless steel rivets or screws. Type 1 standards and steel pedestals for controller cabinets shall be constructed of 3 mm (.125") or thicker galvanized steel; or 100 mm (4") standard weight galvanized, steel pipe or Size 103, Type 1 conduit, with the top designed for post-top slip-fitter. Standard weight galvanized, steel pipe shall conform to the specifications of ASTM Designation: A 53. Materials and construction methods for all ferrous metal parts of standards, with shaft length of 4.6 m (15') and longer, shall conform to the details shown on the plans, the requirements of Sections 206, "Miscellaneous Metal Items," for Materials and Section 304, "Metals Fabrication and Construction," for construction methods except as otherwise noted, and the following requirements: 1) Except as otherwise specified, standards shall be fabricated from sheet steel of weldable grade having a minimum yield strength, after fabrication, of 276 Mpa (40,000 psi). Certified test reports which verify conformance to the minimum yield strength requirements shall be submitted to the Engineer. The test reports may be the mill test reports for the as-received steel or, when the as- received steel has a lower yield strength than required, the Contractor shall provide supportive test data which provides assurance that the Contractor's method of cold forming will consistently increase the tensile properties of the steel to meet the specified minimum yield strength. The supportive test data shall include tensile properties of the steel both before and after cold forming for specific heats and thicknesses. 2) When a single-ply 8 mm (0.3125") thick pole is specified, a 2-ply pole with equivalent section modulus may be substituted. Standards may be fabricated of full-length sheets or shorter sections. Each section shall be fabricated from not more than 2 pieces of sheet steel. Where 2 pieces are used, the longitudinal welded seams shall be directly opposite one another. When the sections are butt-welded together, the longitudinal welded seams on adjacent sections shall be placed to form continuous straight seams from base to top of standard. · 3) Butt-welded transverse joints shall be strengthened by inserting a metal sleeve at each joint. The sleeve shall be 3 mm (0.120") nominal thickness, or thicker, steel having the same chemical composition as the steel in the standard. When the sections to be joined have different specified minimum yield strengths, the steel in the sleeve shall have the same chemical composition as the higher minimum yield strength steel to be joined. The metal sleeve shall have a minimum length of 25 mm. The sleeve shall be centered at the joint and have the same taper as the standard with the outside of the sleeve in full contact with the inside of the standard throughout the sleeve length and circumference. All welds shall be continuous. The weld metal at the transverse joint shall extend to the sleeve, making the sleeve an integral part of the joint. Longitudinal welds in steel tubular sections will be tested in accordance with California Test 664. The sampling frequency shall be as determined by the Engineer. The welds may be made by the electric resistance welding process. All exposed welds, except fillet and fatigue resistant welds and welds on top of mast arms, shall be ground flush with the base metal. 4) All exposed edges of the plates which make up the base assembly shall be finished smooth and all exposed comers of the plates shall be neatly rounded unless otherwise shown on the plans. Shafts shall be provided with slip-fitter shaft caps. Standards shall be straight, with a permissive variation not to exceed 25 mm (1") measured at the midpoint of a 9 m (30') or 11 m (36') standard and not to exceed 20 mm (3//) measured at the midpoint of a 5 m (17') through 6 m (20') standard. ft "'-I 611199 Contract No. 3671 Page 84 of 136 Pages 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 specified preload or torqu~, shall be lub!'lcat~d m accordance with the requirements specified for galvanized Grade DH nuts m 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 1 O 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 as specified 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 additional castings shall be radiographed. Both of these castings shall pass the inspection or the entire lot of 50 will be rejected. Material certifications consisting of physical and chemical properties, and radiographic films of the castings shall be filed at the manufacturer's office. These certifications and films shall be available for inspection upon request. 9) High-strength bolts, nuts and flat washers used to connect slip base plates shall conform to ASTM Designation: A 325 or A 325M and shall be galvanized as specified in Section 210-3.6, "Galvanizing for Traffic Signal Facilities." 10) Plate washers shall be fabricated by saw cutting and drilling steel plate conforming to AISI Designation: 1018, and be galvanized as specified in Section 210-3.6, "Galvanizing for Traffic Signal Facilities." 11) Prior to galvanizing, all burrs-and sharp edges shall be removed and holes shall be chamfered sufficiently on each side to allow the bolt head to make full contact with the washer without tension on the bolt. 12) High-strength cap screws shown on the plans for attaching mast arms to standards shall conform to ASTM Designation: A 325, A 325M or ASTM Designation: A 449 and shall comply with the mechanical requirements of ASTM Designation: A 325 or A 325M after galvanizing. The cap screws shall be galvanized as specified in Section 210-3.6, "Galvanizing for Traffic Signal Facilities." The threads of the cap screws shall be coated with a lubricant which is clean and dry to the touch. 13) The galvanized faying surfaces of the connections between signal or lighting mast arms and poles shall be free of surface imperfections, such as lumps, runs, and scum, which would prevent intimate, uniform contact between the faying surfaces. 14) Hand holes in the base of standards shall conform to the details shown on the plans. All handholes shall be provided with covers. 15) Changes in configuration of mast arms will be permitted, provided the mounting height and stability are maintained. Fabricators electing to use larger than minimum arm diameters shall adjust the details as required to permit solid seating of the cap screws. All arms shall be bent to the approximate configuration shown on the plans. A smooth curving arm is required. 16) Pedestrian push button posts shall be constructed of 65 mm (2 1//) standard pipe conforming to the dimensions shown on the plans. Guard posts shall be constructed of 100 mm (4") nominal dimension galvanized standard pipe 1.7 m (66") long. Posts shall be set 900 mm (3') in a block of portland cement concrete, as shown on the plans, and the pipe shall be filled with portland cement concrete. Push button posts and guard posts shall be pipe 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. ,, • ., 6/7/99 Contract No. 3671 Page 85 of 136 Pages The threads of the heavy hex nuts for the slip base bolts shall be coated with an additional lubricant which is clean and dry to the touch. Each high strength slip base bolt shall be tightened to within 10 N·m (10 foot-pounds), plus or minus, of values in Table 209-2.04(A): TABLE 209-2.04 (A) HIGH STRENGTH SLIP BASE BOLT TORQUE VALUES Standard Type Torque (Newton-meters) Torque Foot-Pounds 15-SB 200 150 30 200 150 31 275 200 36-20A 225 165 Holes left in the shafts of existing standards, due to removal of equipment or mast arms, shall be repaired by welding in a suitable disk, grinding smooth, and painting as provided for repairing damaged galvanized surfaces in Section 210-3.6, "Galvanizing for Traffic Signal Facilities." When directed by the Engineer, existing standards to be relocated or reused in place shall be repaired. Large dents shall be removed, shafts shall be straightened, and portions which are in poor condition due to corrosion or damage, shall be replaced. Extent of repairs or replacements will be determined by the Engineer and the repairs or replacements ordered by the Engineer will be paid for as extra work as provided in Section 3-2, "Changes Initiated By The Agency: Anchor bolts or bars and nuts required for relocating existing standards shall be furnished by the Contractor. When a standard or mast arm is relocated, or when a used standard or mast arm is Agency-furnished, new nuts, bolts, cap screws and washers shall be provided and, if the standard has a slip base, a new keeper plate shall be provided. New hardware shall conform to the requirements for hardware used with new standards. New standards, mast arms, posts and other ferrous materials shall be galvanized as provided in Section 210-3.6, "Galvanizing for Traffic Signal Facilities." 209-2.05 Conduit. All conductors shall be run in conduit, except overhead and temporary installations, and where conductors are run inside poles. Conduit shall be of the sizes shown on the plans and as specified in this Section 209-2.05. In addition, the Contractor may, as an option at the Contractor's expense, use conduit of a larger size than that shown or specified, provided the larger size is used for the entire length of the run from outlet to outlet. Reducing couplings will not be permitted. New conduit shall not pass through foundations for standards. 209-2.0SA Material. Conduit and conduit fittings shall be UL or ETL listed and shall conform to the following: Type 1. Hot-dip galvanized rigid steel conduit conforming to the requirements in UL Publication UL 6 for Rigid Metallic Conduit. The zinc coating will be tested in accordance with ASTM Designation: A 239. 2) Type 2. Hot-dip galvanized rigid steel conduit conforming to Type 1 above and coated with polyvinyl chloride or polyethylene. The exterior thermoplastic coating shall have a minimum thickness of 0.9 mm (35 mils). 3) Type 3. Rigid non-metallic conduit conforming to the requirements in the UL Standard for Rigid Non-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 conduit shall be UL listed for use as the grounding conductor. 5) Type 5. Intermediate steel conduit (IMC) conforming to the requirements in UL Publication 1242 for Intermediate Metallic Conduit. Type 5 conduit shall only be used when specified. ~ ~, 6/7/99 Contract No. 3671 Page 86 of 136 Pages Bonding bushings to be installed on metal conduit shall be insulated and shall be the galvanized or zinc alloy type. All conduit installed underground shall be Type 3, rigid non:.metallic conduit. Type 3 conduit shall be installed at underground locations only. 209-2.058 Use. Unless otherwise indicated, the minimum metric trade size of conduit shall be: 1) From an electrolier to the adjacent pull box shall be Size 41 (1 1// dia). 2) From a pedestrian push button post to the adjacentpull box shaJI 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 1// dia). 6) Not otherwise specified shall be Size 41 (1 1// dia). 209-2.0SC Installation. Conduit shall be installed in conformance with the codes and regulations listed in Section 209-1.02, uRegulations and Code." Conduit runs shown on the plans may be changed to avoid underground obstructions with written approval by the Engineer. The ends of all conduits, whether shop or field cut, shall be reamed to remove burrs and rough edges. Cuts shall be made square and true. Slip joints or running threads will not be permitted for coupling conduit. When a standard coupling cannot be used for coupling metal type conduit, a UL or ETL listed threaded union coupling shall be used. All couplings for metal type conduit shall be tightened to provide a good electrical connection throughout the entire length of the conduit rttn. Conduit shall be tightened into couplings or fittings using strap wrenches or approved groove joint pliers. Conduit threads and damaged surfaces on metal conduit shall be painted with 2 applications of approved unthinned zinc-rich primer (organic vehicle type) conforming to the requirements in Section 210-3.6, "Galvanizing for Traffic Signal Facilities." Aerosol cans shall not be used. The ends of conduit shall be threaded and shall be capped with standard pipe caps or "pennies" to protect the raceway against dirt and concrete until wiring is started. When caps or "pennies" are removed, the ends of conduit and conduit fittings shall be provided with conduit bushings. Conduit terminating in pull boxes or foundations shall be provided with insulated bonding bushings Conduit bends, except factory bends, shall have a radius of not less than 6 times the inside diameter of the conduit. Where factory bends are not used, conduit shall be bent, without crimping or flattening, using the longest radius practicable. A No. 12 copper pull wire or a pull rope shall be installed in all conduits which are to receive future conductors. The pull rope shall be nylon or polypropylene with a minimum tensile strength of 2225 N (500 pounds). At least 0.6 m (2') of pull wire or rope shall be doubled back into the conduit at each termination. Existing underground conduit to be incorporated into a new system shall be cleaned with a mandrel or cylindrical wire brush and blown out with compressed air. Conduit shall be laid to a depth of not less than 460 mm (18") below grade in portland cement concrete sidewalk areas and curbed paved median areas, and not less than 750 mm (30") below finished grade in all other areas. Conduit may be laid on top of the existing pavement within new curbed medians being constructed on top of the existing pavement. Conduit couplings shall be located at least 150 mm (6u) from face of foundation. Unless uTrenching In Pavement Method" is specifically allowed or required on the plans or in these special provisions, conduit shall be placed under existing pavement by jacking or drilling methods. Pavement shall not be disturbed without permission from the Engineer. In the event obstructions are encountered, upon approval of the Engineer, small holes may be cut in the pavement to locate or remove obstructions. Jacking or drilling pits shall be kept 0.6 m (2') clear of the edge of any type of pavement wherever possible. Excessive use of water, such that pavement might be undermined or subgrade softened, will not be permitted. Conduit to be placed as part of the completed work ~ '-I 6/7/99 Contract No. 3671 Page 87 of 136 Pages 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 pave- ment shall conform to the following: 1) Conduit shall be placed under existing pavement in a trench approximately 50 mm (2") wider than the outside diameter of the conduit to be installed. 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 (10"), 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 rock cutting excavator specifically designed for this purpose. 6) Cuts shall be neat and true with no shatter outside the removal area. 7) The conduit shall be placed in the bottom of the trench and the trench shall be 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 (0.1 0') of the trench shall be backfilled with asphalt concrete produced from commercial quality paving asphalt and aggregates. Prior to spreading asphalt concrete, paint binder (tack coat) shall be applied as specified in Section 302-5.4, "Tack Coat." Spreading and compacting of asphalt concrete shall be performed by any method which will produce an asphalt concrete surfacing of uniform smoothness, texture, and density. All excavated areas in the pavement shall be backfilled, except for the top 30 mm (0.10'), by the end of each work period. The top 30 mm (0.1 0') shall be placed within 3 calendar days after trenching. Conduit to be placed beneath railroad tracks shall comply with the following: 1) The conduit shall be Size 41 (1 1// dia.) minimum, and shall be placed to a minimum depth of 900 mm (3') below bottom of tie. The near side of each conduit jacking pit shall be constructed not less than 4 m (12') from the centerline of track. When the jacking pit is to be left overnight, it shall be covered with substantial planking. 2) Conduit terminating in standards or pedestals shall extend not more than 50 mm (2") vertically above the foundation and shall be sloped towards the handhole opening. 3) Conduit entering through the side of non-metallic pull boxes shall terminate not more than 50 mm (2") inside the box wall and not less than 50 mm (2") above the bottom, and shall be sloped toward top of box to facilitate pulling of conductors. Conduit entering through the bottom of a pull box shall terminate 50 mm (2") above the bottom and shall be located near the end walls to leave the major portion of the box clear. 4) At all outlets, conduits shall enter from the direction of the run. Conduit runs from underground, including under sidewalks, which are adjacent to gasoline service stations or other installations of underground gasoline or diesel storage, piping, or pumps, and which lead to a controller cabinet, circuit breaker panel, service, or any enclosure where an arc may occur during normal operations, shall be sealed if the conduit is within the limits specified in the National Electrical Code for Class 1, Division 1, Hazardous Locations. Type 1 or Type 2 conduit shall be used for these runs. Conduit for future use in structures shall be threaded and capped. Conduit leading to soffit, wall or other lights or fixtures below the grade of the pull box shall be sealed by means of a sealing fitting and sealing compound, except that sealing fitting and sealing compound will not be required where conduit terminates in a No. 9 or No. 9A pull box. Conduits in or on walls or bridge superstructures shall be supported as shown on the plans, in conformance with the following: Contract No. 3671 Page 88 of 136 Pages 1) Steel hangers, steel brackets, and other fittings shall conform to the materials and construction methods provisions in Sections 206-1, "Structural Steel, Rivets, Bolts, pins and Anchor Bolts", for materials and 304-1, "Structural Steel" for construction methods. 2) Cast-in-place metal inserts for hangers or brackets shall be capable of developing 135 Mpa (20,000 pounds per square inch) in tension on the net section of the bolt or threaded rod. 3) Precast concrete conduit cradles shall conform to the dimensions shown on the plans and shall be constructed of commercial quality concrete containing not less than 350 kg of portland cement per cubic meter (564 lbs. per cubic yard) and commercial quality welded wire fabric. The cradles shall be moist cured for not less than 3 days. 4) Precast concrete cradles shall be bonded to the structure with epoxy adhesive conforming to the provisions in Section 214-6.2.2, "Standard Set Epoxy Adhesive for Pavement Markers," or Section 214-6.2.1, "Rapid Set Epoxy Adhesive for Pavement Markers" or conforming to State of California specification 8040-21 M-08, Type I when cure temperatures are above 15,,C (59,,F) or to State of California specification 8040-21 M-08, Type I when cure temperatures are below 15,,C (59,,F). 5) Openings for conduits through bridge superstructure concrete shall be formed or may consist of pipe sleeves. 6) Where conduits pass through the abutment concrete, the conduits shall be wrapped with 2 layers of asphalt-felt building paper, securely taped or wired in place. 7) The space around conduits through bridge abutment walls shall be filled with portland cement mortar conforming to the provisions in Section 201-5, "Cement Mortar," except tn-at the proportion of cement to sand shall be one to 3. 8) When the bridge superstructure is to be prestressed, the space around conduits through abutments shall not be filled until the prestressing has been completed. 9) Conduit which is surface mounted shall be run straight and true, horizontal or vertical on the walls and parallel to walls on ceilings or other similar surfaces. Conduit shall be supported at intervals of not more than 1.5 m (5'), and closer where necessary to prevent vibration or unsightly deflection. The supports shall consist of galvanized malleable iron conduit clamps and clamp backs secured with expansion anchorage devices conforming to the requirements for concrete anchorage devices in Sections 206-1, "Structural Steel, Rivets, Bolts, pins and Anchor Bolts", for materials and 304-1, "Structural Steel" for construction methods. Threaded studs shall be galvanized and shall be of the largest diameter that will pass through the mounting hole in conduit clamp. Attention is directed to Section 209-2.10, "Bonding and Grounding." Where pull boxes are placed in conduit runs, the conduit shall be fitted with threaded bushings and bonded. The location of ends of all conduits in structures, or terminating at curbs, shall be marked by a "Y" at least 75 mm (3") high cut into the face of curb, gutter, or wall, directly above the conduit and above grade line. 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). Covers shall be secured with 9 mm (3/s") bolts, cap screws, or studs, and nuts which shall be of brass, stainless steel or other non-corroding metal material. Stainless steel holddown bolts, cap screws or studs, and nuts and washers shall have a chromium content of not less than 18 percent and a nickel content of not less than 8 percent. All ferrous metal parts shall be galvanized in accordance with the provisions in Section 210-3.6, "Galvanizing for Traffic Signal Facilities." ~ '-I 611199 Contract No. 3671 Page 89 of 136 Pages 209-2.068 Cover Marking. Covers for pull boxes, except covers for ceiling pull boxes, shall be marked as shown on the plans. Marking shall be clearly defined and uniform in depth and may be placed parallel to either the long or short sides of the cover. Marking letters shall be between 25 mm (1") and 75 mm (3") high. Marking shall be applied to each steel or cast iron cover prior to galvanizing by one of the following methods: (a) Cast iron strips, at least 6 mm (1//) thick, with the letters raised a minimum of 1.5 mm C/1/). Strips shall be fastened to covers with 6 mm (1//) flathead stainless steel machine bolts and nuts. Bolts shall be peened after tightening. (b) Sheet steel strips at least 0.7 mm (22 ga.) with the letters raised a minimum of 1.5 mm (1/1/) above the surrounding surface of the strips. Strips shall be fastened to covers by spot welding, tack welding or brazing, with 6 mm (1//) stainless steel rivets, or with 6 mm (1/.") roundhead stainless steel machine bolts and nuts. Bolts shall be peened after tightening. (c) Bead welding the letters on the covers. The letters shall be raised at least 2 mm (3/3/). 209-2.06C Installation and Use. Pull boxes shall be installed at the locations shown on the plans and, in conduit runs exceeding 60 m(200'), shall be spaced at not over 60 m (200') intervals. The Contractor may, at the Contractor's expense, install additional pull boxes to facilitate the work. The bottoms of pull boxes installed in the ground or in sidewalk areas, shall be bedded in crushed rock as shown on the plans and shall be grouted prior to the installation of conductors. The grout shall be between 13 mm (1/z") and 25 mm (1") thick and shall be sloped toward the drain hole. A layer of roofing paper shall be placed between the grout and the crushed rock sump. A 25 mm (1") drain hole shall be provided in the center of the pull box through the grout and the roofing paper. Where the sump of an existing pull box is disturbed by the Contractor's operations, the sump shall be reconstructed and, if the sump was grouted, the old grout shall be removed and new grout placed. 209-2.08 Conductors. Conductors shall be copper of the gage shown on the plans, unless specified otherwise. Copper wire shall conform to the specifications of ASTM Designations: B 3 and B 8. Wire sizes, other than conductors used in loop detector lead-in cable, shall be based on American Wire Gage (AWG), except that conductor diameter shall be not less than 98 percent of the specified AWG diameter. Conductors for branch circuits shall be sized to prevent a voltage drop exceeding 3 percent at the furthest connected load, while drawing the combination of all connected loads capable of simultaneous operation. The maximum voltage drop for both feeders and branch circuits shall not exceed 5 percent at the furthest connected load, while drawing the combination of all connected loads capable of simultaneous operation. Conductors used in loop detector lead-in cable shall conform to the specifications of ASTM Designation: B 286. A Certificate of Compliance conforming to the provisions in Section 4-1.5, "Certification," shall be submitted by the manufacturer with each type of cable to be used on a project. 209-2.0SA 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): {\ 9fl 6/7/99 Contract No. 3671 Page 90 of 136 Pages Circuit Vehicle Signals (Note 4) Pedestrian Signals (Note 4) Pedestrian Push Buttons (Note 4) Traffic Signal Controller Cabinet Highway Lighting Pull Box to Luminaire (Note 9) Multiple Highway Liahtina Lighting Control Multiple Service Sign Lighting (Note 8) Flashing Beacons (Note 7) Grounded & Common Interconnect Railroad Pre-Emotion ... Soares .......................... Notes: TABLE 209-2.0SA (A) CONDUCTORS Insulation Colors Signal Phase or Function Base e.s .................................... Red, Yellow, Brown li,8 .................................... Red, Yellow, Brown h,s .................................... Red, Yellow, Brown ~.7 .................................... Red, Yellow, Brown 2p,6p ................................ Red, Brown 4p,8p ................................ Red, Brown 1p,5p ................................ Red, Brown 30,70 ................................ Red, Brown 2p,6p ................................ Blue 4p,8p ................................ Blue ~p.5p ................................ Blue 130,70 ................................ Blue Ungrounded between Service Black Switch & Cabinet.. ............ Red Ungrounded-Line 1 .......... Black Ungrounded-Line 2 .......... Red Grounded ......................... White Ungrounded-Line 1 .......... Black Unarounded-Line 2 .......... Red Ungrounded to Photoelectric Unit (PEU) Black !Switching leg from PEU unit or SM transformer ......... Red Ungrounded-Line 1 (Signals) Black l.Jnarounded-Line 2 (Liahtina) Red (Note 10) Ungrounded-Line 1 .......... Black I.Jngrounded-Line 2 .......... Red Ungrounded between Flasher and Beacons ................. Red or Yellow 1:>edestrian Push Buttons .. White !Signals & Multiple Lighting White -lashing Beacons & Sign Lighting White ,_ighting Control ................ White Multiole Service ................ White Common ........................... White ~lash ................................ Orange Dial 2 ................................ Orange bial3 ................................ Orange Offset. ............................... Orange Black Black Identification Stripe Band Symbols Minimum (Note 1) (Note 6) Size Note 11) Black 2,6 .................... 14 Orange 4,8 .................... 14 None 1,5 .................... 14 Purple 3,7 .................... 14 Black 2p,6p ................ 14 Orange 4p,8p ................ 14 None 1p,5p ................ 14 Purole 30,70 ................ 14 Black P-2,P-6 ............ 14 Orange P-4,P-8 ............ 14 None P-1,P-5 ............ 14 Purole P-3,P-7 ............ 14 None CON-1 ............. 6 None CON-2 ............. 6 None No ffimd requirec 14 None No band require< 14 None No band reauirec 14 None ML1 .................. 10 None ML2•·· ............... 10 None C1 ······· ............. 14 None C2···················· 14 None No band require 6 None Except per Note 5 8 None SL-1 ................. 10 None SL-2 ................. 10 F-Location No. None (See Note 3) .. 14 Black No band require1 14 None No band requirec 10 None No band requirec 12 None C-3 ................... 14 None No band reauirec 14 None 1 ........................ 14 None 1-F .................... 14 None 1-D2 .................. 14 None 1-D3 .................. 14 None 1-0 .................... 14 None R ...................... 14 None No band reauirec 14 1. On overlaps, insulation is striped for first phase in designation, for example, a phase (2+3) conductor is striped as for phase 2. 2: Band for overlap and special phases as required. 3. Flashing beacons having separate service do not require banding. 4. These requirements do not apply to signal cable. 5. •s• if circuit is switched on line side of service equirment by utility. 6. Band conductors in each pull box and near ends o termination points. On signal light circuits, a single band may be placed around 2 or 3 ungrounded conductors comprising a phase. 7. Ungrounded conductors between service switch and flasher mechanism shall be black and banded as indicated in this column. 8. Conductors between ballasts and sign lighting lamps shall be No. 16 and color shall correspond to that of the ballast leads. 9. Both conductors between external H.I.D. ballast and lamp socket shall be black. 10. Black acceptable for size No. 2 and larger. Tape ends for 500 mm (20•) with indicated color. 11. Wire sizes listed are minimums. Ampacity requirements of specific circuits or voltage drop may necessitate larger conductors. I\ •;, sn;gg Contract No. 3671 Page 91 of 136 Pages 209-2.088 Multiple Circuit Conductors. Conductors for multiple circuits shall be UL or ETL listed and rated for 600-volt operation. The insulation for No. 14 through No. 4 conductors shall be one of the following: 1) Type TW polyvinyl chloride conforming to the requirements of ASTM Designation: D 2219. 2) Type THW polyvinyl chloride. 3) Type USE, Type RHH or Type RHW cross-linked polyethylene. At any point, the minimum thickness of any Type TW, THW, USE, RHH or RHW insulation shall be 1.0 mm (40 mils) for conductor sizes No. 14 to No. 10, inclusive, and 1.3 mm (54 mils) for No. 8 to No. 2, inclusive. The insulation for No. 2 and larger conductors shall be one of the types listed above or shall be Type THWN. Conductors for wiring wall luminaires shall be stranded copper, with insulation rated for use at temperatures up to 125°C. Overhead lighting conductors shall be No. 8, or larger, medium hard drawn copper with weatherproof covering. 209-2.0BC Series Circuit Conductors. Conductors for series circuits shall be No. 8, shall be rated for 5000-volt operation and shall be insulated with 3.7 mm (150 mils) minimum thickness polyvinyl chloride compound conforming to the specifications of ASTM Designation: D 2219, or polyethylene conforming to the specifications of ASTM Designation: D 1351. 209.;.2,0BD Signal Cable. Signal cable shall be installed. Individual conductors are not allowed. Signal cable shall conform to the following: The cable jacket shall be black polyethylene with an inner polyester binder sheath, and shall be rated for 600-volt and 75°C. All cables shall have clear, distinctive, and permanent markings on the outer surface throughout the entire length of the cable showing the manufacturer's name or trademark, insulation designation, number of conductors, conductor sizes, and the voltage rating of the jacket. Filler material, if used, shall be polyethylene material. Individual conductors in the cable shall be solid copper with Type THWN insulation, and shall conform to the requirements in Section 209-2.08, "Conductors," and ASTM Designation: 8 286. The minimum thickness of Type THWN insulation, at any point, shall be 0.3 mm ( 13 mils) for conductor sizes No. 14 and No. 12, and 0.4 mm (18 mils) for conductor size No. 10. The minimum thickness of the nylon jacket shall be 0.1 mm (4 mils) at any point. Three-Conductor Cable (3CSC). The 3-conductor signal cable shall consist of three No. 14 conductors. The cable jacket shall have a minimum average thickness of 1.1 mm (45 mils) and a minimum thickness at any point of 0.9 mm (36 mils). The nominal outside diameter of the cable shall not exceed 10 mm (0.1 O"). The color code of the conductors shall be blue/black stripe, blue/orange stripe, and white/black stripe. The 3 conductor cable shall be used for pedestrian push buttons and a spare. FiveConductor Cable (SCSC). The 5-conductor signal cable shall consist of five No. 14 conductors. The cable jacket shall have a minimum average thickness of 1.1 mm (45 mils) and shall have a 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. Nine-Conductor Cable (9CSC). The 9-conductor cable shall consist of eight No. 14 conductors and one No. 12 conductor. The cable jacket shall have a minimum average thickness of .5 mm (60 mils) and shall have a minimum thickness at any point of 1.2 mm (48 mils). The nominal outside diameter of the cable shall not exceed 17 mm (0.70"). The color code for the No. 12 conductor shall be white. The color code for the No. 14 conductors shall be as Table 209-2.08D(A): ft ~, 6/7/99 Contract No. 3671 Page 92 of 136 Pages red yellow brown red/black stripe TABLE 209-2.08D(A} NINE-CONDUCTOR CABLE SIGNAL CABLE Insulation Colors yellow/black stripe brown/black stripe black white/black stripe Twelve-Conductor Cable (12CSC). The 12-conductor signal cable shall consist of eleven No. 14 conductors and one No. 12 conductor. The cable jacket shall have a minimum average thickness of 1.5 mm (60 mils) and shall have a minimum thickness at any point of 1.2 mm (48 mils). The nominal outside diameter of the cable shall not exceed 17 mm (0. 70"). The color code for the No. 12 conductor shall be white. The color code and functional connections for the No. 14 conductors shall be as Table 209-2.080(6), unless otherwise approved by the Engineer: TABLE 209-2.08D(B) TWELVE -CONDUCTOR CABLE SIGNAL CABLE Color Code Termination Phase reel vehicle signal red -2, 4, 6 or 8 yellow vehicle sianal yellow 2, 4, 6 or8 brown vehicle siQnal green 2, 4, 6 or 8 red/black stripe vehicle signal red 1, 3, 5or7 yellow/black stripe vehicle sianal yellow 1, 3, 5 or 7 brown/black stripe vehicle siQnal green 1, 3, 5 or 7 black/red stripe spare, or use as reQuired for red or Don't Walk black/white stripe spare, or use as reauired for Yellow black spare, or use as reauired for Qreen or Walk red/white stripe ped signal Don't Walk brown/white stripe ped sianal Walk The 12-conductor cable shall be used for vehicle signals, pedestrian signals, spares and the signal common. · Twenty Eight-Conductor Cable (28CSC). The 28-conductor signal cable shall consist of 27 No. 14 conductors and one No. 10 conductor. The cable jacket shall have a minimum average thickness of 2 mm (80 mils) and shall have a minimum thickness at any point of 1.6 mm (64 mils). The nominal outside diameter of the cable shall not exceed 23 mm (0.90"). The color code for the No. 10 conductor shall be white. The color code and functional connections for the No. 14 conductors shall be as Table 209-2.08D(C): ft '-1 6/7/99 Contract No. 3671 Page 93 of 136 Pages TABLE 209-2.08D(C) TWENTY EIGHT -CONDUCTOR CABLE SIGNAL CABLE Color Code Termination Phase red/black stripe vehicle sianal red 2 or6 yellow/black strioe vehicle signal yellow 2 or6 brown/black strioe vehicle signal green 2 or6 red/orange stripe vehicle sianal red 4 or8 yellow/oranae stripe vehicle signal yellow 4 or8 brown/orange stripe vehicle signal green 4 or8 red/silver stripe vehicle sianal red 1 or 5 yellow/silver stripe vehicle signal yellow 1 or 5 brown/silver stripe vehicle signal green 1 or 5 red/ourple stripe vehicle signal red 3 or? yellow/purple stripe vehicle signal yellow 3 or? brown/purple stripe vehicle signal green 3 or? red/2 black stripes ped sianal Don't Walk 2 or6 brown/2 black stripes oed signal Walk 2 or6 red/2 orange stripes oed signal Don't Walk 4 or8 brown/2 oranae strioes ped signal Walk -4 or8 red/2 silver stripes overlap A, C red OLA, OLC brown/2 silver stripes overlap A, C green OLA, OLC red/2 purple stripes overlap B, D red OLB,OLD brown/2 ourple stripes overlap B, D green OLB,OLD blue/black strioe ped push button 2 or 6 blue/orange stripe ped push button 4 or8 blue/silver stripe overlap A, C yellow OLA(y), OLC(y) blue/purple stripe overlap B, D yellow OLB(y), OLD{y) white/black stripe oed oush button common black/red stripe railroad ore-emotion black spare 1) The signal commons in each 28-conductor cable shall be kept separate except at the signal controller. 2) Each 28-conductor cable shall be labeled in each pull box "C1" or "C2",. 3) The cable identified "C1" shall be used for signal Phases 1, 2, 3 and 4. The cable identified "C2" shall be used for signal Phases 5, 6, 7 and 8. 4) Each signal cable, except 28-conductor, shall be marked, in each pull box, showing the signal standard to which it is connected. 209-2.09 Wiring. All conductors shall be run in conduit, except overhead and temporary installations and where conductors are run inside poles. Wiring shall be done in conformance with the regulations and code listed in Section 209-1.02, "Regulations and Code," and the following additional requirements: ~ '-I 6/7/99 Contract No. 3671 Page 94 of 136 Pages 209-2.09A Circuitry. Sufficient traffic signal light conductors shall be provided to perform the functional operation of the signal and, in addition thereto, 3 spare conductor's shall be provided in all conduits containing traffic signal light conductors, unless shown otherwise on the plans. Traffic signal light conductors shall not run to a terminal block on a standard unless they are to be connected to a signal head that is mounted thereon. Connection to each terminal of a pedestrian push button shall be by a single conductor. The common for pedestrian push button circuits shall be separate from the traffic signal light circuit grounded conductors. Where ballasts or transformers are used, series conductors shall be run from ballast to ballast, transformer to transformer, and from ballast or transformer to service. 209-2.09B Installation. A UL or ETL listed inert lubricant shall be used in placing conductors in conduit. Conductors shall be pulled into conduit by hand and the use of winches or other power actuated pulling equipment will not be permitted. When new conductors are to be added to existing conductors in a conduit, all conductors shall be removed; the conduit shall be cleaned as provided in Section 209-2.0SC, "Installation"; and both old and new conductors shall be pulled into the conduit as a unit. Where traffic signal light conductors are run in lighting standards containing street lighting conductors from a different service point, either the traffic signal light conductors or the lighting conductors shall be encased in flexible or rigid metal conduit, to a point where the 2 types of conductors are no longer in the same raceway. Temporary conductors less than 3 m (10') above grade shall be enclosed in flexible or rigid metal conduit. At least 0.3 m (1 ') of slack shall be left for each conductor at each signal or lighting standard, or combined standard, and at least one meter (3') of slack at each pull box. At least one meter (3') of slack shall be left for each conductor at each splice. Ends of spare conductors or conductors terminated in pull boxes shall be taped to provide a watertight seal. Conductors within fixtures or service cabinets shall be neatly arranged and shall be cabled together with self-clinching nylon cable ties, or other method approved by the Engineer. Traffic signal light conductors, interconnect conductors, service conductors, detector conductors and cables in controller cabinets and flashing beacon cabinets shall be neatly arranged, and shall be cabled together with self-clinching nylon cable ties, or enclosed in plastic tubing or raceway. Conductor identification shall be provided under the following conditions: 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 L TG," "UNMETERED-COUNT STATION," or as appropriate to describe the unmetered circuit. Conductors shall be permanently identified as to function. Identification shall be placed on each conductor, or each group of conductors comprising a signal phase, in each pull box and near the end of terminated conductors. Identification shall be by direct labeling, tags or bands fastened to the conductors in such a manner that they will not move along the conductors. Labeling shall be by mechanical methods. 209-2.09C Connectors and Terminals. Conductors shall be joined by the use of UL or ETL listed crimp type connectors as shown on the plans. Connectors and terminals shall be applied with the proper type tool as recommended by the manufacturer of the connector or terminal being used. Finished connections and terminals shall comply with the requirements of Military Specification MIL- T-7928. All stranded conductors smaller than No. 14 shall be terminated in crimp style terminal lugs. All connectors and terminal lugs for conductor sizes No. 8 and smaller shall be soldered by the hot iron, pouring or dipping method. Open flame soldering will not be permitted. I\ • ., 6/7/99 Contract No. 3671 Page 95 of 136 Pages 209-2.09D Splicing and Terminations. Unless specified otherwise or permitted by the Engineer, splices shall conform to the details shown on the plans and will be permitted only in the following types of circuits at the following locations: 1) Grounded conductors in pull boxes. 2) Pedestrian push button conductors in pull 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 electroliers are more than 120 m (400') 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 insulation and taping shall be applied between the conductors in such a manner as to provide a watertight joint. Splice insulation shall conform to the details shown on the plans. Low-voltage tape shall be UL or ETL listed and shall be the following types: 1) Self-fusing, oil and flame-resistant, synthetic rubber. 2) Pressure-sensitive, adhesive, polyvinyl chloride, 0.15 mm (0.007") minimum thickness. Tape for insulating splices in high-voltage (over 600 V) circuits shall be designed for use on 5-kvolt circuits and shall be resistant to ozone, corona and water. Insulating pad shall be composed of a laminate of 2 mm (0.085") thickness of electrical grade polyvinyl chloride and a 3 mm (0.125") thickness of butyl splicing compound with removable liner .. Heat-shrink tubing shall be medium or heavy wall thickness, irradi_ated polyolefin tubing containing an adhesive mastic inner wall. Minimum wall thickness prior to contraction shall be one millimeter (39 mils). When heated, the inner wall shall melt and fill all crevices and interstices of the object being covered while the outer wall shrinks to form a waterproof insulation. Each end of the heat-shrink tube or the open end of the end cap of heat-shrink tubing shall, after contraction, overlap the conductor insulation at least 38 mm (1½"). Heat-shrink tubing shall conform to the requirements of UL Standard 4680 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): ~ ~, 6/7/99 Contract No. 3671 Page 96 of 136 Pages Property Shrinkage Ratio Dielectric StrenQth Resistivity Tensile Strenath Ooeratina Temperature Water Absorption TABLE 209-2.09E(A) HEAT-SHRINK TUBING Requirement 33 percent, maximum, of supplied diameter when heated to 125°C and allowed to cool to 25°C. 140 kV per 1 O mm, minimum. 1013 •·mm, minimum. 14 MPa, minimum. -40°C to 90°C (135°C Emeraency). 0.5 percent, maximum. When three or more conductors are to be enclosed within a single splice using heat-shrink tubing, mastic shall be placed around each conductor, prior to being placed inside the heat-shrink tubing. The mastic shall be the type recommended by the manufacturer of the heat-shrink tubing. After contraction, the ends and seams of heat-shrink tubing shall be painted with electrical insulating coating. Heat-shrink tubing shall not be heated with an open flame. A heating device designed for the purpose is required. The Contractor may, at the Contractor's option, use either of the following splice insulation methods: 1) "Method B" as shown on the plans. A minimum of 2 thicknesses of electrical insulating pad shall be used. Pads shall be applied to the splice in accordance with the manufacturer's recommendations. 2) Heat-shrink tubing as provided above. 209-2.095 Fused Splice Connectors. In the pull box adjacent to each luminaire a fused disconnect splice connector shall be installed in each ungrounded conductor between the line and the ballast. The connector shall be readily accessible in the pull box regardless of whether the ballast is remote or is integral with the luminaire. For 240-volt and 480-volt circuits, each connector shall be designed so that both ungrounded conductors are disconnected simultaneously. The connector shall have no exposed metal parts, except the head of a stainless steel assembly screw may be exposed. The head of the metal assembly screw shall be recessed a minimum of 0.8 mm (1/3/) below the top of a plastic boss which surrounds the head. The splice connector shall completely enclose the fuse and shall protect the fuse against damage from water and weather. The contact between the fuse and fuse holder shall be by spring pressure. The terminals of the splice connector shall be rigidly crimped, using a tool of the type recommended by the manufacturer of the fused splice connector, onto the line conductors and the conductors to the ballasts and shall be insulated and made waterproof in accordance with the splice connector manufacturer's recommendations. Fused splice connectors shall not be used in series circuits. Fuses shall be standard midget, ferrule type, with "Non-Time-Delay" feature, and shall be 10 mm (1 3/3/) x 38 mm (1 1//). 209-2.10 Bonding and Grounding. Metallic cable sheaths, metal pull box covers, metal conduit, equipment grounding conductors, ballast and transformer cases, service equipment, sign switches, and metal poles and pedestals shall be made mechanically and electrically secure to form a continuous system, and shall be effectively grounded. Bonding jumpers shall be copper wire or copper braid of the same cross sectional area as No. 6 for series lighting systems and No. 8 or larger for all other systems. The jumper size shall be increased to match the load or the circuit breaker size, or shall be as shown on the plans. Equipment grounding conductors shall be color coded to Code requirements or shall be bare. ft ~, 6/7/99 Contract No. 36 71 Page 97 of 136 Pages The bonding jumper in standards with handholes shall be attached by a 4.5 mm {311s ·> or larger brass bolt and shall be run to the conduit or bonding wire in the adjacent pull box. Standards without handholes shall be bonded by a jumper attached to all anchor bolts, and shall be run to the conduit or bonding wire in the adjacent pull box. Grounding jumper shall be visible after cap has been placed on foundation. Where slip base standards or slip base inserts are installed, the bond- ing jumper shall not intrude into the slip plane. Bonding shall be accomplished by a bonding strap to all anchor bolts or a 4.5 mm (3/1/) or larger brass bolt installed in the bottom slip base plate. One side of the secondary circuit of series-multiple and step-down transformers shall be grounded. Grounding of metal conduit, service equipment and the grounded conductor at service point shall be accomplished as required by the Code and the serving utility, except that grounding electrode conductor shall be No. 6, or larger. For equipment grounding purposes in Type 3 conduit, a No. 6 copper wire shall be run continuously in circuits used for series lighting, and a No. 8, minimum, copper wire shall be run continuously in all other circuits. The bonding wire size shall be increased to match the circuit breaker size, or shall be as shown on the plans. Where Type 3 conduit is to be installed for future conductors, the copper wire may be omitted. Equipment bonding and grounding conductors are not required in conduits which contain only loop lead-in cable or signal interconnect cable or both. At each multiple service disconnect location, a ground electrode shall be furnished and installed. Ground electrodes shall be one-piece lengths of galvanized steel rod or pipe not less than 19 mm (3//) in diameter, or of copper clad steel rod not less than 15 mm (5/ 8 ·) in diameter. Ground electrodes shall be installed in accordance with the provisions of the Code. The service equipment shall be bonded to the ground electrode by use of a ground clamp or exothermic weld and No. 6 or larger copper wire, enclosed in a size 16 or larger diameter conduit. Ground clamp for service grounding and for grounding of equipment on wood poles shall be Size 16 galvanized, malleable iron conduit hub with swivel feature. On wood poles, all metallic equipment mounted less than 2.4 m (8') above ground surface shall be grounded. Bonding of metallic conduit in non-metallic pull boxes shall be by means of bonding bushings and bonding jumpers. Bonding of metallic conduit in metal pull boxes shall be by means of locknuts, one inside and one outside of the box. 209-2.14 Testing. Attention is directed to Section 4-1.4, "Test of Materials." Testing shall conform to the following: 209-2.14A Materials Testing. Material and equipment to be tested shall be delivered to a testing location designated by the Engineer. Testing will be performed by the Agency. Testing and quality control procedures for Model 170 and Model 2070 controller assemblies shall conform to the requirements in "Transportation Electrical Equipment Specifications," and •Traffic Signal Control Equipment Specifications," issued by the State of California, Department of Transportation, and to all addendums thereto current at the time of project advertising. Testing and quality control procedures for all other traffic signal controller assemblies shall conform to the requirements in the NEMA TS Standards for Traffic Control Systems. In the event equipment submitted for testing does not comply with specifications, the Contractor shall remove the equipment for repair within 5 working days after notification that the equipment is rejected. In the event the equipment is not removed within that period, it may be shipped to the Contractor at the Contractor's expense. The Contractor shall allow 30 days for Agency testing from the time the material or equipment is delivered to the Agency test site. When equipment being tested has been rejected for failure to comply with the specifications, the Contractor shall allow 30 days for Agency retesting. The retesting period shall begin when the corrected equipment is made available at the test site. 6 -,., 6/7/99 Contract No. 3671 Page 98 of 136 Pages All testing subsequent to rejection of the equipment for failure to comply with specification requirements will be at the expense of the Contractor. Deductions to cover the cost of that testing will be made from any moneys due or which may become due the Contractor under the contract. The Contractor will be notified when testing of the equipment has been completed and it shall be the Contractor's responsibility to deliver the equipment to the site of the work or, at the Contractor's re- quest and the Agency's convenience, the Agency will pack and ship the equipment to the Contractor or to the site of work. The sum of $100 or the actual cost of packing and shipping, whichever amount is greater, will be deducted, for each unit of equipment shipped by the Agency, from any moneys due to the Contractor under the contract. 209-2.14B Field Testing. Prior to start of functional testing, the Contractor shall perform the following tests on all circuits, in the presence of the Engineer. 209-2.14B(1) Continuity. Each circuit shall be tested for continuity. 209-2.14B(2) Ground. Each circuitshall be tested for grounds. 209-2.14B(3) Insulation Resistance. An insulation resistance test at 500 volts DC shall be made on each circuit between the circuit and a ground. The insulation resistance shall not be less than 1 O ·Mn on all circuits, except for inductive loop detector circuits which shall-have an insulation resistance value of not less than 100 Mn. The insulation resistance test shall not be performed on magnetometer sensing elements. Splices in the pull box adjacent to the magnetometer sensing elements shall not be '!lade prior to per- forming the test on the lead-in conductors between the pull box and the controller cabinet field terminals. 209-2.14C Functional Testing. Attention is directed to Section 209-1.06, "Scheduling of Work," regarding requirements for test periods. A functional test shall be made in which it is demonstrated that each and every part of the system functions as specified. The functional test for each new or modified system shall consist of not less than 5 days of continuous, satisfactory operation. If unsatisfactory performance of the system develops, the condition shall be corrected and the test shall be repeated until the 5 days of continuous, satisfactory operation is obtained. Turn-on of new or modified traffic signals shall be made only after all traffic signal circuits have been thoroughly tested as specified above. , The Agency will maintain the system or systems during the test period and will pay the cost of elec- trical energy for the operation of all of the facilities that are undergoing testing. The cost of any necessary maintenance performed by the Agency on new circuits or on the portions of existing cir- cuits modified under the contract, except electrical energy, shall be at the Contractor's expense and will be deducted from any moneys due, or to become due, the Contractor. A shutdown of the electrical system resulting · from damage caused by public traffic, from a power interruption or from unsatisfactory performance of Agency-furnished materials shall not constitute discontinuity of the functional test. 209-2.15 Galvanizing. Galvanizing shall be in accordance with the provisions in Section 210-3.6, "Galvanizing for Traffic Control Facilities," except that cabinets may be constructed of material galvanized prior to fabrication in conformance with the specifications of ASTM Designation: A 525 or A 525M, Coating Designation G 90, in which case all cut or damaged edges shall be painted with at least 2 applications of approved unthinned zinc-rich primer (organic vehicle type) conforming to the requirements in Section 210-3.5, "Repair of Damaged Zinc Coating." Aerosol cans shall not be used. Other types of protective coating shall be approved by the Engineer prior to installation. Iron or steel pipe standards and pipe mast arms shall be hot-dip galvanized after fabrication in ~ '-1 6/7/99 Contract No. 3671 Page 99 of 136 Pages conformance with the specifications of ASTM Designation: A 53. Galvanized surfaces shall have spurs removed. Tie-rods, bolts, nuts, washers, clamps and other miscellaneous ferrous parts shall be hot-dip galvanized after fabrication in accordance with the provisions in Section 210-3.6, "Galvanizing for Traffic Control Facilities." Not less than 250 mm (10") of the upper end of the anchor bolts, anchor bars, or studs, and all nuts and washers shall be galvanized in accordance with the provisions in Section 210-3.6, "Galvanizing for Traffic Control Facilities." After galvanizing, the bolt threads shall accept galvanized standard nuts without requiring tools or causing removal of protective coatings. Galvanizing of existing materials in an electrical installation will not be required. 209-2.16 Painting. Painting of electrical equipment and materials shall conform to the provisions in Section 310, "Painting," with the following additions and modifications. Paint materials for electrical installations, unless otherwise specified, shall conform to the provisions in Section 210, "Paint and Protective Coatings." Factory or shop cleaning methods for metals will be acceptable if equal to the methods specified herein. In lieu of the temperature and seasonal restrictions for painting as provided in Section 310, "Painting," paint may be applied to equipment and materials for electrical installations at any time permitted by the Engineer. All ungalvanized ferrous surfaces to be painted shall be cleaned prior to applytng the prime coat. Blast cleaning will not be required. If an approved prime coat has been applied by the manufacturer, and it is in good condition, the first primer application by the Contractor will not be required. Existing equipment to be painted in the field, including Agency-furnished equipment, shall be washed with a stiff bristle brush using a solution of water containing 7 .5 ml. of heavy duty detergent powder per liter (2 tablespoons per gallon). After rinsing, all surfaces shall be wire brushed with a coarse, cup shaped, power-driven brush to remove all poorly bonded paint, rust, scale, corrosion, grease or dirt. Any dust or residue remaining after wire brushing shall also be removed prior to priming. Immediately after cleaning, all galvanized surfaces and all non-ferrous metal surfaces shall be coated with one application of Primer (Wash) Pre-Treatment, Section 210-1.5 or wash primer conforming to the requirements of Military Specification MIL-P-15328D. The wash primer shall be applied by spraying or brushing to produce a uniform wet film on the surface. Galvanized equipment and wood poles for traffic signal or flashing beacon installations shall not be painted. New galvanized metal surfaces to be painted in the field shall be cleaned as specified for existing equipment before applying the prime coats specified. Wire brushing of new galvanized surfaces will not be required. After erection, all exterior surfaces shall be examined for damaged primer and the damaged surfaces shall be cleaned and spot coated with primer. Galvanized metal guard posts shall not be painted. Painting of Agency-furnished controller cabinets will not be required. Types II and Ill steel service equipment enclosures shall be painted with a polymeric or an enamel coating system conforming to Color No. 14672 (light green) of Federal Standard 595B. All coatings shall be commercially smooth, substantially free of flow lines, paint washout, streaks, blisters, and other defects that would impair serviceability or detract from general appearance. The coatings shall comply with the following requirements: 1) Coating Hardness -The finish shall have a pencil lead hardness of HB minimum using an Eagle Turquoise pencil. 2) Salt Spray Resistance -The undercutting of the film of the coating system shall not exceed 3 mm Cla") average, from lines scored diagonally and deep enough to expose the base metal, after 250 hours exposure in a salt spray cabinet in accordance with ASTM Designation: B 117. 3) Adherence -There shall be no coating loss when tested by California Test 645. Compliance of the coating system to the above requirements may be determined by the application of the ~ ~, 6/7/99 Contract No. 3671 Page 100 of 136 Pages coating, to 100 mm (4") x 200 mm (8") x 0.6 mm (0.0236") test specimens of the same material as the cabinets, in the same manner as applied to the cabinets. A Certificate of Compliance shall be furnished in accordance with the provisions of Section 4-1.5, "Certification," certifying that the coating system furnished complies in all respects with these re- quirements. Interior of metal signal visors, louvers and front faces of back plates shall be finished with 2 applications of lusterless black exterior grade latex paint formulated for application to properly prepared metal surfaces, except that factory finish in good condition will be acceptable. Metal signal sections, signal head mountings, brackets and fittings, outside of visors, pedestrian push button housings, pedestrian signal sections and visors, and back faces of back plates, shall be finished with 2 applications of lusterless black or dark olive green exterior grade latex paint formulated for application to properly prepared metal surfaces. Dark olive green color shall match Color Chip No. 68 on file at the CAL TRANS Transportation Laboratory. Conduit and conduit fittings above ground shall be prepared and finished in the same manner as the adjacent standard or post. Relocated, reset or modified equipment previously finished as specified in this Section 209-2.16, except for galvanized standards previously finished with traffic signal yellow enamel, shall be given a spot finishing application on newly primed areas, followed by one finishing application over the entire surface. If any signal faces or mounting brackets-are required to be painted under this Section, all signal faces and mounting brackets on the same mounting shall be repainted. Small rusted or repaired areas of relocated or reset galvanized equipment shall be cleaned and painted as provided in Section 210-3.6, "Galvanizing for Traffic Control Facilities,"for repairing damaged galvanized surfaces. Equipment number shall be neatly stenciled on the standard or adjacent structure. The number designation will be determined by the Engineer. All paint shall be applied either by hand brushing or by spraying machines in the hands of skilled operators. The work shall be done in a neat 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. 209-4 TRAFFIC SIGNAL FACES AND FITTINGS 209-4.01 Vehicle Signal Faces. Each vehicle signal face shall be of the adjustable type conforming to the provisions in Institute of Traffic Engineers (ITE) Publication: ST-0088, "Vehicle Traffic Control Signal Heads." Plastic signal sections shall meet the requirements of California Test 605. Any fracture within the housing assembly, or a deflection of more than 10 degrees in either the vertical or horizontal plane after the wind load has been removed from the front of the signal face, or a deflection of more than 6 degrees in either the vertical or horizontal plane after the wind load has been removed from the back of the signal face will be considered structural failure. Vehicle signal faces, except arrow and "X" faces, shall meet the requirements of California Test 604. Adjustment shall permit rotation of 360 degrees about a vertical axis. The number and type of sections shall be as specified herein or as shown on the plans. Each vehicle signal face shall be installed at the location and mounted in the manner shown on the plans. Unless otherwise shown on the plans, all vehicle signal faces shall contain 3 sections arranged vertically; red-top, yellow-center, green-bot- tom. All new vehicle signal faces, except programmed visibility type, installed at any one intersection shall be of the same manufacture and of the same material. ~ f.J 6/7/99 Contract No. 3671 Page 1 O 1 of 136 Pages 209-4.01A Optical Units. Each optical unit for 300 mm (12-inch} and 200 mm (8-in} traffic signal assemblies shall meet the requirements of section 209-4.01A (1) for incandescent illumination for yellow or green signals or section or 209-4.01 A(2) for light emitting diode illumination of red signals. 209-4.01A(1) Optical Units -Incandescent. Each optical unit for yellow or green, circular ball or arrow, signals shall consist of a lens, a reflector or reflector assembly, a lamp receptacle, and a clear traffic signal lamp. Lenses, reflectors, reflector assemblies, lamp receptacles and wiring, and light distribution shall conform to the provisions in ITE Publication: ST-0088. Each lens shall be of best quality glass, true to color and free of imperfections. All reflectors shall conform to the provisions in ITE Publication: ST-008B except that reflectors shall be made of silvered glass or of specular aluminum with an anodic coating. Reflector ring holder shall be made of cast aluminum. A single piece formed metal reflector/ring holder may be used. Top openings of signal faces shall be sealed with neoprene gaskets. 209-4.01A{2} Optical Units -Light Emitting Diode. Each optical unit for red, circular or arrow, signals shall 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 shall conform to the following: 1. A single piece formed metal reflector/ring holder shall be used. 2. -Top openings of signal faces shall be sealed with neoprene gaskets. 3. The LED signal assembly lens shall be tinted with an appropriate color to reduce sun phantom affect and enhance on/off contrast. The tinting shall be uniform across the face of the lens. 4. The lens of the LED signal module shall be integral to the unit, shall be convex with a smooth outer surface and made of ultraviolet stabilized plastic or of glass. 5. LED signal module shall be a sealed unit with two conductors for connecting to power, a printed circuit board, power supply, a red lens and gasket, and shall be weather proof after installation and connection. The circuit board and power supply shall be contained inside the module. Circuit boards shall conform to Chapter 1, Section 6 of the State of California Department of Transportation "Transportation Electrical Equipment Specifications". 6. The LED signal module shall have prominent and permanent directional marking(s), that is, an "UP arrow", the word "UP" or "TOP," for correct indexing and orientation within a signal housing for units with refracted lens or arrow indications. 7. The manufacturer's name, trademark, serial number and other necessary identification shall be permanently marked on the backside of the LED signal module. 8. LED signal modules used on this project shall be from the same manufacturer, and each size shall be the same model. 9. A label shall be placed on the LED signal module certifying compliance to the VTCSH Standard. 10. The lens of the LED signal module shall be capable of withstanding ultraviolet (direct sunlight) exposure for a minimum time period of five years without exhibiting evidence of deterioration. 11. The LED signal module shall be a single, self-contained device, not requiring on-site assembly for installation into an existing traffic signal housing. 12. 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. 13. LED signal modules shall fit into existing traffic signal section housings built to the VTCSH without modification to the housing. 14. Installation of a LED signal module shall only require the removal of the optical unit components, i.e., lens, lamp module, gaskets, and reflector. 15. The LED signal module shall be weather tight and fit securely in the housing; and shall connect directly to electrical wiring. 16. LED signal modules shall not require a specific mounting orientation or have a variance in light output, pattern or visibility for any mounting orientation. ~ t.J 6/7/99 Contract No. 3671 Page 102 of 136 Pages 17. The power supply for the LED signal module shall be packaged as an integral part of the LED signal module. 18. The assembly and manufacturing process for the LED signal assembly shall be such as to assure all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. 19. Materials used for the LEDs, lens and the rest of the signal assembly construction shall conform to ASTM specifications for the materials and shall meet the requirements of tests listed in this section and in the VTCSH Standard. In addition, all materials shall be capable of withstanding exposure of the temperature range specified in this section without deterioration. 20. If masking materials are used to form the shape of an arrow within an LED signal module, they shall be capable of withstanding all environmental requirements specified in this section without deterioration. 21. Enclosures containing the power electronic components of the signal module shall be made of flame retardant materials that will self-contain internal sparks and flames, as well as dripping materials. 22. The minimum luminous intensity values and light output distribution shall be as shown in Section 11.04 and Table 1 of the VTCSH standard. 23. The chromaticity of LED signal modules shall conform to the chromaticity requirements of Section 8.04 and Figure 1 of the VTCSH standard. 24: An LED traffic signal module must meet the minimum intensity requirements-while operating within the temperature range specified in this section. 25. An LED traffic signal module shall not exhibit more than a nominal -1.5% change in luminous intensity per a +1°C change in ambient temperature. 26. Each LED signal module component and sub-assembly shall be traceable to original suppliers production date codes to ensure a reliable product (warranty purposes) and customer identification in the event of a recall situation due to the occurrence of an electronic component reliability problem. 27. LED signal modules shall be tested for temperature cycling and certified test results supplied per MIL-STD-883, Test Method 1010. The temperature range shall be from -34°C (-29°F) to +74°C (+165°F), 20 cycles, with a 15-minute transfer time between temperature extremes, and a 30-minute dwell at each temperature extreme. Signal assemblies under test shall be non- operating. Failure of any signal assembly to function. normally or any cracking of the assembly (including the lens) after temperature cycling shall be cause for rejection. 28. LED signal assemblies shall be tested for mechanical vibration and certified test results supplied per MIL-STD-883, Test Method 2007. Signal assemblies under test shall be subjected to three 4-minute cycles along each X, Y, and Z axis at 21/2 minimum, 2 Hz to 120 Hz. The loosening of internal components or other internal damage shall be cause for rejection. 29. LED signal modules shall be tested for moisture resistance and certified test results supplied per MIL-STD-883, Test Method 1004. Testing shall be performed in a non-changing environment of 71°C (+160°F) at a relative humidity of 95 percent for a period of 168 hours. Signal modules under test shall be non-operating. Any evidence of internal moisture after testing shall be cause for rejection. 30. LED signal modules shall be tested for mechanical impact and certified test results supplied per MIL-STD-883, Test Method 2002. The lens face of each signal module shall be subjected to five blows of 1000 grams for a duration of 0.5 seconds each. Any evidence of cracking, chipping, or crazing of the lens or entire signal assembly shall be cause for rejection. 31. LED signal assemblies shall be tested for resistance to electrostatic discharge and certified test results supplied per MIL-STD-883, Test Method 3015. Signal assemblies under test shall be subjected to 5 discharges of 1,000 volts, 500 n, 300 pF to electrical leads. Any damage to internal electrical components and/or LED light sources is cause for rejection. n • ., 6/7/99 Contract No. 3671 Page 103 of 136 Pages 209-4.01 B Signal Sections. Each signal section housing shall be structural plastic. Signal sections shall conform to the following: 1. Maximum height of a signal section shall be 260 mm (101/4") for each 200 mm (8") section and 375 mm {143//) for each 300 mm (12") section. 2. The housing of each signal section shall be provided with a one-piece, hinged, square-shaped door designed to permit access to the section for relamping without the use of tools. 3. The door shall be secured by a method that will hold the door closed during the loading tests specified in this Section. 4. The lens shall be mounted in the door in a watertight manner. 5. All exposed hardware, such as hinge pins and door latching devices, shall be Type 304 or 305 stainless steel. 6. All interior screws and fittings shall be stainless steel. 7. An opening shall be provided in the top and bottom of each signal section to receive 40 mm (1 1//) pipe. 8. The 200 mm (8") and 300 mm (12") signal sections of an individual manufacturer shall be capable of joining to form a signal face in any combination. This interchangeability is not required between metal and plastic signal sections. 9. All gaskets, including those for the door, lens, reflector and lamp holder, shall be made of a material that is not affected when installed in a signal section with a metal or plastic housing -that is operated continuously for 336 hours. 209-4.018(2) Plastic Signal Sections. Housings shall be either molded in one piece or shall be fabricated from 2 or more pieces joined into a single piece. The plastic shall have ultraviolet stability, shall be unaffected by the heat of the lamp used and shall be self-extinguishing. Housings and doors shall be colored throughout and shall be black matching Color No .. 17038, 27038 or 37038 of Federal Standard 595B. Each section in a face shall be joined to the adjacent section by one of the following methods: 1. A minimum of 3 machine screws for 200 mm {8") sections and 4 machine screws for 300 mm (12") sections, installed through holes near the front and rear of the housings. Machine screws shall be No. 10 and each shall be provided with a nut, flat washer and lock washer. 2. Two machine screws (each with a nut, flat washer and lock washer) installed through holes near the front of the housings, plus a fastening through the 40 mm (1 1/2 ") 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 tock washer. Minimum size of machine screws shall be No. 10. Minimum size of carriage bolt shall be 6 mm (1//-20). The supporting section of each signal face supported solely at the top or bottom shall be provided with reinforcement. Reinforcement plates shall be either sheet aluminum, galvanized steel, or cast aluminum. Each plate shall be not less than 2. 7 mm {0.11 0") thick and shall have a hole concentric with the 40 mm (1 1//) 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. I\ • ., 6/7/99 Contract No. 3671 Page 104 of 136 Pages Where a signal face is to be supported by a Type MAS side attachment slip-fitter inserted between 2 sections, a spacer or spacers shall be placed between the 2 sections. The vertical dimension of spacers shall permit proper seating of the serrations between the slip-fitter and the 2 sections. Holes in spacers shall align with the front holes in the section housings. In addition to the fastening through the large openings in the housings, the 2 sections shall be joined with at least 2 machine screws through holes near the front of the housings and the spacers, and through matching holes in a reinforcing plate installed in each housing. Machine screws shall be No. 10 minimum size. Spacers shall be made of the same material as the signal housings. Reinforcing plates and machine screws shall be as specified above. Reinforcing plates will not be required where the housing is provided with reinforcing webs connecting the rear of the housing with the top, bottom and sides. Holes for machine screws shall be either cast or drilled during fabrication of the signal section. Each hole shall be surrounded by a 3 mm (1/8 ") 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 (3/1/) nor more than 6 mm (1//) thick. Serrations shall match those on the signal section and the mounting assembly. 209-4.01C Electrical Components. The electrical components for 300 mm (12-inch) and 200 mm (8-in) traffic signal assemblies shall meet the requirements of section 209-4.01C (1) for incandescent illumination for yellow or green signals or section 209-4.01 C(2) for light emitting diode illumination of red signals. 209-4.01 C(1) Electrical Components -Incandescent. Each optical unit for yellow or green, circular ball or arrow, signals shall meet the requirements of this section. Lamp receptacles and wiring shall conform to ITE Publication: ST-0088. The threaded portion of the lamp receptacle shall be metal. Aluminum shall not be used. Each lamp receptacle shall be wired with a conductor, connected to the shell of the receptacle, with white insulation, and a conductor, to the bottom or end terminal of the receptacle, with black insulation or with insulation color-coded. These conductors shall, in tum, be connected to a terminal block mounted inside at the back of the housing. The terminal block shall have sufficient screw shall be permanently identified or conductors shall be color coded to facilitate field wiring. Lamp receptacle conductors shall be No. 18, or larger, 600-V, appliance wiring material (AWM), with 0.75 mm (30 mil) thickness insulation rated 105°C or with insulation that conforms to Military Specification MIL-W-16878 D, Type B, with vinyl nylon jacket rated 115°C. The manufacturer's name or trademark, conductor size, insulation type letter designation and temperature rating shall be marked on the insulation or a Certificate of Compliance conforming to the provisions in Section 4-1.5, "Certification," shall be submitted by the manufacturer with each shipment of traffic signal faces. 209-4.01C{2) Electrical Components -Light Emitting Diodes. All electrical components for red, circular or arrow, signals shall 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 shall conform to the following: 1. LED signal modules shall conform to the requirements of the VTSCH standard. 2. The manufacturer's name or trademark, conductor size, insulation type letter designation and temperature rating shall be marked on the insulation or a Certificate of Compliance conforming to the provisions in Section 4-1.5, "Certification," shall be submitted by the manufacturer with each shipment of traffic signal faces. 3. The LED signal module shall be rated for use in the ambient operating temperature range of -34°C (-29°F) to +74°C (+165°F). ~ '-I s11199 Contract No. 3671 Page 105 of 136 Pages 4. The LED signal module shall be dust and moisture tight to protect all internal LED and electrical components. 5. The LED signal module shall be capable of withstanding exposure to an environment of 74°C (+165°F)/95% relative humidity for 168 hours without internal condensing moisture. 6. All wiring and terminal blocks shall meet the requirements of Section 13.02 of the VTCSH standard. 7. Two captive, 2-color coded, 1m (36") long, 600 V, 18 AWG minimum, jacketed wires, with quick disconnect terminals attached conforming to the National Electric Code and Section 209-4.01 C, "Electrical Components," of these specifications and rated for service at 105°C, are to be provided for electrical connection. 8. The LED signal module shall operate off of a 60 Hz ac line voltage ranging from 80 volts rms to 135 volts rms. Nominal rated voltage for all measurements shall be 117 volts rms. The circuitry shall prevent flicker over this voltage range. The circuitry shall prevent flicker at all voltages below 80 volts rms for a minimum time period of 16 milliseconds. 9. The signal module on-board circuitry shall include voltage surge protection to withstand a single peak transient of 600 volts of each polarity for 100 ms duration. 1 0. The individual LED light sources shall be wired so that a catastrophic failure of one LED light source will not result in the loss of illumination in more than 20 percent of the LED light sources. 11. The LED signal module shall be operationally compatible with currently used controllers and · conflict monitors. 12. The LED signal circuitry shall prevent false controller conflict monitor action due to excessively high off-state input impedance. 13. The LED signal module on-board circuitry may provide dimming capability, triggered by an on-board photodiode to sense ambient light. The dimming operation shall diminish light output by one half, to match threshold ambient lighting conditions. 14. The LED signal and associated on-board circuitry must meet Federal Communications Commission (FCC) Part 15 regulations concerning the emission of electronic noise. 15. Each new LED signal module shall undergo the burn-in procedure (described in the definition section) in order to cause any electronic infant mortality to occur and to detect any electronic component reliability problem before the product is shipped to be installed. 16. All tests described herein shall be accomplished with a minimum quantity of 6 LED signal modules. 17. All optical testing shall be without a visor or hood attached to the LED signal module. 18. After the burn-in procedure is completed, each LED signal module shall be tested for rated initial intensity (described in the definition section). This may be done using an integrating photometer. The test data shall be kept on file for a minimum period of six years. LED signal modules not meeting minimum light intensity per Table 1 of VTCSH shall be rejected. 19. LED signal modules representative of typical average production units shall be measured for light output performance according to VTCSH, Section 11.00, after a 30 minute warm-up time period (module is illuminated at rated voltage). 20. Each LED signal module shall be tested for light output at 80, 117, and 135 volts. LED signal modules shall not be allowed to fall short of the minimum intensity values. 21. The LED's shall utilize AllnGaP technology and shall be the ultra bright type rated for 100,000 hours of continuous operation from -40°C to 7 4°C. 22. The individual LEDs shall be wired such that a catastrophic failure of one LED will result in the loss of not more than 5 percent of the signal module light output. 23. The failure of an individual LED in a string shall only result in the loss of that LED, not the entire string or indication. 24. The LED signal modules tested or submitting for testing shall be representative of typical average production units. 25. Circular modules shall be tested according to California Test No. 604. 26. All optical testing shall be performed with the module mounted in a standard traffic signal section but without a visor or hood attached to the signal section . .. t;.J 6/7/99 Contract No. 3671 Page 106 of 136 Pages 27. Maximum initial power requirements for LED signal modules shall be 25 watts for 300 mm red, 15 watts for 200 mm red and 15 watts for 300 mm red arrow at 25°C. · 28. LED signal modules shall be rated for a minimum useful life of 48 months and shall maintain not less than 85 percent of the standard light output values found in the ITE publication ST- 0088, "Vehicle Traffic Control Signal Heads" (VTCSH ST-017), after 48 months of continuous use in a traffic signal operation over the temperature range of-40°C to +74°C. 29. The LED red arrow indication shall meet existing specifications stated in the VTCSH Section 9.01 for arrow lenses. 30. The LED's shall be spread evenly across the illuminated portion of the arrow area. 31. Each LED signal section indication shall provide a minimum average luminous intensity of 5,500 candela/m2, as measured by the VTCSH. All measurements shall be performed at rated operating voltage of 120 VAC. 209-4.01 D Visors. Each signal section shall be provided with a removable visor conforming to ITE Publication: ST-0088. Visors are classified, on the basis of lens enclosure, as full circle, tunnel (bottom open), or cap (bottom and lower sides open}. Unless otherwise specified, visors shall be the full circle type. The visor shall be a minimum of 240 mm (91//) in length for nominal 300 mm (12") round lenses and 180 mm (7") in length for nominal 200 mm (8"} round lenses, with a downward tilt between 3 degrees and 7 degrees. Plastic visors shall conform to the following: 1. · Visors shall be either formed from sheet plastic or assembled from one or more injection, rotational or blow molded plastic sections. 2. Sections shall be joined using thermal, chemical or ultrasonic bonding or with aluminum rivets and washers permanently colored to match the visor. 3. Visors shall be of black homogeneous colored material with a lusterless finish. 4. Each visor shall be secured to its door in a manner that will prevent its removal or permanent deformation when the wind load specified in California Test 605 for plastic visors is applied to the side of the visor for 24 hours. 1. 209-4.02 Directional Louvers. Where shown on the plans, directional louvers shall be furnished and installed in signal visors. Directional louvers shall be so constructed as to have a snug fit in the signal visors. The outside cylinder shall be constructed of 0.75 mm (0.030") nominal thickness, or thicker, sheet steel and the vanes shall be constructed of 0.4 mm (0.016") nominal thickness, or thicker, sheet steel or the cylinder and vanes shall be constructed of 5052-H32 aluminum alloy of equivalent thickness. Dimensions of louvers and arrangements of vanes shall be as shown on the plans. 209-4.03 Backplates. Where shown on the plans, backplates shall be furnished and installed on signal faces. Dimensions, materials and installation details shall be as shown on the plans. No background light shall show between the backplate and the signal face or between sections. Plastic backplates shall be supplied and either formed from sheet plastic or assembled from extruded, molded or cast sections. Sections shall be factory joined using (1) an appropriate solvent cement, (2) aluminum rivets and washers painted or permanently colored to match the backplate, or (3) No. 10 machine screws with washer, lock washer and nut, painted to match the backplate. Backplates shall be of black homogeneous colored material with a lusterless finish. Each plastic backplate shall be secured to the plastic signal face in a manner that will prevent its removal or permanent deformation when the wind-load test is applied to either the front or the rear of the signal face. The permanent deformation of any portion of the backplate shall not exceed 5 degrees forward or backward after the wind loading has been applied for 24 hours. ft "'-I 6/7/99 Contract No. 3671 Page 107 of 136 Pages When a plastic backplate requires field assembly, it shall be joined with at least four No. 10 machine screws at each field assembled joint. Each machine screw shall be provided with an integral or captive flat washer, a hexagonal head slotted for a standard screwdriver, and either (1) a locking nut with an integral or captive flat washer, or (2) a nut, flat washer and lockwasher. Machine screws, nuts and washers shall be stainless steel. Where a metal backplate consists of 2 or more sections, the sections shall be fastened with rivets or with aluminum bolts peened after assembly to prevent loosening. 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. 209-4.04 Programmed Visibility Vehicle Signal Faces. Each programmed visibility signal face and the installation thereof shall conform to the provisions in Sections 209-4.01, "Vehicle Signal Faces," 209-4.03, "Backplates," and 209-4.06, "Signal Mounting Assemblies," except that the provisions in Section 209-4.01A, "Optical Units," shall not apply. Each programmed visibility signal section shall provide a nominal 300 mm (12") diameter circular or arrow indication. Color and arrow configuration shall conform to ITE Publication: ST-008B. Each section shall be provided with a cap visor. Each signal section shall be provided with an adjustable connection that permits incremental tilting from O to 1 O degrees above or below the horizontal while maintaining a common vertical axis through couplers and mountings. Terminal connection shall permit external adjustment about the mounting axis in 5 degree increments. The signal shall be mountable with ordinary tools and capable of being serviced without tools. Adjustment shall be preset at 4 degrees below the horizontal, unless otherwise specified. The visibility of each programmed visibility signal face shall be capable of adjustment or programming within the face. When programmed, each signal face's indication shall be visible only in those areas or lanes to be controlled, except that during dusk and darkness a faint glow to each side will be permissible. Prior to programming, each signal section with a yellow indication shall provide a minimum luminous intensity of 2500 cd on the optical axis, and a maximum intensity of 100 cd at 15 degrees horizontal from the axis. Each signal section with a yellow indication shall be capable of having its visibility programmed to achieve the following luminous intensities: a minimum of 2500 cd on the optical axis, a maximum of 100 cd at from 0.5 to 2 degrees horizontal from the axis and a maximum of 10 cd at from 2 to 15 degrees horizontal from the axis. Under the same conditions, the intensities of the red indication and the green indication shall be at least 19 and 38 percent, respectively, of the yellow indication. Each signal face or each signal section shall include integral means for regulating its luminous intensity between limits in proportion to the individual background luminance. Lamp intensity shall not be less than 97 percent of uncontrolled intensity at 10 000 Ix, and shall reduce to 15 ±2 percent of maximum intensity at less than 10 Ix. The dimming device shall operate over an applied voltage range of 95 to 130 V, 60 Hz and a temperature range of -40°C to 74°C. The Contractor shall program the head as recommended by the manufacturer and as directed by the Engineer. 209-4.05 Pedestrian Signal Faces. Message symbols for pedestrian signal faces shall be white WALKING PERSON and Portland orange UPRAISED HAND conforming to the requirements of the Institute of Transportation Engineers Standards: "Pedestrian Traffic Control Signal Indications" and the "Manual on Uniform Traffic Control Devices." The height of each symbol shall be not less than 250 mm (10") and the width of each symbol shall be not less than 165 mm (61//). The luminance of the UPRAISED HAND symbol shall be 3750 cd/m2 (1,100 foot-lamberts), minimum, and the luminance of the WALKING PERSON symbol shall be 5300 cd/m2 (1,550 foot-lamberts), minimum, when tested in accordance with California Test 606. Contract No. 3671 Page 108 of 136 Pages The uniformity ratio of an illuminated symbol shall not exceed 4 to 1 between the highest luminance area and the lowest luminance area. The luminance difference between a nonilluminated symbol and the background around the symbol shall be less than 30 percent when viewed with the front screen in place and at a low sun angle. Brightness measurements for signals designed for an incandescent lamp will be made when the signal is equipped with an A-21 traffic signal lamp operated at a voltage to produce 665 lumens. Each housing, including the front screen, shall have maximum overall dimensions of 470 mm (181//) width, 483 mm (19") height and 292 mm (11 1//) depth. All new pedestrian signal faces installed at any one intersection shall be the same make and type. Each pedestrian signal face shall be installed at the location and mounted in the manner shown on the plans. 209-4.0SA Types. Pedestrian signal faces shall be Type A and shall conform to the following: 209-4.05A(1) Type A. Each Type A signal shall consist of a housing, two-color message plate, a reflector assembly, 2 incandescent lamps with sockets and a front screen. Each message plate shall be one piece and shall be made 4. 7 mm (3/16 ") tempered glass. The symbols shall be applied to the inside smooth surface of the message plate. Each reflector assembly shall consist of a double reflector or 2 single reflectors. Each reflector shall be made of either aluminum or plastic. All reflectors shall conform to the provisions in Institute of Traffic Engineers Publication: ST-008B, "Vehicle Traffic Control Signal Heads." Plastic reflectors shall consist of moldector vacuum-formed plastic with a vacuum-deposited aluminum reflecting surface. The plastic material shall not distort when the reflector is used with the lamp of the wattage normally furnished with the signal. In addition, the UL nonmechanical loading temperature of the material shall exceed, by at least 10°C, the maximum temperature in the signal section with the lamp "ON" and measured in an ambient air temperature of 25°C in accordance with UL Publication UL 7 468. Each completed reflector shall, when operated with the appropriate lamp and lens, provide the message brightness specified. 209-4.058 Front Screen. The front screen provided on each Type A signal shall have a 38 mm (1 1//) deep eggcrate or 2-crate type screen of 0.8 mm (0.03") nominal thickness polycarbonate. The screening shall be mounted in a frame constructed of 1.0 mm (0.04") minimum thickness polycarbonate. The screen shall be installed parallel to the face of the message plate and shall be held in place by the use of stainless steel screws. The front screen shall not fracture, separate at the welds, or compress more than 3 mm (1/8") when a 75 mm (3") 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 franie 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. 209-4.0SC Housing. Pedestrian signal housings shall conform to the provisions in Section 209-4.01 B, "Signal Sections." 209-4.0SE Finish. The exterior of each housing and visor and the interior of visors shall be painted in accordance with the provisions in Section 209-2.16, "Painting." ~ '-I 611199 Contract No. 3671 Page 109 of 136 Pages 209-4.0SF Control. All pedestrian signals shall be capable of being controlled by the solid-state switching devices specified for traffic signal controller assemblies. 209-4.0SG 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. 209-4.06 Signal Mounting Assemblies. Signal mounting assemblies shall consist of 40 mm (1 1/n standard weight steel galvanized pipe conforming to the specifications of ASTM Designation: A 53, necessary fittings, slip-fitters and terminal compartments. Pipe fittings shall be ductile iron, galvanized steel, aluminum alloy Type AC-84B No. 380, or bronze. Mast arm slip-fitters shall be cast bronze or hot-dip galvanized ductile iron. Post top slip-fitters and terminal compartments shall be cast bronze, Type 356-T6 aluminum or hot-dip galvanized ductile iron. After installation, any exposed threads of galvanized pipe brackets and all areas of the brackets damaged by wrench or vise jaws shall be cleaned with a wire brush and painted with 2 applications of approved unthinned zinc-rich primer (organic vehicle type) conforming to the requirements in Section 210, "Paint and Protective Coatings." Aerosol cans shall not be used. Each terminal compartment shall be fitted with a terminal block containing a minimum of 12 poles, each with 2 screw type terminals. Each terminal shall be designed to accommodate at least 5 No. 14 conductors. A cover shall be provided on the compartment to give ready access to the terminal block. Where used to bracket mount signals, the terminal compartment shall be designed to bolt securely to a pole or standard. The horizontal dimension of mounting assembly members between the vertical centerline of the terminal compartment or slip-fitter and the vertical centerline of each signal face, shall not exceed 280 mm (11"), except where required to provide proper signal face alignment or permit programming of programmed visibility signal faces or when otherwise directed by the Engineer. Each mounting assembly shall be oriented to provide maximum horizontal clearance to the adjacent roadway. All mounting assembly members shall be either plumb or level, symmetrically arranged and securely assembled. Construction shall be such as to permit all conductors to be concealed. Mounting assemblies shall be watertight and free of sharp edges or protrusions which might damage conductor insulation. For post-top mounting of signals, a slip-fitter shall be used. Slip-fitter shall fit over a 115 mm (41//) outside diameter pipe or tapered standard end. Each slip-fitter shall be provided with cadmium- plated steel set screws, arranged as shown on the plans. Each slip-fitter used to post-top mount signals with brackets shall be provided with an integral terminal compartment. Each mounting assembly shall be provided with positive locking, serrated fittings, which when mated with similar fittings on the signal faces shall prevent faces from rotating. Fittings shall permit fastening at 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. 209-4.07 Flashing Beacons. Each beacon shall consist of a single section traffic signal face, conforming to the provisions in Section 209-4.01, "Vehicle Signal Faces," with yellow or red lens as shown on the plans. The beacon flasher unit shall be independent of the intersection flasher unit. 209-4.07 A Backplates. Each beacon shall be provided with a backplate conforming to the requirements in Section 209-4.03, "Backplates." ~ \.J 6/7/99 Contract No. 3671 Page 11 O of 136 Pages 209-4.07B Visors. Each beacon shall be provided with a full circle type visor conforming to the requirements in Section 209-4.01D, "Visors." 209-4.07C Flashing Beacon Control Assembly. Each flashing beacon control assembly shall consist of switches, circuit breakers, terminal blocks, flasher, dimming relay, wiring and electrical components necessary to provide proper operation of the beacons, all housed in a single enclosure. 209-4.07C(1) Enclosure. The enclosure shall be NEMA Type 3R, and shall be provided with dead front panel and a hasp to permit padlocking of the cover. The padlock will be furnished by others. The enclosure shall be hot-dip galvanized or, at the option of the Contractor, shall be provided with a factory applied rust resistant prime coat and finish coat. 209-4.07C(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 shall be furnished with an indicating nameplate reading "Auto -Test" and shall be connected in parallel with the load contacts of the photoelectric control circuit. A 15-A circuit breaker may be used in place of the toggle switch. 209-4.07C(3) Flasher. The flasher shall meet the requirements of Section 8, "Solid-State Flashers," of NEMA Standards Publication No. TS 1. The flasher shall be a solid-state device with no contact points or moving parts. The flasher shall provide 2 output circuits to permit alternate flashing of signal faces and shall be capable of carrying a minimum of 10 A per circuit at 120 V. 209-4.07C(4) Wiring. Conductors and wiring in the enclosure shall conform to the requirements in Section 209-3.04C, "Cabinet Wiring." 209-4.07C(5) Terminal Blocks. Terminal blocks shall be rated at 25 A, 600 V, shall be molded from phenolic or nylon material and shall be the barrier type with plated brass screw terminals and integral type marking strips. 209-4.07C(6) Dimming Relay. A heavy duty dimming relay shall be provided to reduce the voltage to the lamps at night. Heavy duty relays shall be designed for continuous duty. Relays shall operate during ambient temperatures from -18°C to 71°C (0° to 160°F). Each relay shall operate in the 8-pin Jones-type socket shown on the plans. Relays shall be provided with double-pole, double- throw contacts. Contact points shall be of fine silver, silver-alloy, or superior alternative material. Contact points and contact arms shall be capable of operation for 250,000 cycles with 20 A of tungsten load per contact at 120 V, 60 Hz AC. Coils shall have a power consumption of 10 V·A or less and shall be designed for continuous duty on 120 volts AC. Heavy duty relays shall be enclosed with a removable, clear plastic cover. 209-5 DETECTORS 209-5.01 Vehicle Detectors. Vehicle detectors shall be the type or types shown on the plans. All sensor units, control units, and amplifiers shall meet the requirements of California Test 675. The units shall not be affected by transient voltages when tested in accordance with California Test 667. After a power interruption the units shall return to normal operation within one minute. Each unit shall be 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 (0° to 160°F). Units shall use printed circuit boards designed to ~ '-1 6/7/99 Contract No. 3671 Page 111 of 136 Pages 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 (1/1/) minimum thickness, organic solder masking and gold plated contacts. lntercomponent wiring shall be copper track with a minimum mass of 600 g/m2 (2 oz/ff). 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 Inductive Loop Detectors. Inductive loop detectors shall conform to the following: 209-5.01A(1) General. The term "inductive loop detector" applies to a complete installation consisting of a loop or group of loops installed in the roadway, as shown on the plans, lead-in cable and a sensor unit with power supply installed in a controller cabinet. 209-5.01A(3) Sensor Unit Construction. "Card" type sensor units shall conform to the requirements in "Traffic Signal Control Equipment Specifications," issued by the State of California, Department of Transportation, and to all addendums thereto current at the time of project advertising. Shelf mounted sensor units shall conform to the requirements in Section 11 of the NEMA Standards Publication No. TS 1. Capacitors or inductors necessary for loop tuning shall not be mounted external to the sensor unit. 209-5.01A(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 RHW-USE neoprene-jacketed or Type USE cross-linked polyethylene insulated, No. 12, stranded copper wire. The minimum insulation thickness at any point shall be 1.0 mm (40 mils). 2. Type 2 loop wire shall consist of a conductor inside of plastic tubing. The conductor shall be Type THWN or Type XHHW, No. 14, stranded copper wire. The tubing shall be polyethylene or vinyl, rated for use at 1 0S°C, and shall be resistant to oil and gasoline. The tubing shall have a maximum outside diameter of 7 mm (0.27") and a minimum wall thickness of 0.71 mm (0.028"). The 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 calculated 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 high-density polyethylene. The conductors shall be twisted together with at least 6 turns per meter and the twisted pair shall be protected with a copper or aluminum polyester shield. A No. 20, minimum, copper drain wire shall be provided and connected to the equipment ground within the cabinet. The cable shall be provided with a high-density polyethylene or high-density polypropylene outer jacket with a nominal thickness of 0.8 mm (35 mils}. An amorphous interior moisture penetration barrier of nonhydroscopic polyethylene or polypropylene fillers shall be provided. 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. ~ ~, 6/7/99 Contract No. 3671 Page 112 of 136 Pages 209-5.01A(5) Installation Details. Installation and tests shall conform to the details and notes shown on the plans. Unless shown otherwise each loop shall consist of 3 turns of conductor as specified in Section 209-5.01A(4), "Construction Materials: Slots cut in the pavement shall be washed clean, blown out and thoroughly dried before installing conductors. Residue resulting from slot cutting operations shall not be permitted to flow across shoulders or lanes occupied by public traffic and shall be removed from the pavement surface before any residue flows off of the pavement surface. Residue from slot cutting operations shall be disposed of outside the highway right of way in accordance with Section 7-8.1, "Cleanup and Dust Control." After conductors are installed in the slots cut in the pavement, the slots shall be filled with sealant to within 3 mm (1/e") 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 one of the following: 1. Elastomeric Sealant.-Elastomeric sealant shall be a polyurethane material of a composition that will, within its stated shelf life, cure only in the presence of moisture. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. The cured sealant shall have the performance characteristics in Table 209-5.01A(5)(A). -Property TABLE 209-5.01A(5)(A) ELASTOMERIC SEALANT CHARACTERISTICS Measuring Standard Results (ASTM Desianation) Conditions Hardness ASTM D 2240 Rex. 65-85 25°c @ 50% relative (indentation) Tvoe A, Model 1700 humiditv Tensile ASTM D 412 Die C, 3.45 MPa, minimum pulled at 508 mm (20") per Strenath minute Elongation ASTM D 412 Die C, 400%, minimum pulled at 508 mm (20") per minute Flex at -40°C 0.6 mm (25 mil) No cracks over 13 mm (1//) Mandrel Free Film Bend (180°) Weathering ASTM D822 Slight chalking Cured 7 days at 25°C @ Resistance Weatherometer 50% 350 h Salt-Spray ASTM B 117 28 3.45 MPa, minimum tensile; 5% NaCl, Die C, pulled at Resistance davs at 38°C 400% minimum ElonQation 508 mm {20") oer minute Dielectric ASTM D 150 Less than 25% change over a temperature range of Constant--30,:,C to 50,:,C 1. Asphaltic Emulsion Sealant.-Asphaltic emulsion sealant shall conform to the State of California Specification 8040-41 A-15 and shall be used only for filling slots in asphalt concrete pavement. This material shall not be used in slots which exceed 16 mm (5/8") in width or where the slope causes the material to run from the slot. The material shall not be thinned in excess of the manufacturer's recommendations and shall not be placed when the air tempera- ture is less than 7°C (45°F). 2. Hot-Melt Rubberized Asphalt Sealant.-Hot-melt rubberized asphalt shall be in solid form at room temperature and fluid at an application temperature of 190°C (375°F) to 205°C (400°F). Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. Performance characteristics of the cured hot-melt rubberized asphalt shall be as per Table 209-5.01A(5)(B). l' • ., 6/7/99 Contract No. 3671 Page 113 of 136 Pages TABLE 209-5.01A(5)(B) CURED HOT-MELT RUBBERIZED ASPHALT Property Measuring Standard {ASTM Results Conditions Designation) Cone ASTM D 3407, Sec. 5 3.5 mm, max. 25°c, 150 g, 5 s Penetration Flow, 60°C ASTM D 3407, Sec. 6 5 mm, max. Resilience ,ASTM D 3407, Sec. 8 25%, min. 25°C Softening ASTM D 36 82 °C, min. Point, Ductility, ASTM D 113 300 mm, min. 25°C, 50 mm/min Flash Point, ASTM D 92 288 °C, min. coc, °C Viscosity, ASTM D4402 2.5-3.5 Pa·s No. 27 Spindle, 20 rpm, Brookfield 190°c, Thermosel, The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler"iype melting unit. Temperature of the heat transfer medium shall not exceed 245°C (475°F). Application of the hot- melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied when the pavement surface temperature is greater than 4°C (40°F). Hot-melt sealant shall be packaged in containers clearly marked "Detector Loop Sealant" and specifying the batch and lot number of the manufacturer. Loop conductors shall be installed without splices and shall terminate in the nearest pull box. The loops shall be joined in the pull box in combination of series and parallel so that optimum sensitivity is obtained at the sensor unit. Final splices between loops and lead-in cable shall not be made until the operation of the loops under actual traffic conditions is approved by the Engineer. All loop conductors for each direction of travel for the same phase of a traffic signal system, in the same pull box, shall be spliced to a detector lead-in cable which shall be run from the pull box adjacent to the loop detector to a sensor unit mounted in the controller cabinet. All loop conductors for traffic monitoring shall terminate in a pull box or terminal strip in the traffic monitor station cabinet when a cabinet of that type is installed. Conductors for inductive loop traffic signal and traffic monitoring · installations shall be identified and banded, in pairs, by lane, in the pull box adjacent to the loops and near the termination of the conductors in the controller or traffic monitoring station cabinet. Bands shall conform to the provisions in Section 209-2.09, "Wiring." If asphalt concrete surfacing is to be placed, the loop conductors shall be installed prior to placing the uppermost layer of asphalt concrete. The conductors shall be installed, as shown on the plans, in the compacted layer of asphalt concrete immediately below the uppermost layer. Installation details shall be as shown on the plans, except the sealant shall fill the slot flush to the surface. 209-5.02 Pedestrian Push Button Assemblies. Where shown on the plans, pedestrian push button assemblies of substantial tamper-proof construction and signs shall be furnished and installed. The housing shall be either die-cast or permanent mold cast aluminum, or when specified shall be ultraviolet stabilized, self-extinguishing structural plastic. Plastic housings shall be black matching Color No. 17038, 27038 or 37038 of Federal Standard No. 595B, and shall be colored throughout. The assembly shall be rainproof and shall be shockproof in any weather condition. The pedestrian push button switch shall be a phenolic enclosed precision snap-acting type, single-pole, double-throw, switching unit, with screw type terminals, rated 15 A at 125 volts AC, and shall have the following characteristics: ~ "'-1 6/7/99 Contract No. 3671 Page 114 of 136 Pages 1. Switching unit shall have a stainless steel plunger actuator and shall be _provided with LI-frame to permit recessed mounting in push button housing. 2. Switch shall have an operating force of 2.5 N (9 oz.) to 3.6 N (13 oz.) and a minimum release force of one newton (4 oz.). 3. Pretravel shall be 0.4 mm (1/6/) maximum. 4. Over travel shall be 6 mm (7/3/) minimum. 5. Differential travel shall be 0.01 mm (0.0004") to 0.05 mm (0.002"). 6. Actuator shall have a minimum diameter of 50 mm (2"). Where a pedestrian push button is attached to a pole, the housing shall be shaped to fit the curvature of the pole and secured to provide a rigid installation. Saddles shall be provided to make a neat fit when required. Where a pedestrian push button is to be mounted on top of a Size 65 (21//) diameter post, the housing shall be provided with a slip-fitter fitting and screws for securing rigidly to the post. Pedestrian push button signs shall be porcelain enameled metal or structural plastic. Push button and sign shall be installed on the crosswalk side of the pole. Arrows on push button signs shall point in the same direction as the corresponding crosswalk. Where Type A push buttons are specified, each push button assembly shall be equipped with red and green indicator lamps. Lamps shall be so connected that, when the push button has been activated, the red lamp shall be energized and continue so until the next pedestrian walk interval, at which time the green lamp shall be energized in lieu of the red lamp. At the termination of the pedestrian walk interval, the lamps shall be de-energized until the next actuation of the push button. Lenses for the lamps shall have a visible diameter of approximately 32 mm (1 1//) and a length of approximately 22 mm (7/a"). On the Type A or Type B push button assembly, the sign shall attach to and be securely supported by the framework. With Type C pedestrian push buttons, the instruction sign shall be mounted, using 2 straps and saddle brackets, on the same standard as the push button assembly. Straps and saddle brackets shall be as shown on the plans and shall be corrosion-resisting chromium nickel steel conforming to the specifications of ASTM Designation: A 167, Type 302. Theft-proof bolts shall be stainless steel with a chromium content of at least 17 percent and a nickel content of at least 8 percent. 209-7 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT 209-7.01 Removing Electrical Equipment. Attention is directed to Section 7-9, "Protection and Restoration of Existing Improvements." Existing electrical equipment shown on the plans or specified in these special provisions to be removed and not reused or salvaged, and pull boxes, conduit and detector frames not reused, shall become the property of the Contractor and shall be removed from the street right of way in accordance with the provisions in 300-1, "Clearing and Grubbing," except, if not interfering with other construction, underground conduit may be abandoned in place after all conductors have been removed. Care shall be exercised in salvaging equipment so that it will not be damaged or destroyed and will remain in its existing condition whenever possible. Mast arms shall be removed from standards. Luminaires, signal heads, and signal mounting assemblies shall be removed from standards and mast arms. Attention is directed to the provisions in Section 7-9, "Protection and Restoration of Existing Improvements" and 300-1.2, "Preservation of Property." The Contractor will be required to repair or replace, at the Contractor's expense, any electrical equipment to be salvaged which, as determined by the Engineer, has been damaged or destroyed by reason of the Contractor's operations. Attention is directed to the provisions in Section 209-2.03, "Foundations," regarding foundations to be abandoned or removed. Holes resulting from removing pull boxes and detector frames shall be filled with material equivalent to the surrounding material. · ~ ~, 6/7/99 Contract No. 3671 Page 115 of 136 Pages 209-7.02 Reinstalling Removed Electrical Equipment. When removed electrical equipment is to be reinstalled, the Contractor shall furnish and install all necessary materials and equipment, including signal mounting assemblies, anchor bolts, nuts, washers and concrete as required to complete the new installation. All traffic signal and flashing beacon faces to be reinstalled or to be part of a modified system shall be cleaned and relamped. All luminaires and sign lighting fixtures to be reinstalled shall be cleaned and relamped. Existing materials required to be relocated and found to be unsatisfactory by the Engineer shall be replaced by new material and the cost therefor will be paid for as extra work as provided in Section 3-3, "Extra Work." 209-8 PAYMENT 209-8.01 Payment. The contract lump sum price or prices paid for signal, flashing beacon, lighting, sign illumination, traffic monitoring station, closed circuit television systems, or combinations thereof; for modifying or removing those systems; for temporary systems; or the lump sum or unit prices paid for various units of those systems; or the lump sum or per meter price paid for conduit of the various sizes, types and installation methods listed in the Engineer's Estimate shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing, modifying, or removing the systems, combinations or units thereof, as shown on the plans, as specified in these special provisions, and as directed by the Engineer, including any necessary pull boxes (except when the type required is shown as a separate contract item); excavation and backfill; concrete foundations (except when shown as a separate contract item); pedestrian barricades; furnishing and installing illuminated street name signs; installing Agency-furnished sign panels on pedestrian barricades, on flashing beacon standards, and on traffic signal mast arms; restoring sidewalk, pavement and appurtenances damaged or destroyed during construction; salvaging existing materials; and making all required tests. Full compensation for all additional materials and labor, not shown on the plans or specified, which are necessary to complete the installation of the various systems, shall be considered as included in the prices paid for the systems, or units thereof, and no additional compensation will be allowed therefor, except as provided in Section 209-1.05, "Maintaining Existing and Temporary Electrical Systems." When shown as a contract item, the contract price paid per meter for cast-in-drilled-hole concrete pile (signal foundation) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in constructing reinforced concrete pile foundations of the size shown on the Engineer's Estimate, including drilling holes, disposing of the material resulting from drilling holes, furnishing and placing anchor bolt assemblies and reinforcing steel, complete in place, as shown on the plans, and as specified in these special provisions and as directed by the Engineer. When shown as a contract item, non-reinforced portland cement concrete foundations will be measured and paid for in the manner as provided in Section 303-1.11, "Payment." When shown as a separate contract item by the lump sum or per bid item linear measurement, interconnection conduit and conductor shall include all interconnection conductors, but shall only include conduit and pull boxes containing interconnection conductors and no other conductors. The quantity of interconnection conduit and conductor to be paid for by the lump sum bid or the bid item linear measurement shall be the length of that conduit. Compensation for conduit containing in- terconnection conductors and other conductors shall be considered as included in the contract price paid for the item requiring the other conductors. I\ • ., 6/7/99 Contract No. 3671 Page 116 of 136 Pages 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. 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as 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 CAL TRANS Specification No. 8010-91 D-30. Paint for pavement legends, pavement symbols, pavement arrows, cross walks, and stop bars shall be alkyd thermoplastic conforming to CALTRANS Specification No. 8010-21C-19. 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 CAL TRANS Specification No. 8010-21 C-22 (Type II). CAL TRANS Specifications for water borne paint, thermoplastic material and glass beads may be obtained from the CALTRANS Transportation Laboratory, P.O. Box 19128, Sacramento, CA 95819, telephone number (916) 227-7000. 210-3 GALVANIZING Add the following section: 210-3.6 Galvanizing for Traffic Signal Facilities. The requirements of this section shall pertain only to the preparation and galvanizing of traffic signal facilities. Galvanizing of products fabricated from rolled, pressed and forged steel shapes, plates, bars and strip 3.2 mm (1/e") thick or thicker, shall conform to the specifications of ASTM Designation: A 123, except that complete seal welding of tightly contacting surfaces of these products prior to galvanizing is required only where seal welding is shown on the plans or specified in these special provisions. Except for pre-galvanized standard pipe, galvanizing of material 3.2 mm (1/8"} 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 (1/e") shall be galvanized either before fabrication in conformance with the requirements of ASTM Designation: A 525M, 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 (1.0 oz. per ff). Galvanizing of standard pipe shall conform to the requirements of ASTM Designation: A 53. Galvanizing will not be required for stainless steel, monel metal and similar corrosion resistant parts. Fabrication shall include all operations such as shearing, cutting, punching, forming, drilling, milling, bending, welding and riveting. All welded areas shall be thoroughly cleaned prior to galvanizing to remove all slag or other material that would interfere with the adherence of the zinc. When it is necessary to straighten any sections after galvanizing, the work shall be performed without damage to the zinc coating. Galvanizing of iron and steel hardware and nuts and bolts, when specified or shown on the plans, shall conform to the specifications of ASTM Designation: A 153, except whenever threaded studs, bolts, nuts, and washers are specified to conform to ASTM Designation: A 307, A 325, A 325M, A 449, A 563, A 563M, or F 436 and zinc coating is required, they shall be hot-dip zinc coated or mechanically zinc coated in accordance with the requirements of the ASTM Designations. Unless otherwise specified, galvanizing shall be performed after fabrication. Components of bolted I\ ,.., 6/7/99 Contract No. 3671 Page 117 of 136 Pages 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. 210-6 COATING AND SEALANT 210-6.1 General. Protective coating and sealant for Split Face masonry units shall be non-toxic, silicone emulsion based and shall provide permanent graffiti protection suitable for porous concrete surfaces. Sealant shall be water repellent and provide protection from air pollution and other contaminates. Coating and sealant shall be "Perma-Seal" by GrafiGone or approved equivalent. 210-6.2 Coats. Each coat shall include cleaning, preparation and application in accordance with manufacturer's recommendations. 210-6.3 Application. Exposed surfaces of all masonry shall receive three (3) coats at the rate of 100 square feet per gallon. 210-6.4 Curing. Coating and sealant shall cure within 24 hours of application. 210-6.5 Warranty. Coating and sealant shall provide protection for a minimum of five (5) years. SECTION 212 LANDSCAPE AND IRRIGATION MATERIALS. 212-1 LANDSCAPE MATERIALS. 212-1.1 -General -Topsoil shall be type C. 212-1.2.3 -Commercial Fertilizer -Granulated commercial fertilizer for use in soil amendments and planting backfill shall have a N-P-K ratio of 16-6-8. Fertilizer tablets for use in the plant pits shall be 21 gram weight, 20-10-5 N-P-K ratio. 212-1.2.4 -Organic Soil Amendment -Organic soil amendment shall be type 1, composted and nitrogen fortified. Submit samples to the Engineer for approval prior to use. 212-1.2.5 -Mulch -Mulch shall be type 5, 1/2" to 1 1/2" nominal size; or composted wood chips, 1/2" to 1 1/2" nominal size and free of weeds. 212-1.3 -Seed -Delete section ~ "t.J 6/7/99 Contract No. 3671 Page 118 of 136 Pages 212-1.4.1 • General -Add the following: Plants shall be the variety and size shown on the plans or in the special provisions and shall conform to the requirements of these specifications. Contractor shall notify the Engineer 48 hours before each plant delivery so that the Engineer can inspect the plants. The scientific and common names of plants herein specified shall conform to the approved names given in "A Checklist of Woody Ornamental Plants in California, Oregon and Washington" published by the University of California, Division of Agriculture Sciences, Publication 4091 (1979). Each group of plant materials delivered on site shall be labeled clearly as to species and variety. All patented plants (cultivars) required by the plant list shall be delivered with a proper plant patent attached. The Contractor shall obtain clearance from the County Agricultural Commissioner, as required by law, before planting plants delivered from outside the County in which they are to be planted. Evidence that clearance has been obtained shall be filed with the Engineer. All plants furnished by the Contractor shall be true to type or name as shown on the plans and shall be tagged identifying the plants by species or variety; however, determination of plant species or variety will be made by the Engineer and the Engineer's decision shall be final. Plants shall be individually tagged or tagged in groups by species or variety. All plants shall comply with Federal and State laws requiring inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plants, and certificates shall be delivered to the Engineer. Plants furnished by the Contractor shall be healthy, shapely, and well-rooted, and roots shall show no-evidence of having been restricted or deformed at any time. Plants shall be well-grown, free from insect pests and disease, and shall be grown in nurseries which have been inspected by the State Department of Food and Agriculture and have complied with the regulations thereof. The Engineer is the sole judge as to acceptability of each plant. Vigorous, healthy, well-proportioned plants are the intent of this specification. Plants which are even moderately "overgrown", or are showing signs of decline or lack of vigor, are subject to rejection. The size of the plants will be as shown on the plans. Plants larger in size than specified may be used with the approval of the Engineer, but the use of larger plants will make no change in contract price. If the use of larger plants is approved, soil amendments shall be increased proportionately. All plants not conforming to the requirements herein specified shall be considered defective and such plants, whether in place or not, shall be marked as rejected, and immediately removed from the site and replaced with new plants by the Contractor at the Contractor's expense. The Engineer reserves the right to change the species, variety, and/or sizes of plant material to be furnished, provided that the cost of such plant changes do not exceed the cost of plants in the original bid, and with the provision that the Contractor shall be notified in writing, at least 60 days before the planting operation has · commenced. No plant shall be transported to the planting area that is not thoroughly wet throughout the ball of earth surrounding the roots. Any plant that, in the opinion of the Engineer, has a damaged root ball or is dry or in a wilted condition when delivered to the planting area will not be accepted, and shall be replaced by the Contractor at the Contractor's expense. Each plant shall be handled and packed in the approved manner for that species or variety, and all necessary precautions shall be taken to ensure that the plants will arrive at the site of the work in proper condition for successful growth. Trucks used for transporting plants shall be equipped with covers to protect plants from windburn. Root condition of plants furnished by the Contractor in containers will be determined by removal of earth from the roots of not less than 2 plants nor more than 2 percent of the total number of plants of each species or variety, except when container-grown plants are from several sources, the roots of not less than 2 plants of each species or variety from each source will be inspected by the Engineer. In case the sample plants inspected are found to be defective, the Agency reserves the right to reject the entire lot or lots of plants represented by the defective samples. Any plants rendered unsuitable for planting because of this inspection will be considered as samples and will . not be paid for. ~ \.I a11199 Contract No. 3671 Page 119 of 136 Pages The Contractor shall notify the Engineer when plants are to be shipped to the project site. The notification shall be given not less than 10 days prior to the actual shipment date. 212-1.4.5 -Sod and Stolons -Stolons shall not be used. Sod shall be machine cut at a uniform soil thickness of 5/8" ± 1/4". Measurements for thickness shall exclude top growth and thatch. Individual pieces of sod shall be cut to a standard length and width. Broken rolls or slabs, and tom or uneven ends will not be acceptable. Standard size sections of sod shall be strong enough to support their own weight from a firm grasp on the upper 10% of the section. Turf grass species for sod shall match the adjacent existing turf. In areas where the new sod is not immediately adjacent to existing turf, the turf grass species shall be as listed in the plant list on the plans. 212-1.5.3 -Tree Stakes -The type of tree stake shall be as noted in the details on the drawings. Guy wires and deadman stakes shall not be used. 212-2.1.1 -General -The type of irrigation pipe materials and fittings shall be as noted in the irrigation legend on the drawings. 212-2.1.2 -Steel Pipe -Steel pipe shall not be used. 212;,.2.1.4 -Plastic Pipe for Use with Rubber Ring Gaskets -Plastic pipe for us-e with rubber ring gaskets shall not be used. 212-2 IRRIGATION SYSTEM MATERIALS 212-2.1.6 -Asbestos Cement Pipe and Fittings -Asbestos cement pipe and fittings shall not be used. 212-2.2.2 -Gate Valves -Gate valves shall not be used. Add the following section: 212-2.2.8 Ball Valves. Ball valves shall have bottom-loaded pressure-retaining stems, glass- reinforced seats, and reinforced TFE stem packing seals. Valves sizes 13 mm (3/4") to 50 mm (2") shall be pressure rated at 4140 kPa (600 PSI) WOG and 1030 kPa (150-PSI) saturated steam. Each valve shall be tested, air under water, in the opened and closed position by the manufacturer. Ball valve must conform to Federal Specification WW-V-35B, Type 11, Class A, Style 3, End Connection A or C. 212-2.2.7 -Valve Boxes -Valve boxes shall be constructed of structural plastic with black or green bodies and green lock top or bolted lids. Provide two keys minimum for lockable boxes. Valve box lids shall be marked as noted in the details. Valve boxes shall be as manufactured by Brooks, Carson Industries, or equal. 212-2.4 -Sprinkler Equipment-Sprinkler heads, bubbler heads, nozzles and other sprinkler equipment shall be manufactured of plastic and of the type and manufacturer as noted on the plans or equal. Pop-up heights shall be as noted on the plans. All sprinkler heads are to have factory built-in check valves or a check valve under each head. Internal parts shall be stainless steel and neoprene. Anti-drain valves shall be field adjustable against drain out from 1.5 m to 12 m (5 ft. to 40 ft.) of head. All sprinkler heads that are without valves in the heads are to have an anti-drain valve feature and shall have an excess flow feature, which will automatically stop the flow of water when it exceeds the GPM preset by the manufacturer. Check valves shall be King Bros., Rainbird, or approved equal. ~ '-1 6/7/99 Contract No. 3671 Page 120 of 136 Pages Manufacturers noted on the plans are noted for each type of head's performance characteristics only. Other manufacturer's heads and nozzles with equal performance (spray radius, gpm, precipitation rate) may be substituted as equals. 212-3 ELECTRICAL MATERIALS. 212-3.2.1 -Conduit -Conduit is required for line voltage wiring only. Control wires are not required to be installed in conduit. Any required conduit shall be grey PVC as approved by local electrical codes. ~ ~, 6/7/99 Contract No. 3671 Page 121 of 136 Pages SUPPLEMENTAL PROVISIONS . TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 -EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.1 General. add the following to the third paragraph: During surface clearing operations, the Contractor shall not cover or bury any plant growth or other objectionable materials. If the Contractor cannot successfully separate the plant growth from the surface soil and advertently or inadvertently mixes organic or other objectionable materials with the soil, the soil so contaminated shall be removed from the site by the Contractor. All costs, if any, associated with removing the soil mixed with organic or other objectionable materials and importing soil to replace-said contaminated soil shall be borne by the Contractor and no additional payment therefor shall be made to the Contractor. 300-1.3 Removal and Disposal of Materials. add the following: Also included in clearing and grubbing shall be removal and disposal of existing walls, DG, existing street poles and lights, metal guard rail, existing fences and gates, asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing headwalls, rip-rap, traffic signs, and other existing features which interfere with the work. Whether or not such items are shown on the plans they shall be removed as a part of clearing and grubbing. Existing underground pipes and conduits that are shown on the plans and designated to be removed shall be removed as a part of clearing and grubbing. 300-1.3.2 Requirements. add the following: Edge of existing AC Pavement shall be sawcut and removed to straight lines as shown on the plans. Sawcut existing A.C. pavement shall be considered as included in the contract unit price bid per linear foot for Sawcut Existing Pavement and no additional compensation will be allowed therefor. Payment for traffic control necessary for sawcutting and removals shall be included in the contract unit price bid for traffic control. Payment for the removal of portions of A.C. pavement sawcut will be made at the unit price bid per square feet for Clearing and Grubbing. Contractor shall not perform any removals of bituminous pavement without giving at least 48 hours notice to the Engineer. 300-1.4 Payment. modify as follows: Payment for clearing and grubbing shall be made at the contract lump sum price for clearing and grubbing within the project limits and at stockpile locations and no other payments will be made. I\ • .,, 6/7/99 Contract No. 3671 Page 122 of 136 Pages 300-2 UNCLASSIFIED EXCAVATION. 300-2.1 General. add the following: Unclassified excavation shall include removal and stockpile of suitable material, recompaction, mixing, grading for mitigation work, trenching and backfilling of storm drains, sewers, other utilities, disposal of unsuitable materials not included in the bid item for clearing and grubbing, all cut and fill including removal and recompaction of unsuitable soil, salvaging clean excavated material and filling areas to the required grades and cross section. Unclassified excavation shall be utilized onsite to make all fills shown on the plans. Unclassified excavation shall also include scarification and moisture adjustment and compaction of the top 300 mm (1 ') of the subgrade in the roadway prism in cut areas to 95 percent relative compaction, export of remaining excess material to a disposal site or spoil area acquired by the Contractor and pumping and disposal of storm and ground water. 300-2.2.1 General. add the following: Alluvial and colluvial removal and recompaction shall consist of excavating, blending and recompacting loose soils in areas that are designated to receive fills. The existing loose soils shall be removed until a firm unyielding surface is exposed or to a depth determined by the Engineer. If the excavated material contains 4%, or more, water than the optimum moisture content the Contractor shall blend the wet soil with soils having a lower moisture content and/or spread the excavated material in a manner that enables the material to dry to optimum moisture content. The cost of spreading and/or drying shall be included in the contract unit price for removal and recompaction. The excavated material shall be placed and compacted in accordance with section 300-4 of the specifications except that section 300-4.9, Measurement and Payment, shall not apply. 300-2.2.1 General. add the following to the first paragraph: Such direction may include, but is not limited to, directing the Contractor to blend, adjust moisture content of, rework, and place unsuitable soils at specific locations or elevations on the site. Add the following section: 300-2.2.3 Compressible Soil. Compressible soils such as existing uncontrolled or unacceptable fill, alluvium, and colluvium may exist within portions of the Project site. Where required by the Engineer, such compressible soils shall be removed from areas to receive fill or from areas upon which surface improvements are to be placed. The removal and disposal of such compressible soils shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer in which case it may be paid for in accordance with section 300-2.2.1. 300-2.2.4 Instability of Cuts. Add the following: The Contractor shall remove additional material as directed by the Engineer to improve the stability of excavated cuts. The removal of such excavated material shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer, in which case it will be paid for in accordance with Subsection 300-2.2.1. 300-2.5 Slopes. add the following: The hinge points (the top and bottom) of slopes shall be located within 75 mm (0.25') of the locations shown on the plans. 300-2.5 Slopes. add the following: after the first sentence of the first paragraph: A slope shall be defined as any area steeper than three horizontal to one vertical. ,, • ., 6/7/99 Contract No. 3671 Page 123 of 136 Pages 300-2.6 Surplus Material. add the following: The Contractor shall haul and dispose of all surplus material from the project. The Contractor shall utilize highway legal haul trucks for this export of material from the project site and to a site secured by the contractor. No earth moving equipment or special construction equipment, as defined in section 565 of the California Vehicle Code, will be allowed for hauling material on public streets. 300-2.9 Payment substitute the following: Payment for Unclassified Excavation will be made at the lump sum price bid in the proposal. No excavated material which is re-excavated will be paid for. For progress payments, the quantity of unclassified excavation shall be estimated by the Engineer. Payment for Unclassified Excavation shall include costs of surveying, staking, placement, compaction, soil remediation, moisture adjustment and water therefor, rework of compressible soils, slope rounding, grading, stockpiling, access road, temporary detour roads, earthen swales and drainage channels as shown on the drawings or required by the contract documents. Add the following section: 300-2.10 Grading Tolerance. Subgrade tolerances shall conform to the requirements of section 301-1.4 SSPWC. Additional excavated areas other than slopes and subgrade below structures within the roadway and sidewalk areas shall be finished within 30 mm (0.1 ') of the grades shown on the_plans. 300-4 UNCLASSIFIED FILL 300-4.2 Preparation of Fill Areas. add the following: Except as provided in section 300-4.7, "Compaction", areas proposed for improvements all fill (including backfill and scarified ground surfaces) shall be compacted to no less than 90 percent of maximum dry density as determined in accordance with ASTM Test Procedure D1557-91. 300-4.9 Measurement and Payment. delete and substitute the following: Unclassified fill, grading, shaping, compacting or consolidating, slope rounding, construction of transitions and all work included in and incidental to Section 300-4, "Unclassified Fill" will be paid for as a part of unclassified excavation, and no additional payment will be made therefor. 300-9 EROSION CONTROL AND WATER POLLUTION CONTROL . Add the following section: 300-9.2 General. Erosion control and water pollution control shall conform to the requirements shown on the plans, specified herein, and as elsewhere required by the Contract Documents. Erosion control and water pollution control shall include the work specified herein, and such additional measures, as may be directed by the Engineer, to meet Best Management Practices, as defined herein, and to properly control erosion and storm water damage of the limits of work and construction impacts upon areas receiving drainage flows from within the limits of work. Add the following section: 300-9.2.1 Grading Controls. The Contractor shall protect all areas within the limits of work from erosion. Said protection shall include areas that have been graded and/or cleared and grubbed as well as areas that have not been graded and/or cleared and grubbed. The Contractor shall provide temporary earth berms, gravel bags, silt fence, stabilized construction entrance and similar measures, coordinated with its construction procedures, as necessary and as shown on the plans to control on site and off site erosion during the construction period. The Contractor will be required to protect areas which have been cleared and grubbed prior to excavation or embankment operations, and which are subject to runoff during the duration of the contract. The criteria used to determine the appropriate erosion control measures shall be the "Best Management Practices", hereinafter BMP, defined and described in the, "California Storm Water Best Management Handbook, #>.: \.J 6/7/99 Contract No. 3671 Page 124 of 136 Pages Construction Activity'', March 1993 edition as published by the Storm Water Quality Task Force. The Contractor shall maintain a copy of the "California Storm Water Best Management Handbook, Construction Activity", March 1993 edition on the project site and shall conduct its operations in conformity to said Handbook. Temporary erosion control measures provided by the Contractor shall include, but not be limited to, the following: a) Embankment areas, while being brought up to grade and during periods of completion prior to final roadbed construction, shall be graded so as to direct runoff into impoundment areas within the limits of work where such runoff shall have pollutants removed by BMP methods . b) The Contractor shall provide protection by BMP measures to eliminate erosion and the siltation of downstream facilities and adjacent areas. These measures shall include, but shall not be limited to: temporary down drains, either in the form of pipes or paved ditches with protected outfall berms; graded berms around areas to eliminate erosion of embankment slopes by surface runoff; confined ponding areas to desilt runoff; and to desilt runoff. c) Excavation areas, while being brought to grade, shall be protected from erosion and the resulting siltation of downstream facilities and adjacent areas by the use of BMP measures . These measures shall include, but shall not be limited to, methods shown on the plans and described herein Add the following section: 300-9.2.2 Payment. Full compensation for performing erosion control and water pollution control, conforming to the operational requirements herein, of the BMP and conforming to the requirements of the Federal Water Pollution Control Act, including the latest amendments thereto, which is not a part of the planned permanent work or included as a separate bid item shall be considered as included in the contract price bid for unclassified excavation, and no additional compensation will be allowed therefor. SECTION 301 -TREATED SOIL, SUBGRADE PREPARATION AND PLAC.EMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION. 301-1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Change each instance reading "150mm (6 inches)" to "300 mm (12")". 301-1.3 Relative Compaction. Delete the first paragraph and substitute the following: The upper 300 mm (12") of subgrade beneath areas to be paved, have base or subbase material placed on them, or curb, gutter, curb and gutter, alley pavement, driveway or sidewalk constructed over them shall be compacted to no less than 95 percent maximum dry density as determined by ASTM test D-1557-91. 301-1.7 Payment. Modify the first paragraph as follows: Payment for subgrade preparation shall be included in the contract bid price for which the subgrade is prepared and shall include all labor, materials; including water, operations and equipment to scarify, adjust moisture, compact or recompact the subgrade, both in cut areas and in fill areas, and no further compensation will be allowed. ft '-1 6/7/99 Contract No. 3671 Page 125 of 136 Pages SECTION 302 -ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT. 302-5.2.5 Pavement Transitions. Modify as follows: Structures and vertical joints in the cold- milled area which are transverse to through traffic shall be ramped with temporary asphalt concrete pavement as specified in section 306-1.5.1. Ramps shall be constructed the same day as cold milling and removed the same day as permanent paving. Ramp dimensions and compaction shall be as approved by the Engineer. 302-5.2.6 add the following: Payment for grind existing AC pavement shall be per square foot and o adjustment in price will be made for varying AC thickness. 302-5.4 Tack Coat. add the following: Tack coat will be required between the successive interfaces of existing pavement and new pavement, when in the opinion of the engineer, the Contractor has failed to maintain or prepare each existing or previously laid course of asphalt receiving the subsequent course of asphalt in a sufficiently clean state and the asphalt receiving the new pavement course is dirty enough to impair bonding between the next lift of asphalt. 302-5.5 Distribution and Spreading. modify as follows After second sentence of sixth paragraph, add: The spreading and finishing machine used to construct the asphalt concrete surface course shall be equipped with an automatic screed control for surface course paving. The automatic screed control shall be 9 m (30') minimum length. The paving machine shall be operated by an operator and two full-time screed men during all paving. The surface course shall be 50 mm (2") thick. Leveling courses will be required in a variable thickness pavement section. 302-5.6.1 General. modify as follows: Second paragraph, Part (2), add: Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer. modify as follows: After last paragraph, add: Unless directed otherwise by the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this Section. 302-5.9 Measurement and Payment. add the following: Payment for asphalt concrete shall be at the unit price bid per ton. No additional payment shall be made for any tack coat. SECTION 303 CONCRETE AND MASONRY CONSTRUCTION. 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. 303-5.1.3 Driveway Entrances add the following: Construct PCC Driveway(G-14) shall consist of constructing new PCC driveway per San Diego Area Regional Drawing G-14 and as shown on the plans. Widths and centerline locations are as shown on the plans. Construct PCC driveway(Private) shall consist of constructing a 5-1/2" thick PCC driveway apron in order to allow for a smooth transition to match existing driveways. Limits of aprons and typical section are as shown on the plans. ~ ~, 6/7/99 Contract No. 3671 Page 126 of 136 Pages Full compensation for conforming to the above requirements for Construct PCC driveway(private) and Construct PCC Driveway(G-14) shall include but not be limited to, unclassified excavation and fill, removal of existing pee driveway, Class 560 -C3250 PCC Concrete, as well as furnishing all labor, tools, materials and equipment necessary for doing the work and shall be included in the contract unit price bid per square foot and no additional compensation will be allowed therefor. 303-5.1.4 Access Ramp(Pedestrlan Ramp) Construct Pedestrian Ramp shall include constructing ramps per appropriate San Diego Area ~egional Drawings and details as shown on the plans. Construct Pedestrian Ramp shall include but not be limited to unclassified excavation and fill, sawcutting and removal of existing PCC sidewalk, reinforcing steel, anchor adhesive, Class 560 -C- 3250 PCC Concrete, as well as furnishing all labor, tools, materials and equipment necessary for doing the work and shall be considered as included in the contract unit price bid per Square Foot and no additional compensation will be allowed therefor. 303-5.1.5 Construct PCC Cross Gutter Construct PCC Cross Gutter shall consist of removing existing PCC cross gutter and replacing per appropriate San Diego Area Regional Drawings and as shown on the plans. Construct PCC Cross Gutter shall include: Full compensation for conforming to the requirements of Construct PCC Cross Gutter shall include but not be limited to sawcutting and removing existing cross gutter, unclassified excavation, Class 560 -C-3250 PCC Concrete, and shall be considered as included in the contract unit price bid per Square Foot and no additional compensation will be allowed therefor. 303-5.5.2 Curb. add the following: Curb face shall be stamped with 75 mm (3") high block letters directly above the point that it is crossed by underground facilities with the marking specified in Table 303-5.5.2(A) TABLE 303-5.5.2(A) Curb Face Markin s T e of under round facilities Water Service Lateral Sewer Service Lateral lrri ation Water Lateral or Sleeve Markin w s RW 303-5.9 Measurement and Payment. add the following: Curb and gutter, and curb, shall be considered as continuing across driveways and access· ramps when constructed adjacent thereto. Neither curb and gutter nor curb will be paid for across the length of local depressions, except that which occurs in gutter transitions at each side of an inlet. ~ '-1 6/7/99 Contract No. 3671 Page 127 of 136 Pages SECTION 306 -UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS 306-1.2.4 Field Jointing of Reinforced Concrete Pipe. add the following: Gasket-type joints for reinforced concrete pipe (watertight joints) shall be provided where indicated on plans. 306-1.3.1 General. · add the following: Detectable underground utility marking tape shall be installed 230 mm X75 mm (9" X 3") above each or, in the case of bundled underground conduit of the same type, the upper underground conduit being installed by the open trench method. The type and color of detectable underground utility marking tape shall conform to the requirements of section 207-25 et seq. 306-1.3.4 Compaction Requirements. delete Section 306-1.3.4 and replace with the following: Trench backfill shall be densified 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. add the following to Subsection 306-1.5: Payment for trench res_urfacing shall be taken to be included within the related item of work, and nQ. separate payment will be made therefor. 306-1.5.1 Temporary Resurfacing. Delete the fourth paragraph and substitute the following: Temporary bituminous resurfacing materials which are placed by the Contractor are for its convenience shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall be used in lieu of permanent resurfacing only when approved by the Engineer. When temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be removed and replaced with permanent resurfacing within 7 days of placement. No additional payment will be made for temporary bituminous resurfacing materials. The price bid for the associated conduit or structure shall include full compensation for furnishing, placing, maintaining, removing, and disposing of such temporary resurfacing materials. 306-1.5.2 Permanent Resurfacing. Add the following: Except as provided in section 306-1.5.1, "Temporary Resurfacing," the Contractor shall perform permanent trench resurfacing within 24 hours after the completion of backfill and densification of backfill and aggregate base materials. 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: Unless otherwise noted on plans, all existing abandoned pipelines and conduits of any type or use and pipelines and conduits of any type or use that are abandoned during the course of the work are to be removed and replaced 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. 0 -,.. 6/7/99 Contract No. 3671 Page 128 of 136 Pages SECTION 307 -STREET LIGHTING AND TRAFFIC SIGNALS 307-3 STREET LIGHTING CONSTRUCTION. Modify as follows: Section 209, "Signals, Lighting and Electrical Systems" herein, shall replace Section 307-3, "Electrical Components", of the SSPWC in all matters pertaining to the specifications for measurement, payment, warranty, and methods of construction for all elements of street lighting and traffic signals. 307-4 TRAFFIC SIGNAL CONSTRUCTION. Modify as follows: Section 209, "Signals, Lighting and Electrical Systems" herein, shall replace Section 307-4, "Electrical Components", of the SSPWC in all matters pertaining to the specifications for measurement, payment, warranty, and methods of construction for all elements of street lighting and traffic signals. SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATION 308-2 EARTHWORK AND TOPSOIL PLACEMENT 308-2.2 Trench Excavation and Backfill -All pressure mainlines shall be buried eighteen (18) inches deep, minimum. All lateral piping shall be buried twelve (12) inches deep, unless otherwise indicated. Pressure mains under paving shall be 30 inches deep minimum. NoA--pressure laterals under paving shall be 24 inches deep minimum. 308.2.3.1 -General -Topsoil depth shall be as is existing on the site. Class C topsoil shall be scarified and cultivated to a depth of 6" minimum below finish grade. 308-2.3.2 -Fertilizing and Conditioning Procedures -Add the following: Prior to Planting apply "Round-up" systemic herbicide (or approved equal) per manufacturer's specifications to existing undesired vegetation ten (10) days prior to commencement of any planting or irrigation work. All areas to be planted, which have a slope of 2:1 or less shall be cross-ripped to a depth of six (6) inches and soil amendments spread evenly as specified and thoroughly blended-in per 1,000 square feet. Slopes steeper than 2:1 shall be raked smooth, but shall not receive soil amendments (except in plant pits) unless specified on the plans. Maintain proof of delivery for all planting amendments on-site and available for inspection until acceptance of the entire installation. The following soil amendments are to be used as the basis for bids. Once site improvements are in place and approximate finish grades established, the Contractor shall furnish to the Landscape Architect a soils test made from the surface and sub-surface (18" below grade) soil by an approved agricultural lab. The report shall include Ph, N / P / K, sar, ece, boron levels, and soil particle evaluation. Actual soil amendments to be installed may be adjusted by the Landscape Architect based on the findings of the report. General soil preparation, amount per 1,000 square feet: 3 cubic yards nitrogen fortified redwood shavings 200 pounds agricultural gypsum 15 pounds soil sulfur 7 pounds 16-6-8 fertilizer ~ f.J 6ll/99 Contract No. 3671 Page 129 of 136 Pages 308-4 PLANTING 308-4.2 Protection and Storage. add the following: The Contractor's on site plant storage area shall be approved by the Engineer prior to the delivery of any plant materials. Any plant determined by the Engineer to be wilted, broken, or otherwise damaged shall be rejected at any time during the project, whether in the ground or not. All plants shall be handled by their containers. Any plant that has been handled by its trunk or stem shall be rejected. All rejected plants shall be removed from the site immediately. 308-4.3 -Layout and Planting Location -Planting areas are to be laid out by the contractor and approved by the Engineer prior to planting. 308-4.5 -Tree and Shrub Planting -Planting holes shall be sized as shown on the drawings. Each plant shall receive fertilizer tablets as follows: 1 gallon container 1-21 gm 5 gallon container 2-21 gm 15 gallon container 3-21 gm per 6 inch boxed tree size 1-21 gm 308-4.6. -Plant Staking and Guying -Trees shall be staked as shown in the drawings. Guying shall not be permitted without the approval of the Engineer. 308-4.7 Ground Cover and Vine Planting -Vine nursery stakes shall be removed from all vines after planting and vines attached to adjacent wall or fence with green plastic vine ties. 308-5 IRRIGATION SYSTEM INSTALLATION 308-5.1 General. add the following: Where appropriate, irrigation water shall be applied as often and in sufficient amounts, as conditions may require, to establish ground covers and keep the container plants healthy and growing. Locate lines, valves, and other underground utilities and receive the approval of the Engineer before digging trenches. Contractor shall be responsible for damages caused by its operations. Connections shall be made at approximately the locations shown on the drawings. Contractor shall be responsible for unapproved changes. Permission to shut off any existing in-use water lines must be obtained 48ahours in advance, in writing from the Engineer, as to the exact length of time of each shut-off. The entire irrigation system shall be under full automatic operation for a period of seven days prior to any planting. 308-5.2.3 -Plastic Pipeline -Plastic pipe shall be jointed by solvent welded or threaded fittings. 308-5.4.3 -Riser and Nozzle Line Installation All risers shall be schedule 80 grey PVC. Risers shall be double swing joint as shown on the drawings. 308-5.4.4 Sprinkler Head Adjustment. add the following: The Contractor shall flush and adjust all irrigation heads and valves for optimum performance and to prevent overspray onto walks. Roadways buildings, walls, and other structures. 308-5.5 -Automatic Control System Installation -Controllers when shown on the plans are to be wall mounted, exterior. ~ '-1 6/7/99 Contract No. 3671 Page 130 of 136 Pages Automatic valves are have atmospheric vacuum breakers and are to be installed above grade, as shown on the plans. Control wiring shall be direct burial. Control wires shall be installed with one foot of excess wire (coiled) at the end of each wire run, and at 100 foot intervals for runs over 100 feet. Run one extra hot wire and one common wke to the end of each circuit. Control wires shall be bundled with tape at 1 0 ft. intervals and located under the irrigation mainline. 308-6 MAINTENANCE AND PLANT ESTABLISHMENT 308-6 -Maintenance and Plant Establishment -Delete the information in the Standard Specifications and insert the following: A. At the completion of all work as outlined on these plans, the Contractor shall contact the Engineer and schedule a review of said work ("walk-thru") to determine that all aspects of work are complete. Work must be fully completed according to all drawings and specifications, and must be accepted by the Engineer in writing prior to commencement of the maintenance period. 308-6.1 MAINTENANCE AND ACCEPTANCE A. The Contractor shall continuously maintain all areas included in the contract during the progress of the work, through the establishment period, and until final acceptance of the work. B. The Contractor shall maintain all plantings for a period of sixty (60) calendar days after approval of completion and notification in writing of the start of the maintenance period. The maintenance period shall include the following scope of work: 1. Daily watering of all plant material. 2. Removal of all weeds from planting areas. 3. Replacement of any dead, dying, or damaged trees, shrubs, or ground covers. 4. Re-seeding or re-sodding of dead or damaged turf areas at ten day intervals. 5. Proper adjustment and maintenance of the irrigation system. 6. Filling, recompaction, and replanting of any eroded or settled areas. 7. Weekly removal of all trash, litter, clippings and foreign debris. 8. Mowing of lawns on a weekly basis. 9. Removal by shovel cutting of lawn within 1 foot of the base of trees or shrubs located in lawn areas. 10. Disease, insect and rodent prevention and control measures. 11. At 30-days after completion of planting, apply ammonium phosphate at the rate of 5 lbs. per 1,000 square feet to all planting areas. 12. At 60-days after completion of planting, apply 16-6-8 fertilizer at the rate of 6 lbs. per 1,000 square feet to all planting areas. C. Any day the Contractor fails to adequately water, replace unsuitable plants, weed, or other work of the maintenance period will not be credited towards the completion of the period. Plants and lawns which decline due to lack of Contractor maintenance shall be replaced by the Contractor at his expense. D. Prior to the end of the maintenance period, again contact the Engineer to schedule a final review ("walk-thru"). The Engineer must accept all maintained areas in writing to ratify the end of the maintenance period. ft '-I 611199 Contract No. 3671 Page 131 of 136 Pages E. If, during the maintenance period, on site observations by the Engineer determine that proper maintenance procedures are not being followed, the Contractor will be notified in writing. Corrections shall be made within two working days of notification, or the Engineer may elect to extent the maintenance period beyond 60 days, such extension being equal to the amount of time required to correct the maintenance practices. 308•7 GUARANTEE 308-7 Guarantee -Add following: All 15 gallon sized trees installed under the contract shall be guaranteed to live and grow for one year from the day of final acceptance of the contract work. All other plant material, including ground covers, shall be guaranteed to live and grow for a period of 30 days from the last day of the maintenance period or final acceptance of the contract work, whichever is the later. Any material found to be dead, missing, or in poor condition during the maintenance period shall be replaced immediately. The Engineer shall be the sole judge as to the condition of the material. Material found to be dead or in poor condition within the guarantee period shall be replaced by the Contractor, at its expense, within 15 days of written notification. Replacements shall be made to the same specifications required for the original plantings. Submit written vegetation, planting and irrigation guarantee in approved form that all work showing defects in materials or workmanship will be repaired or replaced at no cost to the Engineer for a period of one year from the date of acceptance by the Engineer. The Guarantee-form shall be retyped on the Contractor's letterhead and contain the following verbiage: Guarantee For Vegetation, Planting and Irrigation System For (Project Name) We hereby guarantee that the vegetation, planting and irrigation system we have furnished and installed for (project name) is free from defects in materials and workmanship, and the work has been completed in accordance with the drawings and specifications. We agree to repair or replace any defect in vegetation, material or workmanship, including that due to ordinary wear and tear, which may develop during the periods specified in section 308-7 of the Standard Specifications and the Special Provisions of said project from date of completion of the Work or termination of any maintenance period, whichever is the later, and also to repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the Agency . . This guarantee does not extend to unusual abuse or neglect that may occur subsequent to the date of completion of the Work or termination of any maintenance period, whichever is the later. We shall make such repairs or replacements within a reasonable time, as determined by the Engineer, after receipt of written notice. In the event of failure to make such repairs or replacements within a reasonable time after receipt of written notice from the Engineer, we authorize the Engineer to proceed to have said repairs or replacements made at our expense, and we will pay the costs and charges therefore upon demand. Project: (Project Name) Location: (Legal Description of Project Property) Name of Contractor: Address: (Of Contractor) Telephone: : (Of Contractor) By: (Typed or printed names of signing Officer(s) of the Contractor authorized to bind the Contractor in legal matters) Title: (Of said officer(s)) Signature(s) Date of Execution: ~ '-I 611199 Contract No. 3671 Page 132 of 136 Pages Add the following section: 308-7.1 Record Drawings. In addition to the requirements of section 2-5.4, herein, the Contractor shall prepare record drawings that show all changes in the work constituting departures from the original contract drawings, including those involving both constant-pressure and intermittent- pressure lines and appurtenances. All conceptual or major design changes shall be submitted to the Engineer for approval before implementing the changes in the construction contract. Failure to receive prior approval may result in rejection of the work. The Contractor shall accurately record, on a daily basis, on one set of blue line prints of the irrigation drawings, all changes in work constituting departures from the original contract drawings, including changes in both pressure and non- pressure line. Post information on record drawings day to day as the work is installed. Record changes and dimensions in a legible and professional manner. When the drawings are approved by the Engineer the Contractor shall transfer all information to a set of reproducible photo mylar drawings. Items required to be shown shall be dimensioned by the Contractor from two permanent points of reference (buildings, monuments, sidewalks, curbs, pavement). The accuracy of location of all items to be shown on the drawings shall be 150 mm (6") in both the vertical and horizontal planes. All text and numerals placed on drawings shall be 0.30 mm {1/8") in size. Facilities and items to be located in their horizontal and vertical positions and shown on the record drawings include all: 4. Point(s) of connection, for water and electrical services 5. Routing of irrigation pressure mainlines 6. Backflow preventors 7. Ball, gate and check valves 8. Irrigation control valves. 9. Quick coupler valves 10. Routing of service wires 11. Routing of control wires 12. Electrical service equipment 13. Electrical junction boxes 14. Irrigation controllers 15. Sleeves for future connections 16. Other equipment of a similar nature (as directed by the Engineer). The blue print drawings are subject to inspection at any time. Make all changes to reproducible drawings in waterproof black ink {no ball point pen). Changes in dimensions shall be recorded in a legible and professional manner. Record construction drawings shall be maintained at the job site during construction. The Contractor shall provide one set of mylar "record" drawings to the Engineer after submitting blue-line prints of the proposed "record" drawings for, and obtaining their approval by, the Engineer. Add the following section: 308-7 .4 Check List. Complete the following checklist at the end of the project, using the format shown: 22. Plumbing permits (if none required, so note) 23. Materials approval 24. Pressure mainline test (by whom, and date) 25. Record drawings completed (received by, and date) 26. Controller chart completed (received by, and date) 27. Materials furnished (received by, and date) 28. Operation and maintenance manuals furnished (received by, and date) 29. System and equipment operation instructions (received by, and date) 30. Manufacturer warranties (received by, and date) 31. Written guarantee by Contractor (received by, and date) Forward signed and dated checklist to the Engineer before final acceptance of project. ftt '-I 611199 Contract No. 3671 Page 133 of 136 Pages 308-8 MEASUREMENT AND PAYMENT 308-8 MEASUREMENT AND PAYMENT. add the following: The lump-sum or unit prices set forth in the contract documents shall include, but not be limited to, full compensation for furnishing all labor, materials, tools, and equipment and performing all work necessary to complete, maintain, and guarantee the planting and irrigation work described or specified in the contract documents, including soils testing and recommended soil amendments, seed, tree stakes, bark mulch, erosion control matting, plant materials, temporary irrigation and permanent irrigation, including reduced- pressure back-flow preventer, ball valves, drip valve assembly, electric control valves, quick couplers, control wires, pull boxes, valve boxes, all piping and sleeves, electrical conduits, irrigation heads, drip emitters, bubblers, drip irrigation equipment, connection from electrical service to irrigation electrical meter, connection from meter to irrigation controller(s), installation of controller enclosure, concrete pads, preparation, correction, reproduction and lamination of oas-builto drawings, controller charts, assembly and submittal of the check list and operation and maintenance manuals and all appurtenances to the aforementioned items, as well as 120 days' maintena.nce and project guarantees. After completion of the project, the Engineer will retain $12,000 of the total contract amount, and will disburse to the Contractor on a monthly basis of $3,000 per month. The Engineer reserves the right to stop payment until all punch list submitted to the Contractor every month are completed. SECTION 310 • PAINTING 310-5 PAINTING VARIOUS SURFACES. 310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth paragraph as follows: The Contractor shall furnish all equipment, materials, labor, and supervision necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks, and other designated markings in accordance with the Plans, or for approved temporary detours essential for safe control of traffic through and around the construction site. The Contractor shall remove by wet grinding all existing or temporary traffic markings and lines that may confuse the public. When temporary detour striping or markings are no longer required, they shall be removed prior to painting the new traffic stripes or markings. 310-5.6.3 Equipment. Delete the ninth paragraph and substitute the following: The Contractor shall , provide a wet grinding machine with sufficient capacity to completely remove all existing or temporary traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced by grinding the existing or temporary traffic striping or markings on pavement shall not exceed variations from a uniform plane more than 3 mm {1/8n) in 3 m (10') when measured parallel to the centerline of the street or more than 6 mm (1//) 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. Removal of striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain or water course and when approved by the Engineer. All water from high velocity water jet striping removal shall be vacuumed from the pavement immediately after the water jetting and shall not be allowed 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. ,, -~ 6/7/99 Contract No. 3671 Page 134 of 136 Pages 310-5.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: Existing markings and striping, either permanent or temporary, which are to be abandoned, obliterated or that conflict with the plans shall be removed by grinding methods. Dry or wet sandblasting may not be used in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any other masking method other than a minimum 30mm (0.10') thick asphalt concrete overlay is not permitted. 310-5.6. 7 Layout, Alignment, and Spotting. Modify the first paragraph as follows: The Contractor Shall establish the necessary control points for all required pavement striping and markings by surveying methods. No layout of traffic striping shall be performed by the Contractor before establishment of the necessary control points. The Contractor shall establish all traffic striping between these points by stringline or other method to provide striping that will vary less than 80mm per 100m (1/2 inch in 50 feet) from the specified alignment. Straight stripes deviating more than 80mm per 100mm (1/ 2 inch in 50 feet) shall be obliterated by grinding, and the markings corrected. The Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the work progresses. 310-5.6.8 Application of Paint. Modify the second paragraph as follows: The first coat of paint shall be done immediately upon approval of striping layout by the Engineer. Paint end of median noses yellow. 310-5.6.10 Measurement and Payment. modify as follows: Final and temporary traffic striping, curb markings and pavement markings as shown on the plans and required by the specifications shall be included in the lump-sum price bid for temporary and final traffic striping, and no additional compensation will be allowed therefor. The lump sum prices bid and shall include all labor, tools, equipment, materials, and incidentals for doing all work in installing the final and temporary traffic striping. All costs for temporary pavement painting for the convenience of the Contractor, including costs for sandblasting of existing lines and markings, shall be at its expense and no additional compensation shall be made therefor. Add the following section: 310-6 FINAL AND TEMPORARY TRAFFIC SIGNING AND RAILING (TYPE K). Add the following section: 310-6.1 General. Final and temporary traffic signing and railing (type K) shall be applied at the locations shown on the plans and as required in the specifications, complete in place prior to opening the traveled way to public traffic. Temporary traffic stripes shall be applied in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are clearly visible both day and night. Reapplication of the stripes and markings shall be repainted at the Contractor's expense. 310-6.2 Permanent Striping. Temporary pavement markers shall be placed in accordance with the manufacturer's instructions. Temporary 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 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. ~ '-1 617/99 Contract No. 3671 Page 135 of 136 Pages The Contractor may use reflective pavement markers for temporary pavement markers, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the section entitled "Pavement Markers" of these special provisions, except the 14-day waiting period before placing the pavement markers on new asphalt concrete surfacing as specified in Section 85-1.06, "Placement", of the CAL TRANS Standard Specifications shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Reflective pavement markers used for temporary pavement markers will be paid for as temporary pavement markers~ Add the following section: 310-6.1.1 Measurement and Payment. Temporary traffic striping and markings shown on the plans will be paid for as a part of the lump-sum cost for traffic control. The lump-sum contract price paid for traffic striping and markings shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in applying, maintaining, and removing temporary traffic stripes and pavement markings, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. Full compensation for furnishing, placing, maintaining, and removing the temporary reflective raised pavement markers, used for the temporary laneline and centerline delineation which is not shown on the plans, including the signing specified for "no passing" zones; and for providing equivalent patterns of the permanent traffic lines when required; shall be considered as included in the lump- sum prices paid for that item of work. Add the following section: 310-6.3 Signing. Signing for temporary traffic control shall conform to the following requirements. Add the following section: 310-6.3.1 General. The Contractor snall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. Add the following section: 310-6.3.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours or 2 hours during working hours, whichever is the lesser, of being marked by graffiti. Add the following section: 310-6.3.4 Payment. All costs for signing for temporary traffic control shall be included in the lump-sum price bid for temporary traffic control, and no additional compensation will be allowed therefor. ,, • ., 6/7/99 Contract No. 3671 Page 136 of 136 Pages z 0 j:: ~ ..J 0 z ::) 0 (.) AB# 15,509 MTG. 12/07 /99 DEPT. ENG CIT 1 OF CARLSBAD -AGENDA bill AWARD OF CONTRACT FOR THE CANNON ROAD/CARLSBAD BOULEVARD PROJECT PROJECT NO. 3671 RECOMMENDED ACTION: CITY MGR. Adopt Resolution No. 99-504 accepting bids and awarding a contract to Sean Malek Engineering and Construction, Inc., for the widening of the south side of Cannon Road from Carlsbad Boulevard to El Arbol Drive. ITEM EXPLANATION: On August 10, 1999 the City Council authorized the advertisement for bids for the widening of the south side of Cannon Road from Carlsbad Boulevard to El Arbol Drive. Construction will include adding a second eastbound travel lane and eastbound bike lane on Cannon Road as well as curb, gutter, sidewalk, retaining walls, screen walls, traffic signal improvements and street light improvements. Numerous meetings have been held with the owners of the four affected single-family homes along Cannon Road. Each owner has dedicated right-of-way for utility relocations and street widening purposes. Screen walls and other onsite improvements will be constructed to minimize the effect of the roadway widening on existing properties. Walls will be constructed of split faced concrete block and will be sprayed with graffiti resistant coating. Each of the owners are aware that it will be necessary to remove three palm trees located within the public right-of-way. In exchange for the loss of these trees, the areas between the sidewalk and screen walls along the entire length of the project will be landscaped and irrigated. In addition, one date palm tree presently located in public right-of-way will be saved and relocated to private property. Two of the owners have determined that certain existing trees located on their private property are no longer compatible with their landscape plans. One star pine tree and one eucalyptus tree will be removed from private property at the request of these owners. On October 21, 1999, six sealed bids were received as follows: Malek Engineering $465,203.50 Castello, Inc. $473,140.44 Sierra Pacific West $477,669.00 Heffler Company $483,810.32 Wier Construction $529,649.87 3-0 Enterprises $544,988.00 The Engineer's Estimate for the project was $480,000. · Sean Malek Engineering and Construction, a general engineering contractor, has constructed one other project for the City in the past. Staff has reviewed the information submitted in the bid package and recommends the award of the contract for the project to Sean Malek Engineering and Construction. The duration for completing construction is ninety (90) working days. Page 2 of Agenda Bill No. 15. 509 ENVIRONMENTAL REVIEW: This project qualifies as being within the scope of the City's Master Environmental Impact Report for the General Plan (MEIR 93-01} in accordance with Section 21083.3 of the California Environmental Quality Act; therefore, the Planning Director issued a Notice of Prior Compliance on June 14, 1999. With regard to air quality and circulation impacts, the City's MEIR found the cumulative impacts of the implementation of projects consistent with the General Plan are significant and adverse due to regional factors, therefore, the City Council adopted a statement of overriding considerations. The project is consistent with the General Plan and as to those effects, no additional environmental document is required. FISCAL IMPACT: The following is an estimate of the total costs for the project: $68,000 45,000 465,203 70,000 60,000 TransNet/Local funds will be used for this project. Sufficient funds in the amount of $1,071,477 are available in the project account. EXHIBITS: 1. Location Map. 2. Resolution No. 99-504 accepting bids and awarding a contract to Sean Malek Engineering and Construction, Inc., for the widening of the south side of Cannon Road from Carlsbad Boulevard to El Arbol Drive. LOCATION MAP NOT TO SCALE PROJECT NAME CITY SIDEWALK PROJECT PROJECT EXHIBIT CANNON RD. 1 CARLSBAD BL VD. NUMBER 1 3671 2 2 3 4 5 6 7 8 9 10 11 12 RESOLUTION NO. 99-504 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, ACCEPTING BIDS AND AWARDING A CONTRACT FOR THE WIDENING OF THE SOUTH SIDE OF CANNON ROAD FROM CARLSBAD BOULEVARD TO EL ARBOL DRIVE, PROJECT NO. 3671. WHEREAS, the City Council of the City of Carlsbad has previously authorized the advertisement for bids for the widening of the south side of Cannon Road from Carlsbad Boulevard to El Arbol Drive; and WHEREAS, the Planning Director has issued a Notice of Prior Compliance on June 14, 1999 that satisfies the requirements of the California Environmental Quality Act; and WHEREAS, a Coastal Development Permit has been approved by the Planning Commission on August 4, 1999; and WHEREAS, six {6) sealed bids have been received on October 21 , 1999 by the City of 13 Carlsbad for widening of Cannon Road, Project No. 3671; and 14 WHEREAS, all bid documents received from all bidders have been reviewed in detail and 15 the City Council does hereby find that the lowest responsible bidder, Sean Malek Engineering 16 and Construction, Inc., did submit a bid in the amount of $465,203.50; and 17 WHEREAS, the City Council of the City of Carlsbad has previously appropriated the funds 18 for this project; and 19 WHEREAS, Subsection 3.28.172(c)(1) of the Carlsbad Municipal Code authorizes the City Manger to approve change orders in the amount equal to the contingency set at the time of 20 the bid award; and 21 WHEREAS, the City Council of the City of Carlsbad, California, hereby declares it 22 necessary, desirable and in the public interest to construct the aforementioned project. 23 NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, 24 California, as follows: 25 26 Ill 27 Ill 28 /JI 1. ' That the above recitations are true and correct. 2. That the bid of $465,203.50 as determined by extension of the unit prices 2 submitted by Sean Malek Engineering and Construction, Inc. for the widening of Cannon Road, is 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 hereby accepted and the Mayor and City Clerk are hereby authorized and directed to execute a contract therefor. 3. That a construction contingency in the amount of $70,000 is hereby approved. PASSED, APPROVED AND ADOPTED at a regular meeting of the Carlsbad City Council held on the 7th day of =D-EC,..,E=MB-===E=R...__ ___ _.. 1999 by the following vote, to wit: AYES:council Members Lewis, Hall, Finnila, Nygaard, Kulchin ,,, / ATTEST: (SEAL)