Loading...
HomeMy WebLinkAboutSierra Electric; 1999-01-13; 3610TRAFFIC SIGNALS AT ROMEXIA STkEET VlEJG CASTILLA WAY, AKD CAUENCIA STriEET AND LA COSTA AVENUE CONTRACT NO. 3610 Sierra Electric a CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS AND SPEC PROVISIONS FOR 0 TRAFFIC SIGNALS AT ROMERIA STREETLA COSTA AVENUE VIEJO CASTILLA WAYLA COSTA AVENI AND CADENCIA STREETLA COSTA AVEP CONTRACT NO. 3610 JULY 17,1998 1 em a# 7/17/98 Contract No. 3610 Page 1 of 120 TABLE OF CONTENTS Item - P NOTICE INVITING BIDS ........................................................................................................ CONTRACTOR‘S PROPOSAL ............................................................................................... BID SECURITY FORM ........................................................................................................... BIDDER’S BOND TO ACCOMPANY PROPOSAL .................................................................. GUIDELINES FOR COMPLETING THE “DESIGNATION OF SUBCONTRACTOR AMOUNT OF SUBCONTRACTOR’S BID” AND “DESIGNATION OF OWNER OPERATOWLESSOR 8 AMOUNT OF OWNER OPERATOWLESSOR WORK FORMS ....................................... DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR‘S BID ......... DESIGNATION OF OWNER OPERATOWLESSOR &AMOUNT OF OWNER OPERATOWLESSOR WORK ............................................................................................... BIDDERS STATEMENT OF FINANCIAL RESPONSIBILITY ................................................. BIDDERS STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE ............................... BIDDER‘S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS’ LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS’ COMPENSATION .......................... BIDDER’ S STATEMENT OF RE-DEBARMENT .................................................................... BIDDER’S DISCLOSURE OF DISCIPLINE RECORD .................................................. a- ’ NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID .............................................................................. CONTRACT PUBLIC WORKS ................................................................................................ LABOR AND MATERIALS BOND ........................................................................................... FAITHFUL PERFORMANCEWARRANTY BOND .................................................................. REPRESENTATION AND CERTIFICATION .......................................................................... ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION (OPTIONAL) ............................................................. SPECIAL PROVISIONS SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORK: CONSTRUCTION PART 1, GENERAL PROVISIONS ........................................................... SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS ............ 0 *w ts 7/17/98 Contract No. 3610 Page 2 of 120 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WOR CONSTRUCTION PART 3, CONSTRUCTION METHODS ...... ..... ... ... ... ... ...... .. . ........ .... ....... 0 a a em %s 7/17/98 Contract No. 3610 Page 3 of 120 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Carlsbal Drive, Carlsbad, California 92008-1989, until 4:OO p.m. on the 29th day of October, which time they will be opened and read, for performing the work as follows: 0 TRAFFIC SIGNALS AT ROMERIA STREETlLA COSTA AVENUE VIEJO CASTILLA WAY/LA COSTA AVENUE AND CADENCIA STREETlLA COSTA AVENUE CONTRACT NO. 3610 The work shall be performed in strict conformity with the specifications as approved by Council of the City of Carlsbad on file with the Engineering Department. The specification work include the Standard Specifications for Public Works Construction 1997 Edition, all he designated "SSPWC as issued by the Southern California Chapter of the American Publi Association and as amended by the special provisions sections of this contract. Reference i made to the specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-owned businesse: The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and COI to utilize recycled and recyclable materials when available, appropriate and approved Engineer. The City of Carlsbad may disqualify a contractor or subcontractor from participating in biddi a contractor or subcontractor has been debarred by the City of Carlsbad or another juris( the State of California as an irresponsible bidder. No bid will be received unless it is made on a proposal form furnished by the Pu Department. Each bid must be accompanied by security in a form and amount required The bidder's security of the second and third next lowest responsive bidders may be witht the Contract has been fully executed. The security submitted by all other unsuccessful bidd be returned to them, or deemed void, within ten (IO) days after the Contract is awarded. I to the provisions of law (Public Contract Code section 10263), appropriate securities substituted for any obligation required by this notice or for any monies withheld by the City t performance under this Contract. section 10263 of the Public Contract Code requires n- securities to be deposited "with the City or a state or federally chartered bank in Californi escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omi! the agent in connection with the handling of retentions under this section in an amount not I $1 00,000 per contract. The documents which comprise the Bidder's proposal and that must be completed, executed and notarized are: @ * 4w \? 7/17/98 Contract No. 3610 Page 4 of 120 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit 8. Certificate of Insurance 9. Bidder' s Statement Re Debarment 1O.Bidder's Disclosure Of Discipline Recorc e 4. Designation of Subcontractors 11 .Purchasing Department Representation Certification 12.Escrow Agreement for Security Deposit (optional, must be completed if the Bidd wishes to use the Escrow Agreement fo and Amount of Subcontractor Bid Amount of Owner Operator/Lessor Work Responsibility Security) and Experience 5. Designation of Owner Operator/Lessors & 6. Bidder's Statement of Financial 7. Bidder's Statement of Technical Ability All bids will be compared on the basis of the Engineer's Estimate. The estimated quan approximate and serve solely as a basis for the comparison of bids. The Engineer's Estim: $275,000 No bid shall be accepted from a contractor who is not licensed in accordance with the pro\ California state law. The contractor shall state their license number, expiration c classification in the proposal, under penalty of perjury. The following classifications are ac for this contract: "A" and C-IO If the Contractor intends to utilize the escrow agreement included in the contract documen of the usual 10% retention from each payment, these documents must be completed and s with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at the PL Department, City Hall, 1200 Carlsbad Village Drive, Carlsbad, California, for a non-refundat $15 per set. If plans and specifications are to be mailed, the cost for postage should be ad Any prospective bidder who is in doubt as to the intended meaning of any part of the c specifications or other contract documents, or finds discrepancies in or omissions from the and specifications may submit to the Engineer a written request for clarification or correct response will be made only by a written addendum duly issued by the Engineer a coy of v be mailed or delivered to each person receiving a set of the contract documents. No addit modification of or interpretation of any provision in the contract documents will be given ( may any bidder rely on oral directions. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irres informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the shall be those as determined by the Director of Industrial Relations pursuant to the sectic 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a curl of applicable wage rates is on file in the Office of the City Engineer. The Contractor to v Contract is awarded shall not pay less than the said specified prevailing rates of was workers employed by him or her in the execution of the Contract. e e e- %# 7/17/98 Coitract No. 3610 Page 5 of 12C The Prime Contractor shall be responsible for insuring compliance with provisions of sectic of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Sublei Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized office purposes of section 41 07 and 41 07.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shal the Contract for work. A pre-bid meeting and tour of the project site will not be held. All bids are to be computed on the basis of the given estimated quantities of work, as in( this proposal, times the unit price as submitted by the bidder. In case of a discrepancy words and figures, the words shall prevail. In case of an error in the extension of a unit 1 corrected extension shall be calculated and the bids will be computed as indicated at compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and written in with ink and must be initialed in ink by a person authorized to sign for the Contrac Bidders are advised to verify the issuance of all addenda and receipt thereof one da) bidding. Submission of bids without acknowledgment of addenda may be cause of rejectioi Bonds to secure faithful performance and warranty of the work and payment of labc materials suppliers, in an amount equal to one hundred percent (100%) and fifty percei respectively, of the Contract price will be required for work on this project. These bond: kept in full force and effect during the course of this project, and shall extend in full force i and be retained by the City until they are released as stated in the Special Provisions secti contract. All bonds are to be placed with a surety insurance carrier admitted and auth transact the business of insurance in California and whose assets exceed their liabilit amount equal to or in excess of the amount of the bond. The bonds are to contain the documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the i commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual state quarterly statement filed with the Department of Insurance pursuant to Article 10 (commer section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendz the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that have (1) a rating in the most recent Best's KI Guide of at least A-:V, and (2) are admitted and authorized to transact the business of ins the State of California by the Insurance Commissioner. specification of this contract must: (1) meet the conditions stated above for all insurance ci and (2) cover any vehicle used in the performance of the contract, used onsite or offsite owned, non-owned or hired, and whether scheduled or non-scheduled. The auto certificate must state the coverage is for "any auto" and cannot be limited in any manner. 0 @ Auto policies offered to e em \@ 7/17/98 Contract No. 3610 Page 6 of 121 Workers' compensation insurance required under this contract must be offered by a ( meeting the above standards with the exception that the Best's rating condition is waived. does accept policies issued by the State Compensation Fund meeting the requirement for compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any i 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 subm required bonds and insurance, as described in the contract, within twenty days of bid openi Contractor fails to comply with these requirements, the City may award the contract to the s third lowest bidder and the bid security of the lowest bidder may be forfeited. The prime contractor and all subcontractors are required to have and maintain a valic Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 98-262, adopted on the 4thday of August, 1998. 0 g@f Date 0 * 4% %# 7/17/98 Contract No. 3610 Page 7 of 120 I I I I I 1 1 1 1. I t 1 I E I. CITY OF CARLSBAD TRAFFIC SIGNALS AT ROMERIA STREETlLA COSTA AVENUE VIEJO CASTILLNLA COSTA AVENUE AND CADENCIA STREETlLA COSTA AVENUE 1. 1 CONTRACT NO. 3610 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 tt- Inviting Bids, examined the Plans, Specifications, Special Provisions and addenda ther hereby proposes to furnish all labor, materials, equipment, transportation, and services re do all the work to complete Contract No. 3610 in accordance with the Plans, Specifications Provisions and addenda thereto and that helshe will take in full payment therefor the folloi prices for each item complete, to wit: Approximate Item Quantity Unit No. DescriDtion and Unit Price - Tc - 1 Traffic Signals at RomeridLa Costa, LS 2*'9 7, Viejo CastilldLa Costa and Cadencia /La Costa Complete In Place and Operating at Dollars (Lump Sum) Total amount of bid for Schedule 1 in words: Total amount of bid for Schedule 1 in numbers: $ Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No@). e hadhave been received and idare includc I proposal. em P I \# 7/17/98 Contract No. 3610 Page 8 of 12( 1 The Undersigned has carefully checked all of the above figures and understands that the not be responsible for any error or omission on the part of the Undersigned in preparing this The Undersigned agrees that in case of default in executing the required Contract with nl bonds and insurance policies within twenty (20) days from the date of award of Contract b) Council of the City of Carlsbad, the City may administratively authorize award of the contrz second or third lowest bidder and the bid security of the lowest bidder may be folfeited. The Undersigned bidder declares, und/er penalty of perjury, that the undersigned is licens business or act in the capacity of a ntractor within the State of California, v (id1 licensc license number e”-/ 3 3 t 2-3 J”0 %?/- 1 c I,’ ihich e: ?i I ! ‘1 “B ’1, and that this stHerrtent is true and correct and has the legal A bid submitted to the City by a Contractdr’who is not licensed as a contractor pursua Business and Professions Code shall be considered nonresponsive and shall be rejected b) § 7028.15(e). in all contracts where federal funds are involved, no bid submitted invalidated by the failure of the bidder to be licensed in accordance with California law. Ho the time the contract is awarded, the contractor shall be properly licensed. Public Contra § 20104. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is F interested, directly or indirectly, in this Contract, or the compensation to be paid hereunde representation, oral or in writing, of the City Council, its officers, agents, or employees has himlher to enter into this Contract, excepting only those contained in this form of Contrac papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making the same work, and is in all respects fair and without collusion or fraud. (Cash, Certified Che -3 Accompanying this proposal is \ 3 e + i-3 or Cashier’s Check) for ten percent (IOo/,) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requi employer to be insured against liability for workers’ compensation or to undertake self-ins accordance with the provisions of that code, and agrees to comply with such provisiol commencing the performance of the work of this Contract and continue to comply until thi is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article to the general prevailing rate of wages for each craft or type of worker needed to ex Contract and agrees to comply with its provisions. 1 I* I 1 1 I 1 1 I 1 1 1 I 1 , classification 8H.F F t i &XLA-~ an affidavit. Y f, P_””L*// ‘ &J 1 ‘22 i b 1 em I. 1 ts 7/17/98 Cdntract No. 3610 Page 9 of 12 I I I I I (4) Zip Code e[ J 3 Q --c Telephone No. th v 1 1 1 I 1 8 (2) 1 1 1 1 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: - c/ 0 (1) Name under which business is conducted (2) Signature (given and surname) of proprietor - < g ctfi2L;~ @ 2, - 7 i +Tbj&jC\(- 2jl.L>,& \ I--\ c * tA F, i 2 &%~k e- %Ad 1 -- c* c 'Ix ,- * v-- (3) Place of Business (Street and Number) s. - !+J- City and State <!- c ?k 1 c'; 4 k i\ - zy-7 - s-( " E/C 1 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 m general partner) (3) Place of Business (Street and Number) 10 City and State (4) Zip Code Telephone No. IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted (Signature) (Title) Impress Corporate Seal ... ... ... ... ... em I. Contract No. 3610 Page 10 of 12( 1 ts 7/17/98 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CALIFORNIA County Of SAN DIEGO On OCTOBER 29, 1998 before me, DANA L. MICHAELIS personally appeared PATRICK WIEDENFELD B personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the perso whose name(s) is/are subscribed to the within instrur and acknowledged to me that he/she/they execute$ same in his/her/their authorized capacity(ies), and th, his/her/their signature(s) on the instrument the perso or the entity upon behalf of which the person(s) a( executed the instrument. WITNESS my hand and official seal. Date Name and Title of Officer (e.g., "Jane Doe, Notary Public") Name@) of Signer@) Though the information below is nof required by law, it may prove valuable to persons relying on the document and could prt fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer@) 0 Individual 3 Individual 0 Corporate Officer 13 Partner - 0 Limited C General 0 Partner - cl Limited 0 General 0 Corporate Officer Tit le( s) : 0 Guardian or Conservator 0 Guardian or Conservator Signer Is Representing: Signer Is Representing: Reorder: Call To 0 1995 National Notary Association * 8236 Rernrnet Ave., P.O. Box 7184 - Canoga Park, CA 91309-7184 Prod. No. 5907 s. 4 ...... BIDDER'S BOND TO ACCOMPANY PROPOSAL 0 KNOW ALL PERSONS BY THESE PRESENTS: That we, SIERRA ELECTRIC I as Principal, and RELIANCE SURETY COM as Surety are held and firmly bound unto the City of Carisbad, California, in an amount as 1 (must be at least ten percent (10%) of the bid amount) TEN pERcENT OF ?IJE lMlNr Em- fc payment, well and truly made, we bind aurselves, our heirs, executors and admini! SUCCeSSOrE or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FQREGQING OBLIGATION IS SUCH that if the proposal of tht bounden Principal for, _..... .,, .,. \. h TRAFFIC: SIGNALS AT ROMERIA STREET&A COSTA AVENUE VlWO CASTILIA WAYlLA COSTA AVENUE . AND CADENCIA STREETIU COSTA AVENUE I. - ,." .. .. CONTRACT NO, 3610 L.... .. , .r. ... .. in the City of Cartsbad, is accepted by the Ci Coundl, and it the Principal shall duty enkt execute a Contract induding required bonds and insurance poliaes within twenty (20) days date of award of Contract by the City (;ouncil of €he City af Carlsbad, being duly notifiec award, then this obligation shal become null and mid; otherwise, it shalt be and remain in and effect. and the amount specified herein shall be forfeited to the said City. ...... . . .. .... ...... .- .--. 0' . _..* .... .. .. .. I... .... -. , .,.. -... ., .....' :,.. a*+- I... ... . .. . ..I .I. I .... .._.. . .. @ mTm8 Conkact No. 3610 Page? 13 of 12 e. .... . .. ,. . In the event Principal executed this bond as an individual, it is agreed that the death of f shall not exonerate the Surety from its obligations under this bond. Executed y P 1 CIPAL this 2- PRI “21 PAL: SURETY: Executed by SURETY this ,.-,-19TH -4 d day of &2;,82w TiFx- a ,I9 98 . OCTOBER RELIANCE SURETY COMPANY 4275 EXECUTIVE SQUARE, #700 (name of Surety) (address of Surety) ,. LA JOLLA, CA 92937 (print name here) (Title; and Organization of Signatory) (sign here) (print name here) ... . 07/&.! Pd Zfl? (619) 445-6566 .. . By: -I . . I. ANNE WRIGHT, ATTORNEY-IN-F&CT -. {printed name of Attomey-in-Fact) .. .. .. .. : (Me and organization of signatory) (Attach cwporate resolution shnwing .. power of attorney.) ,. (Proper notariaI acknowledgment of execution by PRlNCiPAL and SURETY must be attacb (President or vie-president and secretary or assistant secrekry must sign for corporation one officer signs, the corporation must attach a resolution certified by the secretary or secretary under corporate seal empowering that officer to bind the corpara~on.) .. .. . ,. 0’: .. .. ”’. ’.. ..’ ,. APPROVED AS TO FORM: .. ,._.... City Attorney RONALD R. BALL .. ... , By: :. .. . .. .. . .. -, .,._. . .. -, ,: :... .. :,., a’”:, t33 7/17/98 Contract No. 3610 Page 14.6 11 ....- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CALIFORNIA County of SAN DIEGO On OCTOBER 29, 1998 before me, DANA L. MICHAELIS personally appeared PATRICK WIEDENFELD D personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the perso whose name(s) is/are subscribed to the within instrun and acknowledged to me that he/she/they executec' same in his/her/their authorized capacity(ies), and th: his/her/their signature(s) on the instrument the perso or the entity upon behalf of which the person(s) a( executed the instrument. WITNESS my hand and official seal. Date Name and Title of Officer (e.g., "Jane Doe, Notaty Public") Name@) of Signer@) Though the information below is not required by law, it may prove valuable to persons relying on the document and could prc fraudulent removal and reaffachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) c3 Individual 0 Individual 0 Corporate Officer 0 Partner - 0 Limited C General 0 Partner - 0 Limited 3 General 0 Corporate Officer Tit le( s) : 0 Guardian or Conservator cl Guardian or Conservator Signer Is Representing: Signer Is Representing: 0 1995 National Notary Association - 8236 Remmei Ave., P.O. Box 7184 - Canoga Park, CA 91309-7184 Prod. No. 5907 Reorder: Call To1 RELIANCE INSURANCE CE NATIONAL INDEMNITY POWER OF ATTORNEY ARTfCLE VI1 - EXECUTION OF BONDS AN0 UNDERTAKINGS e Board, any Senior Vice President, any Vice President or Assistant Vice President or other officer designai such AttorneyWin-Fact at any time and revoke the power and authority given to them. hority to execute affidavits required to be an certify the financial statement of the Company izances, contracts of indemnity or other condi Laws of the Company or any article or section t nder and by authority of the following resolution adopted by the Executive an 'Resolved that the signatures of such directors and officers and the seal of the Company may be affixed to any such Power of facsimile.and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and aused these presents to be signed and their corporate seals to b still in full force and effect. Assistant Secretary CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of SAN DIEm On OCTOBER 19, 1998 before me, DANA L- MICHAELIS, NOTARY PUBLIC personally appeared ANNE WRIGHT 1Ii personally known to me - OR - proved to me on the basis of satisfactory evidence to be the person whose name(s) idare subscribed to the within instrumc and acknowledged to me that he/she/they executed ' same in his/her/their authorized capacity(ies), and tha his/her/their signature(s) on the instrument the person or the entity upon behalf of which the person(s) act executed the instrument. WITNESS my hand and official seal. Date Name and Title 01 Officer (e.g., "Jane Doe, Notary Public") Narne(s1 of Signer(s) Though the information below is not required by law, it may prove valuable to persons relying on the document and could preb fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of 'Document: Document Date: OCTOBER 19, 1998 Number of Pages: 2 Signer(s) Other Than Named Above: BID BOND SIERRA ELECTRIC Capacity(ies) Claimed by Signer(s) Anne Wriqht Individual Individual 0 Corporate Officer 0 Partner - 0 Limited 0 General 0 Partner - 0 Limited 0 General El Attorney-in-Fact D Attorney-in-Fact 0 Guardian or Conservator 0 Corporate Officer Title(s) : 0 Guardian or Conservator Signer Is Representing: RELIANCE SURETY COWANY Signer Is Representing: 0 1995 National Notary Association * 8236 Rernrnet Ave.. P.O. Box 7184 * Canoga Park, CA 91309-7184 Prod. No. 5907 Reorder: Call Toll- I I I I I I I GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID" AND "DESIGNATION OF OWNER OPERATOWLESSOR AND AMOUNT OF OWNER OPERATOWLESSOR WORK' FORMS I' REFERENCES Prior to preparation of the following Subcontractor and Owner Operatc disclosure forms Bidders are urged to review the definitions in section 1-2 of the SSPWC ar Special Provisions to this Contract especially, "Bid", "Bidder", "Contract", "Contractor", I' Price", "Contract Unit Price", "Engineer", "Subcontractor" and "Work" and the definitions ir 1-2 of the Special Provisions especially "Own Organization" and "Owner Operator/Lessor." are further urged to review sections 2-3 SUBCONTRACTS of the SSPWC and section these Special Provisions. CAUTIONS Bidders are cautioned that failure to provide complete and correct informa' result in rejection of the bid as non-responsive. Any bid that proposes performance of morr percent of the work by other than the Contractor's own organization will be rejected responsive. INSTRUCTIONS Bidders shall use separate disclosure forms for each Subcontractor c Operator/Lessor (O+O) of manpower and equipment that is proposed to be used to com All items of information must be completely filled out. Where the bid item will be installed by more than one Subcontractor or Owner Operator/Lt percentage of the bid item installed by the Subcontractor or Owner Operator/Lessor beins the line of the form must be entered under the column "O/O of Item by Sub" or "O/O of Item as applicable. If a Subcontractor or Owner Operator/Lessor installs or constructs any poi bid item the entire amount of the Contract Unit Price shall be multiplied by the Quantity c item that the Subcontractor or Owner Operator/Lessor installed. Suppliers of materials from sources outside the limits of work are not subcontractors. The materials and transport for materials from sources outside the limits of work, as shown on t shall be assigned to the Contractor, the Subcontractor, or the Owner Operator/Lessor as may be, installing them. The value of material incorporated in any Subcontracted c Operator/Lessor installed bid item that is supplied by the Contractor shall not be include part of the portion of the work that the Contractor is required to perform with its own organi; The item number from the "CONTRACTORS PROPOSAL" (Bid Sheets) shall be entered ii Item No." column. When a Subcontractor or Owner Operator/Lessor has a Carlsbad business license the nun be entered on the form. If the Subcontractor does not have a valid business license enter I' the appropriate space. Bidders shall make any additional copies of the disclosure forms as may be necessary t the required information. The number of additional form pages shall be entered on the page of each type so duplicated. I Work. lo 1 I I I 1 I 1 *- I. Page 15 of 12( I %# 7/17/98 Contract No. 3610 I I I I I I I I I 1 1 I I* I I Bidder may, at its option, combine bid items on a single row in the chart on the disclosure using this option the Bidder must indicate the bid item numbers to which the information ir pertains. This option may not be used where the subcontractor or Owner Operator constructing or installing less than 100 percent of a bid item. The percentages and dollar may be the sums of the bid items listed in that row. When the Bidder proposes using a subcontractor or owner operator/Lessor to construct less than 100 percent of a bid item the Bidder must attach an explanation sheet to the de! of subcontractor or designation of Owner Operator/Lessor forms as applicable. The ex1 sheet must clearly apprise the Agency of the specific tasks, materials and/or equipment proposed to be so supplied. Determination of the subcontract and Owner Operator/Lessor amounts for purposes of awz contract shall determined by the City Council in conformance with the provisions of the documents and these Special Provisions. The decision of the City Council shall be final. I 0 1 I, em %s 7117/98 Contract No. 3610 Page 16 of 121 I* I I 1 I 1 1 1 I DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS The Bidder MUST complete each information field on this form for each subcontract( proposes to use. Additional copies of this form may be attached if required to accommc Contractor's decision to use more than one subcontractor. This form must be submitted as the Bidder's sealed bid. Failure to provide complete and correct information may result in rej the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractors in F this bid for the Work and that the listed subcontractors will be used to perform the portio1 Work as designated in the list in accordance with applicable provisions of the specificat section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair I Act." The Bidder further certifies that no additional subcontractor will be allowed to ped portion of the Work and that no changes in the subcontractors listed work will be made exc the prior approval of the Agency. t Full Company Name of Subcontractor: l!-b4. 2- , fb 1 cR sT{Y\pi d L2 I'+- -7 4 ' -T>. l-2 L !i ,-) c G- OL'? >-<g, Complete Address: City State Zip I Street PL c, A1 ??j'a! (-y$ 5G>CfsI 1 Telephone Number plus Area Code: 6 [ cj f fl'. 3- :. California State Contractors License No. & Classification: L-:: * Y -_ -,- I- h .- "-j { -- I c '0 Carlsbad Business License No.: -A CL) Lcr/ 3 &, -/ I SUBCONTRACTORS BID ITEMS 1 1 1 M I 1 1 Explanation: Column 1 - Bid Item No. from the bid proposal, page 8. Column 2 - The dollar amount of the item to be performed by the subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor's own forces. Column 4 - The dollar amount of the overhead and profit for the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid pi item on bid proposal page 8. i Page I of ! pages of this form wm I. r.$ 7/17/98 Contract No. 3610 Page 17 of 121 I I I 1 1 1 1 I I 1 1 I 1 1 DESIGNATION OF OWNER OPERATOWLESSOR AND AMOUNT OF OWNER OPERATOWLESSOR WORK The Bidder MUST complete each information field on this form for each owner operator/( (O+O) that it proposes to use to perform any portion of the Work. Additional copies of this 1 be attached if required to accommodate the Contractor's decision to use more t subcontractor. This form must be submitted as a part of the Bidder's sealed bid. Failure tc complete and correct information may result in rejection of the bid as non-responsive. Exce individuals listed below the Bidder certifies that no Owner Operator/Lessor will be allowed tc any portion of the Work. The Bidder further certifies that no changes in the Owner Operatc listed work will be made except upon the prior approval of the Engineer. Provide a separi for each Owner Operator/Lessor. See section 1-2 of the Special Provisions for definition 1 Operator/Lessor. Full Owner OperatorlLessor Name: Complete Address: Street 1. 1 City State Zip Telephone Number plus Area Code: ( 1 - City of Carlsbad Business License No.: OWNER OPERATOWLESSOR WORK ITEMS 'e Explanation: Column 1 - Bid Item No. from the bid proposal, page 8. Column 2 - The dollar amount of the item to be performed by the subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor's own forces. Column 4 - The dollar amount of the overhead and profit for the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid pi item on bid proposal page 8. 4- I. Page 18 of 121 I %# 7/17/98 Contract No. 3610 I' 1 I 55 t 5 , j j k+Li*$q.-[i[.A" -r- I 1 1 i 1 I I I I I I BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILIl (To Accompany Proposal) Copies of the latest Annual Report, audited financial statements or Balance Sheets submitted under separpk cover marked CONFIDENTIAL. p--. 4 I. '0 e em I* 1 ts 7/17/98 Contract No. 3610 Page 19 of 12( .. _^__._ "___I - . - e c -..I a a * 1 1 1 II I I 1 I 1 1 1 I u 1 1 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) The Bidder is required to state what work of a similar character to that included in the p Contract he/she has successfully performed and give references, with telephone number will enable the City to judge hislher responsibility, experience and skill. An attachment can t I. No. of Person i, e- I* 1 p,s 7/17/98 Contract No. 3610 Page 20 of 12( % sierra Exeatrfo 2295 Needham Rd #45 El Cajon CA 92020 Fax: (619) 287-5228 License #733124 Class: Cl0 0 Office: (619) 287-5008 To Whom It May Concern: Sierra Electric is a San Diego based company specializing in traffic signals and street lighting. The Owner of Sierra Electric, Patrick Wiedenfeld has over twenty years of experience in the electrical business and offers both his professionalism and personal commitment to see a job through to completion. We have furnished the following information for your records. Bonding agency: Sioux Munyon Insurance Service Liability and Workman’s Comp: Vanorsdale Patrick has completed jobs for various entities and prime contractors. Major projects have included Grossmont Summit, Resident Engineer 7 Traffic Signals Vince Byrnes 3 Ramp Meters (619) 467-4094 Market Street Fibre Optic 5 miles of conduit installation complex circuits Agent: Anne Wright Agent: Steve Covkllo Ph# (619) 463-27 Ph# (619) 569-71 60 Street Lights CALTRANS 0 Resident Engineer Jamal Hanna City of San Diego (619) 627-3234 La Mesa Fibre Optic 4 miles of conduit installation complex circuits Additional references include: City of San Diego City of San Diego City of Carlsbad Resident Engineer Senior Engineer Senior Engineer Ietel Doran (619) 627-3234 Mac Dowd (619) 627-3231 Tony Acala (760) 438-1161 Ext: We appreciate your time and look forward to doing business with you in the near future. Resident Engineer Garry Williams City of La Mesa (619) 667-1146 \ Doreen Wiedenfeld Owner 0 1 B I I i 1 1 1 1 I I I I I, I I. I BIDDER'S CERTIFICATE OF INSURANCE FOR LIABILITY AND WORKERS' COMPENSATION GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMO' 1. (To Accompany Proposal) As a required part of the Bidder's proposal the Bidder must attach either of the following to page. 1, Certificates of insurance showing conformance with the requirements herein for: Comprehensive General Liability Employer's Liability Automobile Liability Workers Compensation 2. Statement with an insurance carrier's notarized signature stating that the carrier can, an( payment of fees andlor premiums by the Bidder, will issue to the Bidder Policies of insur Comprehensive General Liability, Employer's Liability, Automobile Liability and Workers Compensation in conformance with the requirements herein and Certificates of insuranc Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto politic to meet the specification of this contract must: (1) meet the conditions stated in The Notic Bids, the Standard Specifications for Public Works Construction and the Special Provisior project for each insurance company that the Contractor proposes, and (2) cover any vehic the performance of the contract, used onsite or offsite, whether owned, non-owned or t- whether scheduled or non-scheduled. The auto insurance certificate must state the cover "any auto" and cannot be limited in any manner. I em Qs 7/17/98 Contract No. 3610 Page 21 of 121 ORSDALE INS-URANCE 9 MURPHY CYN RD, #510 DIEGO CA 92123 IERRA ELECTRIC 295 NEEDHAM RD. #45 L CAJON, CA 92020 ALL OWNW ALTOS SCHEDULED AUTOS HIRED AIJJOS NON-OWNED ALTOS GARAGE LLABILLlfY EXPIRATION DATE THEREOF, THE ISSUING COMPrLuY “I- CITY OF CARLSBAD, ITS AGENTS, OFFICERS OR EMPLOYEES 1200 CARLSBAD VILLAGE DR CARLSBAD CA 92008-1989 IL/JU/U* WCU LL-.JV rm uLeI.UIubC" w .-I-- -I - -- - - W .. U a ME -OF CAFUSMD SUKPLOS LINE BROKER -Am BrokerNaaUc . VaQ~rsme~~SvrsvlcP %les Ju&6a%r. cwm-q?: Darc hje New: c .q I 3Qje afthad-4 ~~~~rk~erriljrtk~t~p~~~~xaf~e~ndfm-.~~~~ e me - M M, Sa ot aibwa - dm~ -5 - id Red&WO.*- ~allaf.rahamhaoc~so~~~paIirgdF rppeOf*kYdvd 7- lnsmuxee. .- C!N Q1 Typeof- ~ &nerd L &,l\Stl 1 e &+ = &&b-dQI el . % &e - af RuOfi tor- -- _-- - _-- cw who is required re provids rPsPranterrndacheW Nameof- Ad- Date: 0. -22 ReawnfPDRefLsal; Ben's Rating Ip#aaceeei= A[ lied' NeQfCOX=CC - MdZes: %-j+ 8-79 ga&xo% f.# 9sYoc Dae . @?s- - k ReqxknLbrRehd -V!*DQf- ;A Llned;s-Iaeurrrrce RlriPiu 1 - - cbm wsm4 Be& WW c. 5 ;f = L6Bt 759 a?, i : 302SLJF3 +3 Fl,[~:LYdS5~5 IZi - _." ._____ _____ - - ,-__ ___ .,, .,^* .. _, _-_ . _.._ d -_-_ - _____ - __ ~LfJVfLIO PCY LC-dV A-- "14LVrVb-Y A e LJ k- . . .. __. - 0 :- . - '<..- Ins-- N-6- . ., .. Add&: hux ReaSoafaRc6-k Best'sRsdng Ijsrcdby~buxsutct v@3- -eedNs) .. chm!laauris~hrkcin/~AR*N\ .--&%a .. ~o~raa~~~Sca9c~~atha~~adbegin~ao~ of m 1Jzme ofSuql= :'ne- Address: 31700 0-d r &% .. -. w Maharing anR-;fTorbemiacing io: rftc mosl rrrspr*& 0fBeSt-s R--w Gu hQ.rd c&J&&l 'r DrnLP..9 .$&vf.ex- 1 GQfS=td* trhS 2 -9/,?67 Nam9: C-T e o-~ora+;Ch( Gste(cLs * ~p &ea smke ofpmuswjzhinthe State of Gdihda. e - Address: es-t rflst' Gw-=aF z I-mmdf=lJ-b bcrs are ?me and =- w; - Sign& _. a * s is f -- ,'26! -;c+ GQi I. : PZpS'l lZ3 +U ,(Il3fWdSS;S $5 . -.,. .. .* .-:-.--,-.--- ..l,, ,,./ .,.:..,<,,x .,,.,.- :.,. ._,( ...".....-.--.vCr.l...WI... . ."l.---.C'.- I.... -'f---''-'__ . ,113 YJ.I,.I.I II2.Y ." 2-02-98 T8 5-01-99 AND SHALL MJESTERM REGIQMAL M&STER ??ylfLDERS AUTOMATICALLY RENEW EACH 1-01 ASSQCIATION UNTIL CANCELLED UNIT SIERRA ELECTWPC It)EPQSTT PREMIUM 776 BROCKTON STREET EL CAJON, CALIF 92820 MINIMUM PREMIUM PREMIUM ADJUSTMENT PERIOD REP 11. NAME OF' EMPLOYER- WIEDENFELD, DOREEN T. (PARTNER) AND ICK 3. (PARTNER) TRADE NAHES- SIERRA ELECTRIC 1. WORKERS' COMPENSATION IMSURAMCE - PART ONE OF THIS PoLrcY APPLIES WORKERS' COMPENSATION LAWS OF TIE STATE OF CALPFQRNIA. 2. EMPLOYER'S LIABILITY IIVSURAXCE - PART TZJ5 OF TIfIS PCLICB APPLIES ?. LIABILITY UNDER TIE LAWS OF THE STATE OF CALIFORNIA. THE LIMIT OF LIABILITY INCLUDING DEFENSE COSTS UNDER PART TWO IS, e $1,000,000 CODE NO, PRTNCTPAL WORK AND RATES EFFECTIVE TO 1-01-99 - Ih BASE B1 RATE IC BUILDING CONSTRUCTION-SEE EXTENSION SCHEDULE FORM 10500 5201 CONCRETE OR CEHENT WORK--POURING OR 16.81 5201 CONCRETE OR CEHENT WORK--POURING OK 16.81 5205 CONCRETE OR CEMENT WORK--POURING OR 9.19 5205 CONCRETE OR CEMENT WORK--POIlRING OR 9.19 5213 CONCRETE CONSTRUCTION--N.O.C. 15.21 5222 CONCRETE CONSTRUCTION--IN CONNECTION 18 - SO 5225 REINFORCING STEEL INSTALLATION 22.42 7 FINISHING OF CONCRETE SIDEWALKS FINISEQING OF CONCRETE FLOOR SLABS FINISHING OF CONCRETE SIDEWALKS FINfSEIXPJG OF CONCRETE FLOOR SLABS WITH BRIDGES OR CULVERTS e TOTAL ESTIMATED ANNUAL PREMIUM $13,069 F.O. BOX 420807, SAN FRANCISCO, CA 94142-0807 m t a torm approved oy ttle Gailtc - This policy is not subject to cancellation by the Fund except upon ten days’ advance written notice to the employer. We will also give you TEN days’ advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded b) AUTHORIZED REPRE - RSDALE INSURANCE DIEGO CA 92123 nxT.Llntrv CY!? ?E, ?!51c 295 NEEDRAM RD. 845 L CAJON, CA 92020 AND CONDITIONS 0 eRALLL4BWl.Y 'S &CONTRACTOR'S PROT. AZ.%(i'SiNi.Z x"3m SCHEDIJIXD AUTOS :mm .iliJj%s NUN.OWNW AWOS SAARAOE UABLLZY UMBRELLA FORM SIIOUID ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLE MMRATION DATE THEREOF. THE ISSUING COMPANY WILI. END€ CITY OF NATIONAL CITY 1243 NATIONAL CITY BLVD. &-AT I IjJgAj; C i rpy- ex 9 2 0 5 (j ACOXI 25-S !?!90) I tn iZ n a I I I I ul Ip W tu rmulnmg x jlLjl: uoo n IS I% Itl 6Ozm'~ I XI I I el mi Me40 IF I; QI% I36 I !ouotlo36 IM U wnur m %I FI dl ~~emrm EC636dPO a ~~umumtl~tlrtlv~ ems I I I IHMOMO~HMMMZHMHW~ I IM 36 n Zrdr 2 I I I e I I I I I e urn IO.. . I OtnI I--' rormrar 001 W WaWtnWrW =XI a, coocoo~ma, I UMl o\ ulWul36WYQI M I Hu I r I I n I I I I 0 om I z I . I MI I 036 I I *m I 01 I i/) I 60 I I I I 0 nlooooo I IO IN I\ MItltlUU IO IQI \\\\ MMMM IW I- I 10 I36 le3 I 0 I 8 8 5 8 OHnVlnHC] g I36rPrmrYrPrmmom 0 I al~m~m~rnomim *N*P4ndV*e3MHM v tn m gxIPPFP PEP P E HI036f'Wa36Z36E36 E 3m .. 5 .. m .. m ** I% ES I E g 3 ztn I E qs I 36iv i/)i/)ri/)i/) I vlcI FIpoulw %I 0 0 0 0 0 I ZP I 53; tn tn tn tn I\ &I 36 36 36 36 Kg I .. .. .. .. c G 0 U I Is ..... uloooo tn36l H H H H ZI vn I Cr I rlnM4r HO I 6Wm I H 0 I 361 v QI I Z6 I ltd dl xn I 1- MO I % e IO %I n IN +m I 0 la, MZ I ZH I am I I I la, %I on I rM I I I I I I- *I I tlI Iul HI IO IO I* tnI nI IO I I I I nI I I HI MI I mI 1 I I I I I I I I I I I I a z EM1 2 E z I **** ;g *IE!orpo\ In I I!? E g 1- m+ I I+ ?i I EI :O El ;% a 0 0 i L s m o m- N I?. a n M tl9 oc C-L %r W -P a, nc P2 WU NI- OP 5 PU W I- - 3 0 2 t s 7 h - QI r W v E 'd u QI W I 03 W wm rp M 5 a, 8 g - gp .c - z r R E? .c \ tl H: mc a: W 2 @ ?.OE g P( - c n lot h, r: Nt W. b - 1 ( t < Fl SAPIZBLAkT BWSIMESB AUT&) 0 Et33 coverage Prcp6sal/Premium Quotati= 'repazed fat; SEBR krepared by: E SAGES / --I .'.% (GI91 569-7186 i:: QSGna WVXSBY ROW #5%0 @A 92123 <lient QC6-s .~l-----l-c---------~--~~~*~~~~~~-~-~-~-~~--~-~---~~~----~----~-----~- CJ \psb5cles wguLd isaeebl below: #a A984 CH ?p #2 1986 F@D cost. new: $;SS,OSil 3. #% R #3 $ 1,230 9. p 130 1,187 $ 311. $ 180 2.00 IO0 mzMsmED ~~~~~~~~ ~Cowe~pIge mBy wary 7 St 54 54 $ 73 73 121 COLGf 5 4e8E $ 1644 E6 246 S1)PBO per peraoa Oy ~ta$~, ask your t for details) P 8 3,552 1,521 : %%af&j propo1FSa1 provi sfiey. Pcsae: exClU8i0nBr a4dftiona% c l3clUPlle at1 sg$kkx%k3lE Agene' E3 Sfgnatwe 1 I I I 1 BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) 1. Have you or any of your subcontractors ever been debarred as an irresponsible bi another jurisdiction in the State of California? 1. L Yes no 2. If yes, what wadwere the name(s) of the agency(ies) and what was/were the per1 debarment(s)? Attach additional copies of this page to accommodate more than two debarr I party debarred party debarred 1 agency agency I period of debarment period of debarment 1. BY CONTRACTOR: - 1 1 1 I 1 1 I 1 Y E) I ffT&i,C$k '\< F. tr,P %t,c I- 2-52 (> CX.: 5-2.5 r3- (print nameititle) j ew %# 7/17/98 Con'tract No. 3610 Page 22 of 121 I. 1 BIDDER’S DISCLOSURE OF DISCIPLINE RECORD 1 (To Accompany Proposal) Contractors are required by law to be licensed and regulated by the Contractors’ State Board which has jurisdiction to investigate complaints against contractors if a complaint re! patent act or omission is filed within four years of the date of the alleged violation. A c regarding a latent act or omission pertaining to structural defects must be filed within 10 ye: date of the alleged violation. Any questions concerning a contractor may be referre Registrar, Contractors’ State License board, P.O. Box 26000, Sacramento, California 9582 1. Have you ever had your contractor’s license suspended or revoked by the ( Contractors’ State license Board two or more times within an eight year period? I. I I 1 1 I I 1 1 1 I 1 II Y 1 Yes no 2. Has the suspension or revocation of your contractors license ever been stayed? k Yes no 3. Have any subcontractors that you propose to perform any portion of the Work ever contractor’s license suspended or revoked by the California Contractors’ State license Boa 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 pr perform any portion of the Work ever been stayed? 1. ?X Yes no 5. If the answer to either of I. or 3. above is yes fully identify, in each and every case, disciplined, the date of and violation that the disciplinary action pertain to, describe the nati violation and the disciplinary action taken therefor. (Attach additional sheets if necessary) *m I. I r,s 7/17/98 Contract No. 3610 Page 23 of 121 i I BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) 6. If the answer to either of 2. or 4. above is yes fully identify, in each and every case, 1 who’s discipline was stayed, the date of the violation that the disciplinary action pertains to, the nature of the violation and the condition (if any) upon which the disciplinary action was 1. 1 I I B I I (Attach additional sheets if necessary) ‘3 l? ‘9 (print namehitle) 1 I 1 m 1. ew I a# 7/17/98 Contract No. 3610 Page 24 of 12t I I I I I I I I I I I I I NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 State of California 1 ) ss. /d County of T~+A'O 8 LQ c. ) I. , being first duly sworn, del and says that he or she is f;",.; "Ad y?- (Title) of the party making the foregoing bid that the bid is not made in the interest of, or on behal undisclosed person, partnership, company, association, organization, or corporation; that t genuine and not collusive or sham; that the bidder has not directly or indirectly induced or any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, c( connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone sh: from bidding; that the bidder has not in any manner, directly or indirectly, sought by ag communication, or conference with anyone to fix the bid price of the bidder or any other bid1 fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or t any advantage against the public body awarding the contract of anyone interested in the [ contract; that all statements contained in the bid are true; and, further, that the bidder directly or indirectly, submitted his or her bid price or any breakdown thereof, or the thereof, or divulged information or data relative thereto, or paid, and will not pay, any fe corporation, partnership, company association, organization, bid depository, or to any mc agent thereof to effectuate a collusive or sham bid. I declare under penalty of erjury that the fore '0 ing,is tpe and correct and that his affic I executed on the ays day of &$0*4 ,19?k. Subscribed and sworn to before me on the JqpL dayof cc .:f~ b ky- (NOTARY SEAL) em I %$ 7/17/98 Contract No. 3610 Page 25 of 12( CONTRACT PUBLIC WORKS m This agreement is made this 13th day of January , 19 99 between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City") and SIERRA ELECTRIC whose principal place of busine: 2295 NEEDHAM ROAD, # 45 , EL CAJON CA 92020 (h called "Contractor"). City and Contractor agree as follows: 1. for: Description of Work. Contractor shall perform all work specified in the Contract dc TRAFFIC SIGNALS AT ROMERIA STREETLA COSTA AVENUE VIEJO CASTILLA WAY/LA COSTA AVENUE AND CADENCIA STREETLA COSTA AVENUE CONTRACT NO. 3610 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materi< equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notic Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation OperatorILessors, Bidder's Statements of Financial Responsibility, Technical Ability and Ex Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the P Specifications, the Special Provisions, addendum(s) to said Plans and Specifications an Provisions, and all proper amendments and changes made thereto in accordance with this or the Plans and Specifications, and all bonds for the project; all of which are incorporated this reference. Contractor, hedhis subcontractors, and materials suppliers shall provide and install the indicated, specified, and implied by the Contract Documents. Any items of work not inc specified, but which are essential to the completion of the work, shall be provided at the Cc expense to fulfill the intent of said documents. In all instances through the life of the Cor City will be the interpreter of the intent of the Contract Documents, and the City's decision said intent will be final and binding. Failure of the Contractor to apprise subcontrai materials suppliers of this condition of the Contract will not relieve responsibility of compliar 4. Payment. For all compensation for Contractor's performance of work under this Con shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specific Public Works Construction (SSPWC) 1997 Edition, hereinafter designated "SSPWC", as the Southern California Chapter of the American Public Works Association, and as amend Special Provisions section of this contract. The Engineer will close the estimate of work ( for progress payments on the last working day of each month. a m 4w %# 7/17/98 Contract No. 3610 Page 26 of 121 5. Independent Investigation. Contractor has made an independent investigatic jobsite, the soil conditions at the jobsite, and all other conditions that might affect the prc the work, and is aware of those conditions. The Contract price includes payment for all 3 may be done by Contractor, whether anticipated or not, in order to overcome und conditions. Any information that may have been furnished to Contractor by City about und conditions or other job conditions is for Contractor's convenience only, and City does no that the conditions are as thus indicated. Contractor is satisfied with all job conditions, underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions, If the contract involve: trenches or other excavations that extend deeper than four feet below the surface Contra promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardoi as defined in section 25117 of the Health and Safety Code, that is required to be remc Class I, Class li, or Class Ill disposal site in accordance with provisions of existing law. B. Differing Conditions, Subsurface or latent physical conditions at the site differing fr indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of an) nature, different materially from those ordinarily encountered and generally recognized as in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially or do involve hazardous waste, and cause a decrease or increase in contractor's costs time required for, performance of any part of the work shall issue a change order L procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions I differ, or involve hazardous waste, or cause a decrease or increase in the contractor's c time required for, performance of any part of the work, contractor shall not be excused scheduled completion date provided for by the contract, but shall proceed with all w( performed under the contract. Contractor shall retain any and all rights provided either b! or by law which pertain to the resolution of disputes and protests between the contracting p 7. Immigration Reform and Control Act. Contractor certifies it is aware of the reqi of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has and will comply with these requirements, including, but not limited to, verifying the eli! employment of all agents, employees, subcontractors, and consultants that are includc Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Depz Industrial Relations has determined the general prevailing rate of per diem wages in ac with California Labor Code, section 1773 and a copy of a schedule of said general prevai rates is on file in the office of the City Engineer, and is incorporated by reference herein. to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor copies of all applicable prevailing wages on the job site. 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defc indemnify and hold harmless the City, and its officers and employees, from all claims, loss, injury and liability of every kind, nature and description, directly or indirectly arising fi connection with the performance of the Contract or work; or from any failure or alleged em \@ 7/17/98 Contract No. 361 0 Page 27 of 121 m * e Contractor to comply with any applicable law, rules or regulations including those relating and health; and from any and all claims, loss, damages, injury and liability, howsoever t may be caused, resulting directly or indirectly from the nature of the work covered by the except for loss or damage caused by the sole or active negligence or willful misconduct of The expenses of defense include all costs and expenses including attorneys' fees for arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the awa contract to Contractor, and Contractor will pay all costs, including defense costs for Defense costs include the cost of separate counsel for City, if City requests separate couns IO. Insurance. Contractor shall procure and maintain for the duration of the contract i against claims for injuries to persons or damage to property which may arise from or in c( with the performance of the work hereunder by the Contractor, his or her agents, represt employees or subcontractors. Said insurance shall meet the City's policy for insurance as Resolution No. 91-403. (A) Coverages And Limits Contractor shall maintain the types of coverages and minim indicted he rein : a. Comprehensive General Liability Insurance: $1,000,000 combined single occurrence for bodily injury and property damage. If the policy has an aggregate limit, a aggregate in the amounts specified shall be established for the risks for which the City or it officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per ac bodily injury and property damage. In addition, the auto policy must cover any vehicle us performance of the contract, used onsite or offsite, whether owned, non-owned or h whether scheduled or non-scheduled. The auto insurance certificate must state the cover( "any auto" and cannot be limited in any manner. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensa as required by the Labor Code of the State of California and Employers' Liability limits of $1 per incident. Workers' compensation offered by the State Compensation Insurance acceptable to the City. (B) Additional Provisions. Contractor shall ensure that the policies of insurance requir this agreement with the exception of Workers' Compensation and Business Automobilt Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional it- respects: liability arising out of activities performed by or on behalf of the Contractor; pro( completed operations of the contractor; premises owned, leased, hired or borrowec contractor. The coverage shall contain no special limitations on the scope of protection a\ the City, its officials, employees or volunteers. All additional insured endorsements evidenced using separate documents attached to the certificate of insurance; one for each affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the officials, employees and volunteers. Any insurance or self-insurance maintained by thc officials, employees or volunteers shall be in excess of the contractor's insurance and a * a contribute with it. em k# 7/17/98 Contract No. 3610 Page 28 of 12( c. to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to eact against whom claim is made or suit is brought, except with respect to the limits of the liability . (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be ( to state that coverage shall not be nonrenewed, suspended, voided, canceled, or re coverage or limits except after thirty (30) days' prior written notice has been given to thc certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or se retention levels must be declared to and approved by the City. At the option of the City, ei insurer shall reduce or eliminate such deductibles or self-insured retention levels as res1 City, its officials and employees; or the contractor shall procure a bond guaranteeing pa losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement sha a waiver of all rights of subrogation the insurer may have or may acquire against the City its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its p shall furnish separate certificates and endorsements for each subcontractor. Cover subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the bu insurance by the State of California Insurance Commissioner as admitted carriers as evidei listing in the official publication of the Department of Insurance of the State of Califorr 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 insur original endorsements affecting coverage required by this clause. The certifici endorsements for each insurance policy are to be signed by a person authorized by that bind coverage on its behalf. The certificates and endorsements are to be in forms approv City and are to be received and approved by the City before the Contract is executed by thl (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be in the Contractor's bid. " 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be re accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1,i (commencing with section 20104) which are incorporated by reference. A copy of Arti included in the Special Provisions I section. The contractor shall initially submit all cl: $375,000 to the City using the informal dispute resolution process described in Public Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the Government Code) for any claim or cause of action for money or damages prior to filing ai for breach of this agreement. Any failure to comply with reporting provisions of the policies shall not affect coverage e @ ' rl) *m %$ 7/17/98 Contract No. 3610 Page 29 of 121 (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted tc must be asserted as part of the contract process as set forth in this agreement an anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, i considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly I false claim to a public entity. These provisions include false claims made with deliberate i! of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to t Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a fa may subject the Contractor to an administrative debarment proceeding wherein the Contra be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections : 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by referc (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that deba another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subc from participating in future contract bidding. I have read and understand all provisions of Section 11 above. 12. Maintenance of Records. Contractor shall maintain and make available at no cc City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's princi of business as specified above, Contractor shall so inform the City by certified letter accor the return of this Contract. Contractor shall notify the City by certified mail of any change o of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing wit1 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be si for any monies withheld by the City to secure performance of this contract for any ( established by this contract. Any other security that is mutually agreed to by the Contract0 City may be substituted for monies withheld to ensure performance under this Contract. 15. Provisions Required by Law Deemed Inserted. Each and every provision oi clause required by law to be inserted in this Contract shall be deemed to be inserted hc included herein, and if, through mistake or otherwise, any such provision is not inserted, correctly inserted, then upon application of either party, the Contract shall forthwith be 1 amended to make such insertion or correction. II) /?\I (Initial) 0 0 e- \$ 7/17/98 Contract No. 361 0 Page 30 of 12( 16. Additional Provisions. Any additional provisions of this agreement are set forl "General Provisions" or "Special Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MI ATTACHED -* (CORPORATE SEAL) CONTRACTOR: PATRICK WIEDENFELD, OWNER (print name and title) By: (sign here) (print name and title) 0 President or vice-president and secretary or assistant secretary must sign for corporation one officer signs, the corporation must attach a resolution certified by the secretary or secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL City Attorney By: 4 *m $S 7/17/98 Contract No. 3610 Page 31 of 12( .- . Bond No- P279 31 72 premium: Incl Performance Bc V T a LABOR AND MATERIALS BOND WHEREAS, the City Council uf thc City o€ Carlsbad, State of California, by NO. - , adopted NOVEMBER, 17, 1398 J has SlERRR ELECTRIC (hereinafter designated as the "Principal"), a Contract for: TRAFFIC SIGNALS AT R0IWIERIASTREfXiI-A COSTA AVENUE VlEJO CAST'ILLA WAYILA COSTA AVENUE AND CADENCIA STREET/LA COSTA AVENUE CONTRACT NO. 3610 in the City of Carlsbad, in strict conformity with the drawings and specifications, and o Documents now OR file in the Office of the City Clerk af the City of Carfsbad and all incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the t require the furnishing of a bond, providtng that if Principal or any of their subcontractoi pay for any materials, provisions, provender or ather supplles or teams used in, upon performance of the work agreed to be done. or far any work or labor done thereon of Surety on this bond will pay the same to the extent hereinafter set forth. as Principai, (hereinafter dEsignated as the "Co?ikAx"), and Reliance WetY CC as Surety. arc held firmly bound unto the City of Cnrlsbad in the sum of ONE HUN ($ 123do )I said sum being fif[y percent (50%) of the estimated am~~ the City of Carlsbad under the terns of the Contmct, for which payment well and tml we bind ourr;elves, our heirs, executors and administratom. stlcc[?ssors, OT assign evera ally, firmly by these presents. THE CONDITION OF THIS ORLIGATION IS SUCH that if the person ar hisher sub0 fa pay for any materials, provisions, provender, supplies, or teams used in, upon, for performance of the work conbcted to be done. or for any ather work or labor thereal or for amounts due under the Unemploymcnt Insurance Code with respect to such wo for any amounts required fo be deducted, withheld. and paid over to the ErnpIoyment Department from the wages of employees of the contmctor and wbconhctors pursu 13020 of the Unemployment Insurance Code with respect to such work and labor that 1 pay for the same, not to exceed the sum specified in the bond, and, aka. in case E upan the band. msb and reasonable expenses and fees, including reasonable attor be fixed by the caurt, as rcqulred by the provisions of sectJon 3248 of the California Ci! This bond shall inure to the benefit of any and all persons, companies and carpomtic flle claims under TUe 15 of Part 4 of Division 3 of the Civil Code (commencing with sa Surety stipulates and agrees that no change, extension of time, alteration or addition 1 the Contract, or to the work to be performed thereunder or ihe specifications accc same shall affect its obligations on ttils bond, and it does hereby waive notice u extension of time, alterations or addihn to the terms of the contract or to the \I specifications. NOW. THEREFORE, WE, s I FH-A Er q IC T H REE THOU SAND FIVE 1-1 U N D RED N I N LTY ------------------------ e QL e p4 711719a Contract No. 3670 Page 32 --"."-,."..,-..,--,.,- ..."..""...." .__." ..-- ....- __.__.--I --.I-- .....------- -- ..-..I *. I I In the event that Contmctor is an individual; it is agreed that the death of any sukh Cmtl not exonerate the Surety Imm its obligations under his bond. Executed by CONTRACTOR thls First Executed by SUR€TY this First dayof --- - - CONTRACTOR: SURETY: Sierra Electric Reliance surety Company 0 -.t q9. IhXmber ,1998. .L December (name of Contractor) (name af Surety) -. 4275 Executive !Square #7Ob,l (address of Surely) (619) 535-0726 'f (telephone number of Surety) /; 4 .. ~ By: 1 y55 /fl,L /~~~&---~ ~ ----, ( I itle and Qrgan-mhn of Slgnabry) (sgnatu're oVhttomey-in-Fact) Anne Wright (printed name of Attome)r-Ir!-Fa$ (Attach corporate resollrtion shcrw power of attorney.) a (print name here) (Title and Obanization of signatory) CbdtG~CLC. I 5 1 f/L124 &f& Lm c (Proper notartat acknawledgment af exccution by CQNTRACTOR and SURETY must bt (President at vice-president and secretary or assistant secretary must sgn far corporal one officer signs, the cMporafion must attech a reriolutjon certified by the secretary secretary under corporate seal empowerhg that afficer ta bind the corpomtlon.) APPROVED AS TO FORM: RONALD R. BALL Ciiy Attorney Ry: a @ 7117198 C&xt No. 361 0 Page 35 I I CAilFbRNlA ALL-PURPOSE ACKNOWLEDGMENT State of CAIJFO~IA Countyof SAN DIEm On December 1, 1998 before me, DANA L. MICHAELIS, NOTARY PUBLIC Date Name and Title of Oflicer (e.9.. "Jane Doe, Notary Public") Narne(s) of Signer($ personally appeared ANNE WRIGHT IC personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the perso whose name(s) is/are subscribed to the within instrun and acknowledged to me that he/she/they executed same in his/her/their authorized capacity(ies), and th: his/her/their signature(s) on the instrument the persot or the entity upon behalf of which the person(s) ac executed the instrument. WITNESS my hand and official seal. OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could pr6 fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Anne Wriuht 0 Individual Individual 0 Corporate Officer Partner - 0 Limited 0 General 0 Corporate Officer 0 Partner - 0 Limited 0 General Attorney-in-Fact 0 Guardian or Conservator Title(s) : 0 Guardian or Conservator Signer Is Representing: Signer Is Representing: Reorder: Call To1 0 1995 National Notary Association * 8236 Remrnet Ave., P.O. Box 7184 - Canoga Park, CA 91309-7184 Prod. No. 5907 CE NATIONAL INDEMNITY POWER OF ATTORNEY OW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a cor nd by the authority of Article VI1 of the By-La INSURANCE COMPANY, and RELIANCE NAT 11- EXECUTION OF BONOS AND UNDERTAKINGS any Senior Vice President, any Vice President or Assistant Vice President or other officer designat seal is not necessary for the validity of any bonds izances, contracts of indemnity or other condit Laws of the Company or any article or section tl facsimJe.and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and bin o any bond or undertakin ent for the purpose therein contain1 nd affixed the seals of said Companies this Assistant Secretary s c .. .. Bond No- P279 31 72 - Premium: $4,944.00 F I a FAITHFUL PERFQRMANCENVARMNTY BOhD WHEREAS. the City Council of the City of Cartsbad, State af Callfornta, by designeted as the "Principal'), a Contract for: No. 98-380 , adopted NOVWFR 17- r?gR +, has i SlFM Fr UC I v TRAFFIC SIGNALS AT ROMERIA STREETIIA COSTA AVENUE VlEJO CASTILLA WAYILA COSTA AVENUE AND CADENClA STREETLA COSTA AVENUE CONTRACT NO. 3610 In the City of Carlsbad, in strict conformity with thc contract. the drawings and specific other Contmd Docum~nhs now on file in tfic Office of the City Clerk of ihe Clty of Carl which are incorporated herein by this ref WXV2B. - WHEREAS, Principal has executed or is about to execute said ConMct and the €e require the furnlshlng of a bond for me faithful performance and warranty of said Contrac NOW, THEREFORE, WE, SLF~A I=) Fr-t-nrn ,a (hereinafter designated as the "Contractor"), and Reliance Surety Company , as Surely, are held and firmly baund unto the City I iA"sLWWRE' T-"RT' SEVEN rHo%MM (3 247,780.0u 1, said sum To one hundred percent (100%) uf the estimated amount of the Contract, to be paid ti certain attorney, its successorS and assigns; for which payment. we\\ and truly to be mg ourselves, our heits, execuiors and administrators, su~;c?ssu~s or assigns, jointly an firmty by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Cord heirs. executors. administrators. successm or assigns, shall in all things stand to and a1 well md truly kccp and perform the covenants, conditions, and agreements in fhe Contr allemlion thereof made as therein provided on their part. to be kept and performed at t in the manner therein specified, and in all raspects according to lheir true intent and m shall indemnify and save harmless the City af Carfsbad. its officers, employees ant therein stipulated, then this obligation shall became null and void: otherwise it shall n force and effect. AS a part of the obligation secured hereby and in addifion to the face amount spw5 there shall be included msts and reasonable expenses and fees, including monat fees, incurred by the City in successfully enforcing such obligation. all to be taxed : Included in any judgment rendered. Suraty stipulates and agrees that no change. extension of time, alteration ar addition tc the Contract, or to the work to be pWfcIrM@d thereunder or the specificationc 3 ilccor same shall affect it3 obligation$ an this bond, and it dnes hereby waive notice of extenston of time, alterations or addifion to tf~c terms of the contract or to the WI specifilcalions s ONE HUNDRED EIGHTY 0 ' l 0 G m7ma Contract No. 3610 Page 340 ._ .. 1 In the event that Contmctor is an individual; it is agreed that the death of any suih Contl not exonerate the Sureiy from 8s obligations under this bond. Executed by CONTRACTOR thls First Exacuted by SURETY this -First lkamber day of AT- __ - , CONTRACTOR: SURETY Sierra Electric Reliance Surety Company a A -a DeCembx 1998 . I_ (name of Contractor) (name af Surety) - 4275 Becutive !3qua re #700,1 (address of Surety) (619) 535-0726 'I (telephone number of Surety) ,/I ,I , . By::,// ;[$ f. i,/ &,i[-- ( I !tie and ~rgan&iian Or signatory) (signature of Attorney-in-Fact) Anne Wright {printed name of Attorney-ln-Fac! (Attach corporate resolulion shau power of attorney.) e C,&GPdLf? , Sla&e/q ticcmc (Titie and Or(janization of signatory) (Propar notarla1 acknawledgrnent of exccution by CONTRACTOR and SURETY must be (President or vice-president and secretary or assistant secretary must sign far carporat one officer signs, the carporation must attach a resolution certified by the secretary secretary under carporate seal empowering that officer ta bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney Ry: J OBALPI, Assistant City Attorney a @ 7/17/98 C&act No. 361 0 Page 35 c ' CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT County of SAN DIEGO before me, DANA L. MICHAELIS, NOTARY PUBLIC Date Name and Title of Officer (e.g.. "Jane Doe, Notary Public") Name($ 01 Signet(s) personally appeared ANNE WRIGHT Kl personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the persc whose name(s) idare subscribed to the within instrur and acknowledged to me that he/she/they executec same in his/her/their authorized capacity(ies), and th; his/her/their signature(s) on the instrument the perso or the entity upon behalf of which the person(s) a( executed the instrument. WITNESS my hand and official seal. Though the information below is not required by law, it may prove valuable to persons relying on the document and could prc fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Anne Wriuht 0 Individual 0 Individual 0 Corporate Officer 0 Partner - 0 Limited 0 General Tit le (s) : 0 Partner - 0 Limited 0 General 0 Guardian or Conservator 0 Guardian or Conservator Signer Is Representing: Signer Is Representing: 0 1995 National Notary Association 8236 Rernrnet Ave., P.O. Box 7184 * Canoga Park, CA 91309-7184 Prod. No. 5907 Reorder: Call To1 CE NATIONAL INDEMNITY DMINISTRATNE OFFICE, PHI NNSY LVANlA and all bonds and unde kings and other writings other of such officers, an granted under and by the authority of Article VI1 of the By-Laws of RELIANCE SUR AttorneyWin-Fact at any time and revoke the power and authority given to them. -Laws of the Company or any article or section tl wledged himself to be the Vicc c Insurance Company, and Reli, for the purpose therein contain nd affixed the seals of said Companies this "_ H 9 RIDER 0 TO BE ATTACHED TO AND FORM PART OF BOND NO. D279 31 72 PRINCIPAL Sierra Electric AMOUNT $247,180.00 IN FAVOR OF The Citv of Carlsbad IS AGREED THAT: This Rider is to change the Principal Signature from: Doreen T. Wiedenfield TQ: Patrick Wiedenf ield THIS RIDER IS EFFECTIVE December 1st 1998 Signed and dated this Sixth day of January , 19 99 - I 1 _-- I-' Patrick Wiedenfiel Reliance Surety Comg BY: a County of SAN DIEGO On JW 6, 1999 before me, DANA L. MICHAELIS, NOTARY PUBLIC Name and Title of Officer (e g , "Jane Doe, Notary Public ) Dale personally appeared ANNE WRIGHT IC personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the persc whose name(s) idare subscribed to the within instrur and acknowledged to me that he/she/they executed same in his/her/their authorized capacity(ies), and th: his/her/their signature(s) on the instrument the persoi or the entity upon behalf of which the person(s) ac executed the instrument. WITNESS my hand and official seal. Name(s) of Signer(s) r Though the information below is not required by law, it may prove valuable to persons relying on the document and could prf fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: &der bt wi&ienfidd Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacityties) Claimed by Signer(s) Anne Wrisht 0 Individual 0 Individual 0 Corporate Officer 0 Partner - 0 Limited 0 General 0 Partner - Limited General U Corporate Officer Title( s) : 0 Attorney-in-Fact 0 Guardian or Conservator 0 Guardian or Conservator Signer Is Representing: Signer Is Representing: Reorder Call To1 0 1995 National Notary Association - 8236 Remrnet Ave , PO Box 7184 - Canoga Park, CA 91309-7184 Prod No 5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT personally appeared whose name(s) is/are subscribed to the within instrumei and acknowledged to me that he/she/they executed th same in his/her/their authorized capacity(ies), and that t his/her/their signature(s) on the instrument the person(s or the entity upon behalf of which the person(s) actec executed the instrument. Though the information below is not required by law, it may prove valuable to persons relying on the document and could prever fraudulent removal and reattachment of this form to another document. Description of Attached Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) i ’.* f’ . Signer’s Name: ;$!& e;b Lu,-& i~&,~~,:&~ Signer’s Name: Individual 0 Corporate Office: Title( s) : 0 Partner - 0 Limited 0 General 0 Partner - 0 Limited CI General 0 Attorney-in-Fact 0 Guardian or Conservator 0 Guardian or Conservator Signer Is Representing: Signer Is Representing: 0 1995 National Nolaty Association * 8236 Remmet Ave., P.O. Box 7184 - Canoga Park, CA 91309-71W Prod. No. 5907 Reorder: Call Toll-Frei CITY OF CARLSBAD Purchasing Department 1200 Carlsbad Village Drive Carlsbad CA 92008 REPRESENTATION AND CERTIFICATION m The following representation and certification shall be completed, signed and returned tc Carlsbad as a part of the bid package. REPRESENTATIONS: Mark all applicable blanks. This offeror represents as part of this offer that the YES NO X ownership, operation and control of the business, in accordance with the specific definitions listed below is: Are you currently certified by CALTRANS? Certification #: CERTIFICATION OF BUSINESS REP RES E NTATlO N 6): Mark all applicable blanks. This offeror repre part of this offer that: This firm is-, is notL a minority busine: This firm is-, is notL a woman-owned t WOMAN-OWNED BUSINESS: A woman-ov ness is a business of which at least 51 ~ owned, controlled and operated by a woman ( Controlled is defined as exercising the powe policy decisions. Operation is defined a involved in the day-to-day management. FIRM'S PRIMARY PRODUCTS OR SERVICE DE FIN IT10 N S: MINORITY BUSINESS ENTERPRISE: "Minority Business" is defined as a business, at least 51 percent of which is owned, operated and controlled by minority group members, or in the case of publicly owned businesses, at least 51 percent of which is owned, operated and controlled by minority group members. The Small Business Administration CoNSTRUCTloN CoNTRACToR: defines the socially and economically disadvantaged (minorities) as Black American, Hispanic American, CLASSIFICATIoN(S): '-I o Native Americans (Le. American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian-Pacific Japan, China, the Philippines, Vietnam, Korea, TAXPAYERS I.D. No* Samoa, Guam, the U.S. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia and Taiwan). CERTIFICATION: The information furnished is certified to be factual and correct as of the date submitted. ELECTRICAL CONTRACTING e 7331 24 LlCENSE NUMBER: Americans (Le., U.S. Citizens whose origins are from 33-0723404 SIERRA ELECTRIC PATRICK WIEDENFELD COMPANY NAME 2295 NEEDHAM RD #45 ADDRESS EL CAJON CA 92020 CITY STATE AND ZIP 61'9 287-5008 TELEPHONE NUMBER DATE 0 *= ts 7/17/98 Contract No. 3610 Page 36 of 12t OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbe address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "C whose ad hereinaf "Contractor" and whose ac he 8 called " Escrow Agent . " For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of C the contractor has the option to deposit securities with the Escrow Agent as a sub: retention earnings required to be withheld by the City pursuant to the Construction Contrac into between the City and Contractor for the Traffic Signals at Romeria StreetlLa Costa Viejo CastillalLa Costa Avenue, and Cadencia StreetlLa Costa Avenue, Contract No. 36' amount of dated (hereinafter referred "Contract"). Alternatively, on written request of the contractor, the City shall make paymei retention earnings directly to the escrow agent. When the Contractor deposits the secur substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of tht The Escrow Agent shall maintain insurance to cover negligent acts and omissions of th agent in connection with the handling of retentions under these sections in an amount not $100,000 per contract. The market value of the securities at the time of the substitution : least equal to the cash amount then required to be withheld as retention under the terr contract between the City and Contractor. Securities shall be held in the nami owner. 2. The City shall make progress payments to the Contractor for such funds which otherw be withheld from progress payments pursuant to the Contract provisions, provided that th Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the escrow agent, th agent shall hold them for the benefit of the contractor until such time as the escrow crea this contract is terminated. The contractor may direct the investment of the paym securities. All terms and conditions of this agreement and the rights and responsibiliti parties shall be equally applicable and binding when the City pays the escrow agent directl! 4. The contractor shall be responsible for paying all fees for the expenses incurred by th Agent in administering the Escrow Account and all expenses of the City. These expe payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escro interest earned on that interest shall be for the sole account of Contractor and shall be I withdrawal by Contractor at any time and from time to time without notice to the City. rl) , and shall designate the Contractor as the e e- r.? 7/17/98 Contract No. 361 0 Page 37 of 121 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow only by written notice to Escrow Agent accompanied by written authorization from City to tht Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contrac 7. The City shall have a right to draw upon the securities in the event of default by the Co Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrc shall immediately convert the securities to cash and shall distribute the cash as instruct€ City. 8. Upon receipt of written notification from the City certifying that the Contract is final and 1 and that the Contractor has complied with all requirements and procedures applicabl Contract, the Escrow Agent shall release to Contractor all securities and interest on der escrow fees and charges of the Escrow Account. The escrow shall be closed immedial 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 c pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor E Escrow Agent harmless from Escrow Agent's release, conversion and disbursemen securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receiv notice on behalf of the City and on behalf of Contractor in connection with the foregc exemplars of their respective signatures are as follows: For City: Title @ Name Signature Address e For Contractor: Title Name Signa tu re Address For Escrow Agent: Title Name Signature Address At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escr a fully executed counterpart of this Agreement. 0 *w t? 7/17/98 Contract No. 3610 Page 38 of 12( IN WITNESS WHEREOF, the parties have executed this Agreement by their proper office date first set forth above. For City: Title e Name Signature Address For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address e a *w t? 7/17/98 Contract No. 3610 Page 39 of 12( SPECIAL PROVISIONS FOR TRAFFIC SIGNALS AT ROMERIA STREETILA COSTA AVENUE VIEJO CASTILLA WAYILA COSTA AVENUE AND CADENCIA STREETILA COSTA AVENUE a CONTRACT NO. 3610 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUC' PART 1, GENERAL PROVISIONS SECTION 1 -- TERMS, DEFINITIONS ABBREVIATIONS AND SYMB 1-1 TERMS Add the following section: 1-1 .I Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "sct or words of similar import are used, it shall be understood that reference is made to t accompanying these provisions, unless stated otherwise. Add the following section: 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar ir used, it shall be understood that the direction, designation or selection of the Engineer is unless stated otherwise. The word "required" and words of similar import shall be unde mean "as required to properly complete the work as required and as approved by the E unless stated otherwise. Add the following section: 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", words of similar import are used, it shall be understood such words are followed by the e: "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", '2 "acceptance", or words of similar import are used, it shall be understood that the acceptance, or similar import of the Engineer is intended. Add the following section: 1-1.4 Perform. The word "perform" shall be understood to mean that the Contracl expense, shall perform all operations, labor, tools and equipment, and further, incli furnishing and installing of materials that are indicated, specified or required to mean Contractor, at its expense, shall furnish and install the work, complete in place and reac including furnishing of necessary labor, materials, tools, equipment, and transportation. rl) * e* r,s 7/17/98 Contract No. 361 0 Page 40 of 12 1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, : 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 hidher approved representative Dispute Board - persons designated by the City Manager to hear and advise the City Mar claims submitted by the Contractor. The City Manager is the last appeal level for informal resolution. Engineer - the Public Works Director of the City of Carlsbad or hidher approved represe 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 Contract Price bid. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who a directed, supervised and paid by the Contractor to accomplish the completion of the Work. such employees have their employment taxes, State disability insurance payments, S Federal income taxes paid and administered, as applicable, by the Contractor. When Section 2-3.1 ”own organization” means construction equipment that the Contractor owns ( and uses to accomplish the Work. Equipment that is owner operated or leased equipmen operator is not part of the Contractor’s Own Organization and will not be included for the p~ 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 who is employed by neither the Contractor nor a subcontractor and is neither an agent or e of the Agency or a public utility. Principal Inspector - The Senior Inspector’s immediate supervisor and second level of a1 informal dispute resolution. Project Inspector - the Engineer’s designated representative for inspection, contract admir and first level for informal dispute resolution. Senior Inspector - the Project Inspector’s immediate supervisor and first level of ai informal dispute resolution. (I) @ 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 the Contractor to complete 50 percent of the contract price with its own organization, tht may at its sole discretion elect to cancel the contract or to deduct an amount equal to IO p the value of the work performed in excess of 50 percent of the contract price by other Contractor’s own organization. The City Council shall be the sole body for determina violation of these provisions. In any proceedings under this section, the prime contractor entitled to a public hearing before the City Council and shall be notified ten (IO) days in ac the time and location of said hearing. The determination of the City Council shall be final. @ em t@ 7/17/98 Contract No. 3610 Page 41 of 120 2-4 CONTRACT BONDS, modify the second sentence of paragraph one as follows: Delc "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 faitt performance/warranty bond and payment bond (labor and materials bond) for this contract. 1 faithful performance/warranty bond shall be in the amount of 100 percent of the contract price i the payment bond shall be in the amount of 50 percent of the contract price. Both bonds SI extend in full force and effect and be retained by the Agency during this project until they ( released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 d; after recordation of the Notice of Completion and will remain in full force and effect for the one yc warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. T payment bond shall be released six months plus 30 days after recordation of the Notice Completion if all claims have been paid. Add the following: All bonds are to be placed with a surety insurance carrier admitted a authorized to transact the business of insurance in California and whose assets exceed th liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain t following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, 2) A certified copy of the certificate of authority of the insurer issued by the insuran If the bid is accepted, the Agency may require a financial statement of the assets and liabilities the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of ti execution of the bond. The financial statement shall be made by an officer's certificate as defined Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement m; be verified by the oath of the principal officer or manager residing within the United States. other instrument entitling or authorizing the person who executed the bond to do so. commissioner. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General, add the following: The specifications for the work include the Standai Specifications for Public Works Construction, (SSPWC), 1997 Edition, hereinafter designate "SSPWC", as written and promulgated by Joint Cooperative Committee of the Southern Californ Chapter American Public Works Association and Southern California Districts Associated Gener Contractors of California, and as amended by the Special Provisions section of this contract. The construction plans consist of five (5) sheets The standard drawings used for this project are tt latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRS, i issued by the San Diego County Department of Public Works, together with the City of CarlsbE Supplemental Standard Drawings. Copies of some of the pertinent standard drawings are encloss as an appendix to these Special Provisions. 2-5.2 Precedence of Contract Documents, add the following: Where CALTRANS specification are used to modify the SSPWC or added to the SSPWC by any of the contract documents th CALTRANS specifications shall have precedence only to the materials and construction material referred to in the CALTRANS specifications. The Invitation to Bid, Contract for Public Works, Part of these Special Provisions and Part 1 of the SSPWC in the order of precedence in section 2-5.2 c the SSPWC shall prevail over the CALTRANS specifications in all other matters. ern e@ 7/17/98 Contract No. 3610 Page 42 of 120 Pages 2-5.3.3 Submittals, add the following: When submitted for the Engineer's reviev Drawings shall bear the Contractor's certification that the Contractor has reviewed, check approved the Shop Drawings and that they are in conformance with the requirement: Contract Documents. The Contractor shall subscribe to and shall place the following certific all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that p to be incorporated into this Project, is in compliance with the Contract Documents, can be 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 " record set of blue-line prints, which shall be corrected in red daily and show every change original drawings and specifications and the exact "as-built'' locations, sizes and kinds of eq underground piping, valves, and all other work not visible at surface grade. Prints for this may be obtained from the Agency at cost. This set of drawings shall be kept on the job and used only as a record set and shall be delivered to the Engineer upon completion of thi Payment for performing the work required by section 2-5.4 shall be included in various bid it1 no additional payment will be made therefor. @ 2-9 SURVEYING. 2-9.1 Permanent Survey Markers, substitute the following: The Contractor shall no permanent survey monuments or benchmarks without the consent of the Engineer. WI Engineer concurs, in writing, with the Contractor that protecting an existing monument in impractical, the Contractor shall employ a licensed land surveyor or a registered civil ( authorized to practice land surveying within the State of California, hereinafter surveyor, to f the location of the monument before it is disturbed. The Contractor shall have the mc replaced by the surveyor no later than thirty (30) days after construction at the sitc replacement is completed. The surveyor shall file corner record(s) as required by §§ 8 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 permanent survey monument is located, the Contractor shall adjust the monument frame a to the new grade within 7 days of paving unless the Engineer shall approve otherwise. M frames and covers shall be protected during street sealing or painting projects or be clean satisfaction of the Engineer. 2-9.3 Survey Service, substitute the following: . The Contractor shall hire and pa services of a surveyor to perform all work necessary for establishing control, construction records research and all other surveying work necessary to construct the work, provide I services as required herein and provide surveying, drafting and other professional services to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the si all surveying operations and shall personally supervise and certify the surveying work. 0 e QIt. %# 7/17/98 Contract No. 361 0 Page 43 of 120 Add the following section: 2-9.3.1 Submittal of Surveying Data, All surveying data submittals shall conform to 1 requirements of section 2-5.3.3, “Submittals”, herein. The Contractor shall submit grade sheets the Engineer before commencing work in the area affected by the grade sheets. The Contrac shall submit field notes for all surveying required herein to the Engineer within ten days performing the survey. All surveying field notes, grade sheets and survey calculations shall submitted in bound form on 215mm by 280 mm (8’”” by 11”) paper. The field notes, calculatic and data shall be clear and complete with name of the surveyor, the party chief, field cr members, preparer of the field notes or calculations. They shall be annotated with the date observation or calculation, be numbered with consecutive page numbers and shall be readal without resort to any electronic aid, computer program or documentation for any computer progra The field notes shall be prepared in conformance with the CALTRANS “Surveys Manual”. T Contractor shall have a Record of Survey prepared by the surveyor and file it in conformance w 5s 8700 - 8805 of the State of California Business and Professions Code when the surve) performs any surveying that such map is required under 55 8762 of the State of California Busine and Professions Code and whenever the Surveyor shall establish, set or construct any permanc survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and nz (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, accessory to, property corners and street centerlines are permanent survey monuments. T Record of Survey shall show all monuments set, control monuments used, the basis of bearings a all other data needed to determine the procedure of survey and the degree of accuracy attained the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure sh not exceed 1 part in 40,000. The record of survey shall show the location and justification location of all permanent monuments set and their relation to the street right-of-way. Record@) Survey(s) shall be submitted for the Engineer’s review and approval before submittal to the Cour Surveyor and before submittal to the County Recorder. Add the following section: 2-9.3.2 Survey Requirements, The Contractor shall perform all necessary surveying to install tl traffic signals. Add the following section: 2-9.3.3 Payment for Survey, Sections 2-9.1 through 2-9.3.2 shall be included in the lump sum price bid for the traffic signals ar no other compensation will be made therefor. Payment for work performed to satisfy the requirements 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 copic of all records in the Contractor’s or subcontractor’s possession pertaining to the work that tt Engineer may request. Add the following section: 2-10.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to tt Engineer, within San Diego County, accurate books and accounting records relative to all i activities and to contractually require all subcontractors to this Contract to do the same. Tt Engineer shall have the right to monitor, assess, and evaluate Contractor’s and its subcontracto performance pursuant to this Agreement, said monitoring, assessments, and evaluations to includ but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviev of Contractor’s staff and the staff of all subcontractors to this contract. At any time during norm business hours and as often as the Engineer may deem necessary, upon reasonable advanc notice, Contractor shall make available to the Engineer for examination, all of its, and t 4- rrs 7/17/98 Contract No. 3610 Page44of120 Pages subcontractors to this contract, records with respect to all matters covered by this Contraci permit the Engineer to audit, examine, copy and make excerpts or transcripts from such I records, and to make audits of all invoices, materials, payrolls, records of personnel, and oi relating to all matters covered by this Contract. However, any such activities shall be carri a manner so as to not unreasonably interfere with Contractor’s ongoing business op Contractor and all subcontractors to this contract shall maintain such data and records foi as may be required by applicable laws and regulations. (I) SECTION 3 -0 CHANGES IN WORK 3-3 EXTRA WORK. 3-2.2.1 Contract Unit prices, add the following: In the case of an increase or dec quantity of a minor bid item in excess of 25 percent of the original quantity bid the adjus contract unit price for such items will be limited to that portion of the change in excess of 2C of the original quantity listed in the Contractor’s bid proposal for this contract. Adjust1 excess of 25 percent may, at the option of the Engineer, be paid pursuant to section 3 Work. 3-3.2.2 ( c ) Tool and Equipment Rental, Rega ownership, the rates and right-of-way delay factors to be used in determining rental and de shall be the edition of the, “Labor Surcharge & Equipment Rental Rates” published by CAL current at the time of the actual use of the tool or equipment. The right-of-way delay factor shall be used as multipliers of the rental rates for determining the value of costs for del: Contractor and subcontractors, if any, The labor surcharge rates published therein are not this contract. 3-3.2.3 Markup, (a) and shall constitute the markup for all overhead and profits: I) 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 i compensation for bonding. (b) When all or any part of the extra work is perform Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractoi cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portic extra work and a markup of 5 percent on work added in excess of $5,000 of the subcc portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor, Pa) extra work will not be made until such time that the Contractor submits completed daily rei all supporting documents to the Engineer. second paragraph, modify as follows: Delete sections 3-3.2.3 (a) and (b) and replace with the following: 0 Work by Contractor. The following percentages shall be added to the Contractc Work by Subcontractor. add the following after the second sentence: 0 e= %@ 7/17/98 Contract No. 361 0 Page 45 of 120 3-4 CHANGED CONDITIONS. delete the second sentence of paragraph three, delete paragrz five (5), and add the following: The Contractor shall not be entitled to the payment of any additio compensation for any act, or failure to act, by the Engineer, including failure or refusal to issuc change order, or for the happening of any event, thing, occurrence, or other cause, unless Contractor shall have first given the Engineer due written notice of potential claim as hereinal specified. Compliance with this section shall not be required as a prerequisite to notice provisions Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences measurement or errors of computation as to contract quantities. The written notice of potential cl; for changed conditions shall be submitted by the Contractor to the Engineer upon their discovl and prior to the time that the Contractor performs the work giving rise to the potential claim. 7 Contractor's failure to give written notice of potential claim for changed conditions to the ager upon their discovery and before they are disturbed shall constitute a waiver of all claims connection therewith. The Contractor shall provide the City with a written document containing a description of 1 particular circumstances giving rise to the potential claim, the reasons for which the Contrac believes additional compensation may be due and nature of any and all costs involved within working days of the date of service of the written notice of potential claim for changed condition Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims A Government Code Sections 12650-1 2655. "The undersigned certifies that the above statements are made in full cognizance of the Califorr False Claims Act, Government Code sections 12650-1 2655. The undersigned further understani and agrees that this potential claim, unless resolved, must be restated as a claim in response to tl City's proposed final estimate in order for it to be further considered." By: Title: Date: Company Name: The Contractor's estimate of costs may be updated when actual costs are known. The Contract shall submit substantiation of its actual costs to the Engineer within 20 working days after tl affected work is completed. Failure to do so shall be sufficient cause for denial of any clai 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 ( the contract be brought to the attention of the Engineer at the earliest possible time in order thi 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 4 potential claim prior to commencing any disputed work. Failure to give said notice shall constitute waiver of all claims in connection therewith. em tS 7/17/98 Contract No. 3610 Page 46 of 120 Pages Delete second sentence of paragraph one and add the following: Prior to proceeding witt resolution pursuant to Public Contract Code provisions specified hereinafter, the contrac attempt to resolve all disputes informally through the following dispute resolution chain of COI 1. Project Inspector 2. Senior Inspector 3. Principal Inspector 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completior disputed work stating its position on the claim, the contractual basis for the claim, along documentation supporting the costs and all other evidentiary materials. At each level of appeal of claim the City will, within 10 working days of receipt of said claim or appeal c review the Contractor's report and respond with a position, request additional information or that the Contractor meet and present its report. When additional information or a me requested the City will provide its position within 10 working days of receipt of said ac information or Contractor's presentation of its report. The Contractor may appeal eact position up to the City Manager after which the Contractor may proceed under the provisior Public Contract Code. The authority within the dispute resolution chain of command is limited to recommet resolution to a claim to the City Manager. Actual approval of the claim is subject to the chanc provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance v procedures in the Public Contract Code, Division 2, Part 3, Chapter 1 , Article I .5 (comrnenc Section 201 04) which is set forth below: 0 0 ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(l) This article applies to all public works claims of three hundred seventy-five tt- 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 contractoi public agency when the public agency has elected to resolve any disputes pursuant to Art (commencing with Section 10240) of Chapter 1 of Part 2. (b)(l) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, that "public work" does not include any work or improvement contracted for by the state Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) pay1 money or damages arising from work done by, or on behalf of, the contractor pursuant contract for a public work and payment of which is not otherwise expressly provided for claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by tt agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifit 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. a 4% tl# 7/17/98 Contract No. 3610 Page 47 of 120 P 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 clai Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended extend the time limit or supersede notice requirements otherwise provided by contract for the fill of claims. (b)(l) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond writing to any written claim within 45 days of receipt of the claim, or may request, in writing, wit1 30 days of receipt of the claim, any additional documentation supporting the claim or relating 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 1 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 submittea the claimant within 15 days after receipt of the further documentation or within a period of time greater than that taken by the claimant in producing the additional information, whichever is greatc (c)(l) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundi seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all writ claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipi the claim, any additional documentation supporting the claim or relating to defenses to the claim * local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to 1 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 submittec the claimant within 30 days after receipt of the further documentation, or within a period of time greater than that taken by the claimant in producing the additional information or reques documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respc within the time prescribed, the claimant may so notify the local agency, in writing, either within days of receipt of the local agency's response or within 15 days of the local agency's failure respond within the time prescribed, respectively, and demand an informal conference to meet i confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedul 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, claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chaptc (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. purposes of those provisions, the running of the period of time within which a claim must be f shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision until the time that claim is denied as a result of the meet and confer process, including any perioc time utilized by the meet and confer process. (9 This article does not apply to tort claims and nothing in this article is intended nor shall construed to change the time periods for filing tort claims or actions specified by Chapte (commencing with Section 900) and Chapter 2 (Commencing with Section 910) of Part 3 of Divi: 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims sub to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the c( shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both pari *w ta 7/17/98 Contract No. 361 0 Page 48 of 120 Page The mediation process shall provide for the selection within 15 days by both partic disinterested third person as mediator, shall be commenced within 30 days of the submil shall be concluded within 15 days from the commencement of the mediation unless requirement is extended upon a good cause showing to the court or by stipulation of both p the parties fail to select a mediator within the 15-day period, any party may petition the appoint the mediator. (b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pur Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Prc notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (A (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil prc shall apply to any proceeding brought under the subdivision consistent with the rules perk judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators ai for purposes of this article shall be experienced in construction law, and, upon stipulatioi parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of p; exceed their customary rate, and such fees and expenses shall be paid equally by the except in the case of arbitration where the arbitrator, for good cause, determines a different 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 Civil Procedure, any party who after receiving an arbitration award requests a trial de novo t not obtain a more favorable judgment shall, in addition to payment of costs and fees un chapter, pay the attorney’s fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the med 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is unc 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 any arbitration award or judgment. The interest shall begin to accrue on the date the suit is 1 court of law. @ arbitration process. @ 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 ar access to any and all parts of work at any time. Such free and safe access shall include mc safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertainin! safety of persons as contained in the State of California, California Code of Regulations, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Orders and such other safety regulations as may apply. Contractor shall furnish Engine such information as may be necessary to keep the Engineer fully informed regarding progre manner of work and character of materials. Inspection or testing of the whole or any portior work or materials incorporated in the work shall not relieve Contractor from any obligation this Contract. 4-1.4 Test of Materials, delete the phrase, “and a reasonable amount of retesting”, from sentence of the first paragraph. add the following: Except as specified in these Special Provisions, the Agency will bear the testing of locally produced materials and/or on-site workmanship where the results of su meet or exceed the requirements indicated in the Standard Specifications and the Provisions. The cost of all other tests shall be borne by the Contractor. 4- rr@ 7/17/98 @ Contract No. 361 0 Page 49 of 120 I At the option of the Engineer, the source of supply of each of the materials shall be approved by Engineer before the delivery is started. AI1 materials proposed for use may be inspected or testel any time during their preparation and use. If, after incorporating such materials into the Work, found that sources of supply that have been approved do not furnish a uniform product, or if product from any source proves unacceptable at any time, the Contractor shall furnish appro material from other approved sources. If any product proves unacceptable after improper stor; handling or for any other reason it shall be rejected, not incorporated into the work and shall 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 requirements of the specifications shall be borne by the Agency. Said tests may be made at place along the work as deemed necessary by the Engineer. The costs of any retests mi necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.6 Trade names or Equals, add the following: The Contractor is responsible for t satisfactory performance of substituted items. If, in the sole opinion of the Engineer, t substitution is determined to be unsatisfactory in performance, appearance, durability, compatibil with associated items, availability of repair parts and suitability of application the Contractor sh remove the substituted item and replace it with the originally specified item at no cost to t Agency. SECTION 5 0- UTILITIES 5-1 LOCATION. Add the following: The Agency and affected utility companies have, by a sea of known records, endeavored to locate and indicate on the Plans, all utilities which exist within limits of the work. However, the accuracy and/or completeness of the nature, size and/or locatior utilities indicated on the Plans is not guaranteed. 5-4 RELOCATION. Add the following: In order to minimize delays to the Contractor caused the failure of other parties to relocate utilities that interfere with the construction, the Contrac upon request to the Engineer, may be permitted to temporarily omit the portion of work affected the utility. Such omission shall be for the Contractor's convenience and no additional compensat will be allowed therefor. The portion thus omitted shall be constructed by the Contrac immediately following the relocation of the utility involved unless otherwise directed by the Engine 5-6 COOPERATION. Add the following: SECTION 6 0- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete subsection 6 and substitute the following: The Contractor shall begin work within1 0 calendar days after recei of the "Notice to Proceed". e- p,s 7/17/98 Contract No. 3610 Page 50 of 120 Pages Add the following section: 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engi set the time and location for the Preconstruction Meeting. Attendance of the Con management personnel responsible for the management, administration, and executior project is mandatory for the meeting to be convened. Failure of the Contractor to h Contractor’s responsible project personnel attend the Preconstruction Meeting will be grol default by Contractor per section 6-4. No separate payment will be made for the Con attendance at the meeting. The notice to proceed will only be issued on or after the comp the preconstruction meeting. Add the following section: 6-1.2.3 Bar Chart. As a part of the Baseline Construction Schedule the Contractor shall and submit to the Engineer a chart showing individual tasks and their durations arranged 1 tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use texture patterns or distinctive line types to show the critical path. e 6-2 PROSECUTION OF WORK. Add the following section: 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipm materials, and performing all operations necessary to complete the Project Work as showr Project Plans and as specified in the Specifications. The work includes construction of traffic at the intersections of La Costa Avenue/ Cadencia, La Costa Avenue/Romeria and L: AvenueNiejo Castilla and signing & striping plans. 6-6 DELAYS AND EXTENSIONS OF TIME. @ 6-6.4 Written Notice and Report. Modify as follows: The Contractor shall provide notice to the Engineer within two hours of the beginning of any period that the Contractor has any workers or equipment on standby for any reason that the Contractor has determine1 caused by the Agency or by any organization that the Agency may otherwise be obligated I Contractor shall provide continuing daily written notice to the Engineer, each workir throughout the duration of such period of delay. The initial and continuing written notict include the classification of each workman and supervisor and the make and model of each I equipment placed on standby, the cumulative duration of the standby, the Contractor’s op the cause of the delay and a cogent explanation of why the Contractor could not avoid the d reasonable means. Should the Contractor fail to provide the notice@) required by this sec 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 prosect work to completion within ninety (90) working days after the starting date specified in the Nc Proceed. 6-7.2 Working Day. Unless otherwise approved in writing by the Er the hours of work shall be between the hours of 7:OO a.m. and 4:OO p.m. on Mondays 1 Fridays, excluding Agency holidays. The Contractor shall obtain the written approval Engineer if the Contractor desires to work outside said hours or at any time during weekends holidays. This written permission must be obtained at least 48 hours prior to such wor Engineer may approve work outside the hours and/or days stated herein when, in his/h opinion, such work conducted by the Contractor is beneficial to the best interests of the Ageni Contractor shall pay the inspection costs of such work. Add the following: a e* $9 7/17/98 Contract No. 3610 Page 51 of 120 P 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 completed and all outstanding deficiencies that may exist are corrected by the Contractor and tt Engineer is satisfied that all the materials and workmanship, and all other features of the Wor meet the requirements of all of the specifications for the Work. Use, temporary, interim ( permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in V Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer w so certify to the Board. Upon such certification by the Engineer the Board may accept tt completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice I Completion" to be filed in the office of the San Diego County Recorder. The date of recordatic shall be the date of completion of the Work. Delete the first sentence of the third paragraph and substitute the following two sentences: E work shall be warranted for one (1) year after recordation of the "Notice of Completion" and ar faulty work or materials discovered during the warranty period shall be repaired or replaced by th Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retaine 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 senten of the second paragraph and add the following: For each consecutive calendar day in excess the time specified for completion of Work, as adjusted in accordance with 6-6, the Contractor st pay the Agency, or have withheld monies due it, the sum of five hundred ($500) per each calenc day beyond the project completion time specified in the notice to proceed. Execution of the Contract shall constitute agreement by the Agency and Contractor that fi hundred ($500) per day is the minimum value of costs and actual damages caused by t Contractor to complete the Work within the allotted time. Any progress payments made after t 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 tt have a rating in Best's Key Rating Guide of at least A-:V and are admitted and authorized conduct business in the state of California and are listed in the official publication of the Departmr of Insurance of the State of California. 7-4 WORKERS' COMPENSATION INSURANCE. Add the following: All insurance is to placed with insurers that are admitted and authorized to conduct business in the state of Califorr and are listed in the official publication of the Department of Insurance of the State of Californi Policies issued by the State Compensation Fund meet the requirement for workers' compensati insurance. 7-5 PERMITS. Except specified herein the agency will obtain, at no cost to the Contractor, all encroachment, right-of-wi grading, resource agency and building permits necessary to perform work for this contract Agency property, in streets, highways (except State highway right-of-way), railways or other righ of-way. Contractor shall not begin work until all permits incidental to the work are obtained. T Contractor shall obtain and pay for all permits for the disposal of all materials removed from 1 project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item a no additional compensation will be allowed therefor. Delete the first sentence and add the following four sentences: em rrs 7/17/98 Contract No. 361 0 Page 52 of 120 Pages 7-7 COOPERATION AND COLLATERAL WORK. 0 Add the following section: 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility co during the relocation or construction of their lines. The Contractor may be granted a time e if, in the opinion of the Engineer, a delay is caused by the utility company. No a compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control require shall also be executed on weekends and other non-working days when needed to pres1 health safety or welfare of the public. The Contractor shall conduct effective cleanup i control throughout the duration of the Contract. The Engineer may require increased I cleanup and dust control that, in hidher sole discretion, are necessary to preserve the healtl and welfare of the public. Cleanup and dust control shall be considered incidental to the work that they are associated with and no additional payment will be made therefor. 7-8.5 Temporary Light, Power and Water. Add the following: The Contractor shall I construction meter for water used for the construction, plant establishment, maintenance, ( testing and all other work requiring water related to this contract. The Contractor shall con appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, meter and any, and all, other charges, deposits and/or fees therefor. Said costs z considered incidental to the items of work that they are associated with and no additional r will be made therefor. Add the following section: 7-8.8 Noise Control. All internal combustion engines used in the construction shall be e with mufflers in good repair when in use on the project with special attention to the Cit Control Ordinance, Carlsbad Municipal Code Chapter 8.48. a 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-1 0.3 Street Closures, Detours, Barricades. Add the following: Traffic controls Shi accordance with the plans, Chapter 5 of the California Department of Transportation "M; Traffic Controls," 1996 edition and these Special Provisions. If any component in the traffic system is damaged, displaced, or ceases to operate or function as specified, from any cause the progress of the work, the Contractor shall immediately repair said component to its condition or replace said component and shall restore the component to its original location. event that the Contractor fails to install and/or maintain barricades or such other traffic markings, delineation or devices as may be required herein, the Engineer may, at his/h option, install the traffic signs, markings, delineation or devices and charge the Contractor dollars ($20.00) per day per traffic sign or device, or the actual cost of providing such traffic facility, whichever is the greater. a em r,@ 7/17/98 Contract No. 3610 Page 53 of 120 F Add the following section: 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs E control devices shall be maintained throughout the duration of work in good order and according the approved traffic control plan. All construction area signs shall conform to the provisions section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions section 214-5.1 .et seq. All temporary reflective channelizers shall conform to the provisions section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb mark1 shall conform to the provisions of section 210-1.6 et seq. except that all temporary paint shall rapid dry water borne conforming to CALTRANS Specification No. 8010-91D-30. Warning a advisory signs, lights and devices installed or placed to provide traffic control, direction and warning shall be furnished, installed and maintained by the Contractor. Warning and advisory sigi lights and devices shall be promptly removed by the Contractor when no longer required. Warni and advisory signs that remain in place overnight shall be stationary mounted signs. Station; signs that warn of non-existant conditions shall be removed from the travelled way and from i view of motorists in the travelled way or shielded from the view of the travelling public during SL periods that their message does not pertain to existing conditions. Care shall be used in performi excavation for signs in order to protect underground facilities. All excavation required to ins, stationary construction area signs shall be performed by hand methods without the use of pov equipment. Warning and advisory signs that are used only during working hours may be porta signs. Portable signs shall be removed from the travelled way and shielded from the view of ’ travelling public during non-working hours. During the hours of darkness, as defined in Division Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option the Contractor, shall be in conformance with the provisions in section 206-7.2 et seq. If illuminai traffic cones rather than post-type delineators are used during the hours of darkness, they shall affixed or covered with reflective cone sleeves as specified in CALTRANS “Standard Specificatior except the sleeves shall be 180 mm (7”) long. Personal vehicles of the Contractor’s employees st not be parked within the traveled way, including any section closed to public traffic. Whenever 1 Contractor’s vehicles or equipment are parked on the shoulder within 1.8 m (6’) of a traffic lane, 1 shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a tal in advance of the parked vehicles or equipment and along the edge of the pavement at 7.6 m (4 intervals to a point not less than 7.6 m (25’) past the last vehicle or piece of equipment. A minimi of nine (9) cones or portable delineators shall be used for the taper. A C23 (Road Work Ahead) C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a sign post telescoping flag tree with flags. The sign post or flag tree shall be placed where directed by i Engineer. Add the following section: 7-10.3.2 Maintaining Traffic. The Contractor’s personnel shall not work closer than 1.8 m (( nor operate equipment within 0.6 m (2’) from any traffic Pane occupied by traffic. For equipment ‘ 0.6 m (2’) shall be measured from the closest approach of any part of the equipment as ii operated and/or maneuvered in performing the work. This requirement may be waived when ’ Engineer has given written authorization to the reduction in clearance that is specific to the tir duration and location of such waiver, when such reduction is shown on the traffic control pk included in these contract documents, when such reduction is shown on the traffic control pk prepared by the Contractor and approved by the Engineer or for the work of installing, maintain and removing traffic control devices. As a condition of such waiver the Engineer may require ’ Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacl traffic lane or provide barriers. During the entire construction, a minimum of two paved traffic lanes, not less than 3.6m (12’) wil shall be open for use by public traffic in each direction of travel. *= 6$ 7/17/98 Contract No. 361 0 Page 54 of 120 Pages Add the following section: 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists oi traffic lanes or pedestrian walkways in accordance with the details shown on the plans, CAL “Manual of Traffic Control”, 1996 edition and provisions under “Maintaining Traffic” elsev these Special Provisions. The provisions in this section will not relieve the Contractor responsibility to provide such additional devices or take such measures as may be nece maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic system, except portable delineators placed along open trenches or excavation adjacen traveled way, shall be removed from the traveled way and shoulder at the end work perioc Contractor so elects, said components may be stored at selected central locations, approve Engineer, within the limits of the right-of-way. Add the following section: 7-1 0.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traff operations, traffic shall be controlled with lane closures, as provided for under “Traffic System for Lane Closure” of these Special Provisions or by use of an alternative traffic con proposed by the Contractor and approved by the Engineer. The Contractor shall not sta striping operations using an alternative plan until the Contractor has submitted its plar Engineer and has received the Engineer‘s written approval of said plan. Add the following section: 7-1 0.3.5 Temporary Pavement Delineation. Temporary pavement delineation : furnished, placed, maintained and removed in accordance with the minimum standards spe Chapter 5 of the “Traffic Manual”, 1996 edition published by CALTRANS. Whenever tl causes obliteration of pavement delineation, temporary or permanent pavement delineation in place prior to opening the traveled way to public traffic. Lane line or centerline pz delineation shall be provided at all times for traveled ways open to public traffic. All work nec including any required lines or marks, to establish the alignment of temporary pavement del shall be performed by the Contractor. When temporary pavement delineation is removed, and marks used to establish the alignment of the temporary pavement delineation shall be r by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose r Temporary pavement delineation shall not be applied over existing pavement delineation temporary pavement delineation. Temporary pavement delineation shall be maintain superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Enginl temporary pavement delineation conflicts with the permanent pavement delineation or wit1 traffic pattern for the area and is no longer required for the direction of public traffic. temporary pavement delineation is required to be removed, all lines and marks used to E the alignment of the temporary pavement delineation shall be removed. Add the following section: 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Conti Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are include project plans, or if the Contractor elects to modify TCP included in the project plans, the Cc shall have such new or modified TCP prepared and submitted as a part of the Work for an) construction activities that are located within the travelled way. The Contractor shall ha prepared and submitted as a part of the Work for any construction activities that are a pal project that are not included in the project plans. The Contractor must submit the TCP e= ts 7/17/98 Contract No. 3610 Page 55 of 120 I @ e II) Engineer's review in conformance with the requirements of section 2-5.3, et seq. and obtain Engineer's approval of the TCP prior to implementing them. The minimum 20 day review pe specified in section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of T new, modified or added to, for the Engineer's review. New or revised TCP submittals shall incl all TCP needed for the entire duration of the Work. Each phase of the TCP shall be showr sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationinc features affecting the traffic control plan and the methodology proposed to transition to subsequent TCP phase. When the vertical alignment of the travelled surface differs from finished pavement elevation vertical curves must also be shown. Modifications, supplements an( new design of TCP shall meet the requirements of the Engineer and of the "MANUAL OF TRAF CONTROLS, 1996 Edition as published by the State of California Department of Transportatic Such modification, addition, supplement, and/or new design of TCP shall be prepared b! registered professional engineer appropriately registered in the State of California. The Engin shall be the sole judge of the suitability and quality of any such modifications, supplements, an( new designs to TCP. The Engineer may approve any such modifications, supplements, and/or r designs to the TCP when, in the Engineer's sole opinion, such modifications, supplements, an( new designs to the TCP prepared by the registered professional engineer retained by the Contrac will be beneficial to the best interests of the Agency. Such modification, addition, supplement, anc new design shall not be implemented and no work shall be commenced that is contingent on SI approval until the changed TCP are approved by the Engineer. The preparation of SI modification, addition, supplement, and/or new designs of TCP shall not presuppose their apprc or obligate the Agency in any fashion. Submittal and review requirements for such modificatio supplements, and/or new designs to TCP shall conform to the requirements of section 2-5.3 St Drawings and Submittals. Add the following section: 7-10.3.7 Payment. The Contractor shall prepare and implement traffic control plans and shall furnish all labor i materials to perform, install, maintain, replace and remove all traffic control as incidentals to work with which they are associated and no other compensation will be allowed therefor. Add the following section: 7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all necess precautions for the safety of employees on the work and shall comply with all applicable provisic of Federal, State and Municipal safety laws and building codes to prevent accidents or injury persons on, about, or adjacent to the premises where the work is being performed. The Contrac shall erect and properly maintain at all times, as required by the conditions and progress of. work, all necessary safeguards for the protection of workers and public, and shall use danger si< warning against hazards created by such features of construction as protruding nails, hoists, v holes, and falling materials. 7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this WI include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possi materials, such as borrow pits or gravel beds, for use in the proposed construction project wh would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditic established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditic of the contract. em tS 7/17/98 Contract No. 3610 Page 56 of 120 Pages SECTION 9 -- MEASUREMENT & PAYMENT 1) 9-1.4 Units of Measurement, modify as follows: the U.S. Standard Measures. The system of measure for this contract 9-3 PAYMENT. 9-3.1 General. Delete the eighth paragraph and substitute the following: Guarantee shall not be affected by any payment but shall commence on the date of recordation of the of Com ple t ion” 9-3.2 Partial and Final Payment. Delete the second paragraph and substitute the follc Each month, the Engineer will make an approximate measurement of the work performed closure date as basis for making monthly progress payments. The estimated value will be on contract unit prices, completed change order work and as provided for in Section 9-2 Standard Specifications (SSPWC). Progress payments shall be made no later than thir calendar days after the closure date. Five (5) working days following the closure da Engineer shall complete the detailed progress pay estimate and submit it to the Contractor Contractor’s information. Should the Contractor assert that additional payment is dl Contractor shall within ten (IO) days of receipt of the progress estimate, submit a supple payment request to the Engineer with adequate justification supporting the amount of supple payment request. Upon receipt of the supplemental payment request, the Engineer shall, a as practicable after receipt, determine whether the supplemental payment request is a payment request. If the Engineer determines that the supplemental payment request is not I then the request shall be returned to the Contractor as soon as practicable, but not latt seven (7) days after receipt. The returned request shall be accompanied by a document forth in writing the reasons why the supplemental payment request was not prop€ conformance with Public Contract Code Section 20104.50, the City shall make payments thirty (30) days after receipt of an undisputed and properly submitted supplemental p: request from the Contractor. If payment of the undisputed supplemental payment requesi made within thirty (30) days after receipt by the Engineer, then the City shall pay interest Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the C Civil Procedure. Delete the third paragraph and substitute the following: The Agency shall retain 10 pe such estimated value of the work done as part security for the fulfillment of the contracl Contractor, except that at any time after 50 percent of the work has been completed, if the E finds that satisfactory progress is being made, the Agency may reduce the total amour retained from payment pursuant to the above requirements to 5 percent of the total estimate of said work and may also reduce the amount retained from any of the remaining partial pz to 5 percent of the estimated value of such work and materials. In addition, on any partial F made after 95 percent of the work has been completed, the Agency may reduce the withheld from payment pursuant to the requirements of this Section to such lesser amount: Engineer determines is adequate security for the fulfillment of the balance of the work ar requirements of the contract, but in no event will said amount be reduced to less than 125 of the estimated value of the work yet to be completed as determined by the Engineer reduction will only be made upon the written request of the Contractor and shall be appr writing by the surety on the Performance Bond and by the surety on the Payment Bon approval of the surety shall be submitted to the Engineer; the signature of the person exem approval for the surety shall be properly acknowledged and the power of attorney authori; person executing the approval to give such consent must either accompany the document c @ c) file with the Agency. em p.# 7/17/98 Contract No. 3610 Page 57 of 120 1 Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payrr Estimate and process a corresponding payment. This estimate will be in writing and shall be for total amount owed the Contractor as determined by the Engineer and shall be itemized by contract bid item and change order item with quantities and payment amounts and shall show deductions made or to be made for prior payments and amounts to be deducted under provision: the contract. All prior estimates and progress payments shall be subject to correction in the F Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to ml written statement disputing any bid item or change order item quantity or payment amount. - Contractor shall provide all documentation at the time of submitting the statement supporting position. Should the Contractor fail to submit the statement and supporting documentation wii the time specified, the Contractor acknowledges that full and final payment has been made for contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, Engineer will review the disputed item within 30 calendar days and make any appropri adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by 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 Engineei ascertain the basis and amount of said disputed items. The Engineer will consider the merits of Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonable ti such further information and details as may be required by the Engineer to determine the facts contentions involved in its claims. Failure to submit such information and details will be suffici cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputec the written statement required in subsection 9-3.2 all claims of any dollar amount shall be submit in a written statement by the Contractor no later than the date of receipt of the final paym estimate. Those final payment items disputed in the written statement required in subsection 9- shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim be considered that was not included in this written statement, nor will any claim be allowed for wh written notice or protest is required under any provision of this contract including sections Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Writ Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied v notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain basis and amount of said claims. The Engineer will consider and determine the Contractor’s clai and it will be the responsibility of the Contractor to furnish within a reasonable time such furtl information and details as may be required by the Engineer to determine the facts or contentic involved in its claims. Failure to submit such information and details will be sufficient cause denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those clai approved by the Engineer. The Contractor shall proceed with informal dispute resolution unc 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 incorpora into the will not be included in the progress estimate. em p,s 7/17/98 Contract No. 3610 Page 58 of 120 Pages Type of Construction Concrete Class 330-C-23 (560-C-3250) ('I 0 Trench Backfill Slurry I 15-E-3 (1 90-E-400) 330-C-23 (560-C-3250) (590-C-3750) (520-C-25OOP) All Concrete Used Within the Right-of-way Street Light Foundations and Survey Monuments Traffic Signal Foundations 350-C-27 Concreted-Rock Erosion Protection 31 0-C-I 7 Maximui Slump mm (11 (2) 200 (8" 100 (4" 100 (4" per Table 300 USES Headers for bituminous pavement up to 50 mm x 100 mm (2x4”) Headers for bituminous pavement larger than 50 mm x 100 mm (Tx4”) GRADES construction grade Redwood or tri construction grade Douglas Fir number 1 grade Redwood, or treated num grade Douglas Fir Add the following section: 206-7.1.3 Drawings. Modify the ”Specifications For Reflective Sheeting Signs, October I! follows: Standard signs shall be as per the most recently approved “Approved Sign Spec Sheets” of the State of California, Department of Transportation. The date of approval shall date most closely preceding the date of manufacture of the sign(s) or the date of the “Nl 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, ( 1993 as follows: All warning signs and all regulatory signs, excepting only those hereinafte shall be fabricated with Type Ill encapsulated lens sheeting conforming to the requirement: specification. Signs listed below shall be fabricated with Type II encapsulated lens s conforming to the requirements of this specification. Regulatory signs which shall be fabrical Type II encapsulated lens sheeting are: R5; R24 through, and including, R32B; R47 throu! including, R53C; R62A through, and including, R62D; R74 through, and including, R96C; a through, and including, R105A. Add the following section: 206-7.1.5 Substrate. Modify the “Specifications For Reflective Sheeting Signs, October 1 follows: All permanent traffic signs used for the direction, warning, and regulation of (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 Sal Regional Standard drawing M-45 or, when the sign area exceeds the maximum area allowe that drawing, on wood posts in the same manner shown on the State of California, Depart Transportation “Standard Plans” I995 edition standard plans numbers RSI , RS2, RS3 and Add the following section: 206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of all signs used f direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic during tl Contractor’s performance of the Work. Temporary traffic signs include both stationary and p signs. Add the following section: 206-7.2.1 General. Materials, legend, proportion, size, and fabrication of all temporary trafl used for the direction, warning, and regulation of vehicle (including bicycle) and pedestria shall conform to the requirements of “Specifications For Reflective Sheeting Signs, Octobe Sheets 1 through 5 that accompany “Specifications For Reflective Sheeting Signs, October dimensions and details, dated April 1987, and “OPAQUE COLOR CHART”, dated Februa all published by the State of California, Department of Transportation, Division of Proc Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 95819 modified herein. Where The “Specification For Reflective Sheeting Signs, October 1993” re( Contractor or supplier to notify the Department of Transportation or to certify compliance “Specifications For Reflective Sheeting Signs, October 1993”, to provide a quality control prc to allow testing, approval, observation of manufacturing or assembly operations by the California, Department of Transportation and/or its employees or officials, such rights vested in the Engineer. 0 0 installation of roadside signs a 4- aS 7/17/98 Contract No. 361 0 Page 61 of 120 Add the following section: 206-7.2.2 Drawings. Modify the “Specifications For Reflective Sheeting Signs, October 1993 follows: Standard temporary traffic signs shall be as per the most recently approved “Apprc Sign Specification Sheets” of the State of California, Department of Transportation. The dat approval shall be the date most closely preceding the date of manufacture of the sign(s) or the ( 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, Octc 1993” as follows: All warning signs and all regulatory signs, excepting only those hereinafter lis shall be fabricated with Type 111 encapsulated lens sheeting conforming to the requirements of specification. Signs listed below shall be fabricated with Type II encapsulated lens shee conforming to the requirements of this specification. Regulatory signs which shall be fabricated Type II encapsulated lens sheeting are: R5; R24 through, and including, R32B; R47 through, including, R53C; R62A through, and including, R62D; R74 through, and including, R96C; and I through, and including, RI 05A. Add the following section: 206-7.2.4 Substrate. Modify the “Specifications For Reflective Sheeting Signs, October 1993” follows: Excepting only construction warning signs used at a single location during daylight hc for not more than five (5) consecutive days, all signs used for the direction, warning, and regulai of vehicle (including bicycle) and pedestrian traffic shall be stationary mounted and shall I aluminum substrate. Add the following section: 206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary trg signs shall be installed on wood posts in the same manner shown on the State of Califori Department of Transportation “Standard Plans” 1995 edition standard plans numbers RSI, R 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 least 2.1 m (7’). c) Construction area sign posts may be installed on above ground temporary platform s supports as approved by the Engineer, or the signs may be installed on existing lighf standards or other supports as approved by the Engineer. When construction area si! are installed on existing lighting standards, holes shall not be made in the standards support the sign. d) The post embedment shall be 0.8-m (32) if post holes are backfilled around the pa 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 ea 0.48 m2 (5 ft2)of sign area. Post size and number of posts shall be as shown on the plans, except that when stationary mount signs are installed and the type of sign installation is not shown on the plans, post size and t number of posts will be determined by the Engineer. Posts shall be good sound wood pos suitable for the purpose intended. Sign panels for stationary mounted signs shall consist of Ty IllA reflective sheeting applied to a sign substrate. Sign panels shall conform to the requiremet specified for aluminum signs in the “Specifications For Reflective Sheeting Signs, October 1993”. ern tS 7/17/98 Contract No. 361 0 Page 62 of 120 Pages Add the following section: 206-7.2.6 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall co a base, standard or framework and a sign panel. The units shall be capable of being deliv the site of use and placed in immediate operation. Sign panels for portable signs shall con the requirements of sign panels for stationary mounted signs in the “Specifications For RE Sheeting Signs, October 1993, or shall be cotton drill fabric, flexible industrial nylon fabric, c approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, a end requirements for portable signs shall be as described for stationary mounted sign PE section 206-7.2 of these Special Provisions. The height to the bottom of the sign panel abc edge of traveled way shall be at least 0.3-m (12”). All parts of the sign standard or framewo be finished with 2 applications of an orange enamel which will match the color of the sigr background. Testing of paint will not be required. Add the following section: 206-7.2.6 Maintenance of Temporary Traffic Signs. If temporary traffic signs are dispk overturned, from any cause, during the progress of the work, the Contractor shall immc replace the signs in their original locations. The Contractor shall maintain all temporary traff used in the Work in a clean, reflective and readable condition. The Contractor shall rer restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours ( marked by graffiti. Add the following section: Add the following section: 206-8.1 General. This Section pertains to 10-gage and 12-gage cold-rolled steel pe tubing used for the support and stabilization of signs. All shapes shall have a galvanized fin shall be cold-roll-formed steel conforming to ASTM Designation A-446, Grade A. Galvanizii conform to ASTM A-525, Designation G-90. Galvanizing shall be performed after all form punching operations have been completed. Cold-rolled steel perforated tubing shall be pe on all four faces with 1 Imm (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 (+O.C 0.005”). Convexity and concavity measured in the center of the flat side shall not exceed a tc of +0.25 mm (+O.OlO”) applied to the specific size determined at the corner. Straightness tc variation shall not exceed 1.6 mm in 1 m (1/16 ” in 3’). Tolerance for corner radius is 4.0mm plus or minus 0.40 mm (1/64”). Weld flash on corner-welded square tubing shall permit 3 (9/64”) radius gage to be placed in the corner. Using 10-gage or 12-gage square tube, con size tubes shall telescope freely for 3.lm (10’). Tolerance on hole size is plus or minus C (1/64“) on a size. Tolerance on hole spacing is plus or minus 3.2 mm in 6.1 m (1/8” in addition, for the following specific sizes of light gage steel tubing, dimensional tolerances : exceed those listed in tables 206-8.2 (A) and 206-8.2(B). a 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS. 0 a em tS 7/17/98 Contract No. 3610 Page 63 of 120 TABLE 206-8.2(A) LIGHT GAGE STEEL TUBING SIZE TOLERANCE TABLE 206-8.2(B) (’I Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed. (’) Twist is measured by holding down the edge of one end of a square tube on a surface plate with the bottom side of the tube parallel to the surface plate, and noting the height that either corner on the opposite end of the bottom side is above the surface plate. Add the following section: 206-8.3 Fasteners. Fasteners used to assemble cold-rolled steel perforated tubing shall be stc “pull-through” electrogalvanized rivets with 9.5 mm (3/8”) diameter shank, 22 mm (7/8”) diame head, and a grip range of from 5 mm (0.200”) to 0.90 mm (0.356”). The fasteners shall conform ASTM B-633, Type Ill SCI. Add the following section: Add the following section: 207-25.1 Detectable Underground Utility Marking Tape: Detectable Underground Uti1 Marking Tape shall have a minimum 0.13 mm (0.005”) overall thickness, with no less than a gauge (AWG), 0.14 mm aluminum foil core. The foil must be visible from both sides. The layt shall be laminated together with the extrusion lamination process, not adhesives. No inks or printi shall extend to the edges of the tape. All printing shall be encased to avoid ink rub-off. Detectat Underground Utility Marking Tape shall conform to the properties listed in Tables 207-25(A) a 207-25 UNDERGROUND UTILITY MARKING TAPE. 207-25 (B). em p,# 7/17/98 Contract No. 3610 Page 64 of 120 Pages Property Method Thickness ASTM D2103 Tensile strength ASTM D882 Elongation ASTM D882-88 Printability ASTM D2578 Flexibility ASTM D671-81 Inks Manufacturing specifications Message repeat Manufacturing specifications Foil Manufacturing specifications Top layer Manufacturing specifications Bottom layer Manufacturing specifications Adhesives Manufacturing specifications Bond strength Colors APWA Code Boiling H,O at I00 degrees Celsius Value 01 14 mm (0.0056”) 4500g/cm (25 Ibs/inch) (5,50( 60 percent at break >50 d ynes/sq ua re centi mete I Pliable hand Heat-set Mylex Every 500 mm(20) Dead soft/annealed Virgin PET Virgin LDPE >30 percent, solid 1.5#/R Five hours without peel See Table 207-25.1 (B) Color Red Yellow Orange Blue Green Brown Purple e Utility Marked Electric power, distribution, transmission, and municipal electric systems. Gas and oil distribution and transmission, dangerous materials, product and ste Telephone and telegraph systems, police and fire communications, and cable tc Water systems. Sanitary and storm sewer systems, nonpotable. Force mains. Reclaimed water lines. SECTION 209 - ELECTRICAL COMPONENTS 209 ELECTRICAL COMPONENTS. Modify as follows: Section 209, "Signals, Lighting and Tr Electrical Systems", herein, shall replace Section 209, "Electrical Components", of the SSPWC i matters pertaining to the specifications for measurement, payment, warranty, and materials methods of construction for all elements of street lighting and traffic signals. For elect components provided and installed in systems not including street lighting and traffic signals sec 209 SSPWC is unmodified except as specified in sections other than section 209, "Signals, Ligt and Electrical Systems", herein. For section 209, "Signals, Lighting and Electrical Systems", construction materials and construction methods have been combined into a single section. SECTION 209 - SIGNALS, LIGHTING AND ELECTRICAL SYSTEM§ 209-1 GENERAL 209-1.01 Description. Electrical work shall consist of furnishing and installing, modifyinc removing one or more traffic signals, traffic signal master controller assemblies and interconnec facilities, flashing beacon systems, lighting systems, sign illumination systems, traffic monito stations, communication systems, electrical equipment in structures, falsework lighting, provisi for future systems, or combinations thereof, all as shown on the plans, and as specified in th special provisions. The locations of signals, beacons, standards, lighting fixtures, signs, controls, services i appurtenances shown on the plans are approximate and the exact locations will be established the Engineer in the field. All systems shall be complete and in operating condition at the timc acceptance of the contract. 209-1.01 5 Definitions. The following definitions pertain only to Section 86, "Signals, Lighting k Electrical Systems." Actuation.- The operation of any type of detector. Burn-In Procedure. - The procedure by which each LED signal module is energized foi minimum of 24 hours at operating voltage at a 100% duty cycle, and in an ambient temperature 6OoC (1 4OOF). Candlepower Values. - Luminous intensity expressed in candelas (cd). Channel.- A discrete information path. Chromaticity (Color). - The color of the light emitted by a signal module, specified as chromaticity coordinates on the chromaticity diagram according to the 1931 Commiss lntemationale d'Eclairage standard observer and coordinate system. The measured chromatic coordinates shall fall within the limits specified in VTCSH Section 8.04 "Limits of Chromatic Coordinates." Controller Assembly.- The complete assembly for controlling the operation of a traffic signal other system, consisting of a controller unit, and all auxiliary equipment housed in a rainproof ca net. Controller Unit.-That part of the controller assembly which performs the basic timing and lo! functions. Detector.- A device for indicating the passage or presence of vehicles or pedestrians. Duty Cycle. - The amount of illuminated on-time a signal module is energized, expressed as percent of signal cycle time period. E1ectrolier.- 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 warni beacon or intersection control beacon. 4m %@ 7/17/98 Contract No. 361 0 Page 66 of 120 Pages Inductive Loop Vehicle Detector.- A detector capable of being actuated by the cha inductance caused by a vehicle passing over or standing over the loop. Integrating Photometer. -An instrument used in measuring the intensity of light that enablc 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 utilize devices as the light source. An LED signal module may directly replace an existing traffic 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 fr light source. Magnetic Vehicle Detector.- A detector capable of being actuated by the induced voltage by the passage of a vehicle through the earth’s magnetic field. Magnetometer Vehicle Detector.- A detector capable of being actuated by the m disturbance caused by the passage or presence of a vehicle. Major Street.- The roadway approach or approaches at an intersection normally carry major volume of vehicular traffic. Minimum Intensity. - In accordance with the values in Table 1 of the existing VTCSH st the minimum intensity values below which no LED signal modules will be released from the s Minor Street.- The roadway approach or approaches at an intersection normally carry minor volume of vehicular traffic. Pedestrian Detector.- A detector, usually of the push button type, capable of being oper hand. Plans. - For this Section (Section 209) plans shall include all documents listed in Secti “Plans and Specifications”, et seq. as well as the “STANDARD PLANS”, 1995 edi promulgated by the State of California, Department of Transportation. Power Consumption. - The rms electrical power (watts) consumed by an LED signal when operated at rated voltage. Pre-timed Controller Assembly.- A controller assembly for operating traffic signals in accc with a pre-determined cycle length. Rated Initial Intensity. - The light intensity of a new LED signal module, operated i voltage, measured after the burn-in procedure with an integrating photometer. Rated Voltage. - The ac rms voltage at which light output performance and power cons are specified (1 17 VAC at 60 Hz). Signal Face.-That part of a signal head provided for controlling traffic in a single direct 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 combin sections or other devices at the same time. Signal Section.- A complete unit for providing a signal indication consisting of a housir reflector, lamp receptacle and lamp. Sun Phantom. - The effect of an outside light source entering the signal assembly an returned in such a manner as to present the appearance of the signal assembly being illumir Traffic-Actuated Controller Assembly.- A controller assembly for operating traffic si! accordance with the varying demands of traffic as registered with the controller unit by detec Traffic Phase.- The right of way, change and clearance intervals assigned to a traffic mc or combination of movements. Vehicle.- Any motor vehicle normally licensed for highway use. VTCSH Standard. - The definitions and practices described in “Vehicle Traffic Contro Heads” published in the Equipment and Materials Sfandards of the lnsfifufe of Trans; Engineers. (I) @ e ew r,@ 7/17/98 Contract No. 3610 Page 67 of 120 I 209-1.02 Regulations and Code. All electrical equipment shall conform to the standards of National Electrical Manufacturers Association (NEMA), the Underwriters’ Laboratories Inc. (UL), Electrical Testing Laboratories (ETL), the National Electrical Testing Association, Inc. (NETA), or Electronic Industries Association (EIA), wherever applicable. In addition to the requirements of plans, these special provisions, all materials and workmanship shall conform to the requirement the National Electrical Code 1996 edition, hereinafter referred to as the Code; California Cod1 Regulations, Title 8, Chapter 4, Subchapter 5, Electrical Safety Orders; Rules for Overh Electrical Line Construction, General Order No. 95 of the Public Utilities Commission; Standard the American Society for Testing and Materials (ASTM); American National Standards lnsti (ANSI); and any local ordinances which may apply. Wherever reference is made to any of standards mentioned above, the reference shall be construed to mean the code, order, or stanc 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 Enginc the Contractor shall, within 15 days following award of the contract, submit to the Engineer review a list of equipment and materials which the Contractor proposes to install as specifiec Section 2-5.3, “Shop Drawings and Submittals.” The list shall be complete as to name manufacturer, size and identifying number of each item. The list shall be supplemented by si other data as may be required, including schematic wiring diagrams and scale drawings of cabin showing location and spacing of shelves, terminal blocks and equipment, including dimensionin All of the above data shall be submitted, install as specified in Section 2-5.3, “Shop Drawings i Submittals”, for review. Where electrical equipment is constructed as detailed on the plans, ’ 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) b blueprint, white background process using iron-sensitized paper, (2) the offset lithograph process, (3) the electrostatic process. The diagrams shall show the location of the installation and shall all equipment installed in each controller cabinet. In addition, for each signal installation, i Contractor shall furnish an intersection sketch showing poles, detectors, field wire connection teri nals and phasing as shown on the plans. All schematic wiring diagrams of the controller units E auxiliary equipment, all cabinet diagrams, and all operation manuals shall be submitted at the til the controller assemblies are delivered for testing. The schematic wiring diagram shall show detail all circuits and parts. All parts shown thereon shall be identified by name or number and such manner as to be readily interpreted. All diagrams, plans and drawings shall be prepared us graphic symbols shown in ANSI publication Y32.2, entitled “IEEE Standard and American Natio, Standard Graphic Symbols for Electrical and Electronic Diagrams.” 209-1.04 Warranties, Guaranties and Instruction Sheets. Manufacturers’ warranties a guaranties furnished for materials used in the work and instruction sheets and parts lists supplil with materials shall be delivered to the Engineer prior to acceptance of the project. 209-1.06 Scheduling of Work. No above ground work, except service equipment, shall I performed until the Contractor has all materials on hand to complete that particular signal location lighting circuit. Work shall be so scheduled that each traffic signal, lighting and sign illuminati1 system shall be completed and ready for operation prior to opening the corresponding section of tl roadway to traffic. em p,s 7/17/98 Contract No. 3610 Page 68 of 120 Pages Traffic signals shall not be placed in operation for use by public traffic without the written app the Engineer. The Contractor shall obtain the written approval of the Engineer no less tha days prior to placing any traffic signal in operation. Traffic signals shall not be placed in of for use by public traffic without the energizing of street lighting at the intersection to be cont street lighting exists or is being installed in conjunction with the traffic signals. Traffic sign; not be placed in operation until the roadways to be controlled are open to public traffic, otherwise directed by the Engineer. Lighting and traffic signals shall not be placed in op including flashing operation, prior to commencement of the functional test period spec 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 installed, mortar placed around conduit, concrete bottom of pull boxes placed, and metallic bonded. The initial turn-on shall be made only between the hours of 9:00 a.m. and 200 p.m. and 7 through Thursday unless otherwise approved, in writing, by the Engineer. Prior to turr equipment as shown on the plans shall be installed and operable including pedestrian pedestrian push buttons, vehicle detectors, lighting, signs and pavement delineation. All ’ visors, and signal faces shall be directed to provide maximum visibility. Functional tests st on any working day except Friday, or the day preceding a legal holiday. 209-1.07 Safety Precautions. Attention is directed to Section 7-1 0.4.1, ”Safety Orders.” starting work on existing series street lighting circuits, the Contractor shall obtain daily i circuit clearance from the serving utility. By-pass switch plugs shall be pulled and “Men E signs posted at switch boxes before any work is done. 0 209-2 MATERIALS AND INSTALLATION 209-2.01 Excavating and Backfilling. The excavations required for the installation of foundations, and other appurtenances shall be performed in such a manner as to av unnecessary damage to streets, sidewalks, landscaping, and other improvements. The t shall not be excavated wider than necessary for the proper installation of the E appurtenances and foundations. Excavation shall not be performed until immediately installation of conduit and other appurtenances. The material from the excavation shall be p a position that will not cause damage or obstruction to vehicular and pedestrian traffic nor i with surface drainage. Unless otherwise permitted in writing by the Engineer, all surplus excavated material ! removed and disposed of, within 48 hours, outside the highway right of way in accordance provisions in Sections 7-8.1, ”Cleanup and Dust Control”, 300-1.3, “Removal and Dis~ Materials” and 302-6, “Surplus Material”, depending on the origin and nature of the materii removed and disposed. The excavations shall be backfilled in conformance with the provisions in Sections “Structure Backfill’’ or 306-1.3, “Backfill and Densification,” depending on the nature of the : or conduit that the excavation being backfilled accommodates. Excavations after backfilling kept well filled and maintained in a smooth and well-drained condition until permanent re[ made. All excavations shall be filled, and sidewalks, pavement, and landscaping restored intersection prior to excavating at any other intersection, unless otherwise permitted Engineer. Excavations in the street or highway shall be performed in such a manner that r than one traffic lane is restricted at any time, unless otherwise approved by the Engineer. 0 a e= ts 7/17/98 Contract No. 3610 Page 69 of 120 209-2.02 Removing and Replacing Improvements. In addition to the requirements of secti 7-9, “Protection and Restoration of Existing Improvements” and 306-1.5, “Trench Resurfaci Improvements such as sidewalks, curbs, gutters, portland cement concrete and asphalt conci pavement, underlying material, lawns and plants, and any other improvements removed, broker damaged by the Contractor’s operations, shall be replaced or reconstructed with the same kin( material as found on the work or with materials of equal quality. The new work shall be left i serviceable condition. Whenever a part of a square or slab of existing concrete sidewalk, curb, gutter, or drivewa! broken or damaged, the entire square, section or slab shall be removed and the conci reconstructed as above specified. The outline of all areas to be removed in portland cerr concrete sidewalks and driveways and in pavements shall be cut to a minimum depth of 50 mm with an abrasive type saw prior to removing the sidewalk, driveways and pavement material. C 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 Section 201, “Concrete, Mortar and Related concrete Materials,” for Materials and Section 31 ‘Concrete and Masonry Construction,” for construction methods. Concrete foundations shall rest firm ground. Reinforced cast-in-drilled-hole concrete pile foundations for traffic signal and lighting standards sf conform to the provisions in Section 205-3.3, ”Cast-in-Place Concrete Piles,” except that mate resulting from drilling holes shall be disposed of as provided in Section 209-2.01, “Excavating a Backfilling.” The exposed portions of the foundation shall be formed to present a neat appearancf Forms shall be true to line and grade. Tops of foundations for posts and standards, except spec foundations, shall be finished to curb or sidewalk grade or as directed by the Engineer. Forms st be rigid and securely braced in place. Conduit ends and anchor bolts shall be placed in pro! position and to proper height, and shall be held in place by means of a template until the concrc sets. Anchor bars or studs and nuts, except for Type 30 and Type 31 lighting standards, shall conform ASTM Designation: A 307. Headed anchor bolts for foundations shall conform to the specificatio of ASTM Designation: A 307, Grade B with SI supplementary requirements. At the option of t Contractor, nonheaded anchor bolts for foundations shall conform either to the specifications ASTM Designation: A 307, Grade C or to the provisions in AASHTO Designation: M 314, Grade or 55 with SI supplementary requirements. When nonheaded anchor bolts conforming to ti specifications of ASTM Designation: A 307, Grade C are furnished, the end of each fabricatc anchor bolt shall be either coded by end stamping as required in ASTM Designation: A 307 or tl end that projects from the concrete shall be permanently coded with a green color by tl manufacturer. High strength anchor bolts, bars, or studs for Type 30 and Type 31 lightii standards shall conform to ASTM Designation: A 325, A 325M or A 449 and shall comply with tl mechanical requirements of ASTM Designation: A 325 or A 325M after galvanizing. Nuts ai washers for high strength anchor bolts shall conform to ASTM Designations: A 563 or A 563M, ai F 476 or F 476M, respectively. In addition to the requirements of ASTM Designation: A 449, stui shall be marked on either end as required for bolt heads. All steel parts shall be galvanized accordance with the provisions in Section 21 0-3.6, “Galvanizing for Traffic Signal Facilities.’’ The upper threaded portion of all anchor bolts shall be provided with 2 nuts and 2 washers eact- Anchor bars or studs shall be provided with 3 nuts and washers each. Welding shall not t performed on any portion of the body of high-strength anchor bolts, anchor bars, or studs. em ts 7/17/98 Contract No. 3610 Page 70 of 120 Pages Plumbing of the standards shall be accomplished by adjusting the leveling nuts before mortar or before the foundation is finished to final grade. Shims, or other similar devices SI 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 mo before placing concrete. Forms shall not be removed until the concrete has thoroughl’ Ordinary surface finish, as specified in Section 303-1.9.2, “Ordinary Surface Finish,” shall be I to exposed surfaces of concrete. Where obstructions prevent the construction of a I: foundation, the Contractor shall construct an effective foundation as directed by the Enginee foundations shown on the plans shall be extended if conditions require additional depth, i additional work, if ordered by the Engineer, will be paid for as extra work as provided in Secti “Changes Initiated By The Agency.” 209-2.04 Standards, Steel Pedestals and Posts. Standards for traffic signals and lightir steel pedestals for cabinets and other similar equipment shall be located as shown on the Workmanship and finish shall be equal to the best general practice of metal fabrication sho welding shall conform to AWS D1.l, “Structural Welding Code,” and to the requirements Section 209-2.04. All welds joining the shafts of the standards and mast arms to their basc shall be as shown on the plans, however, alternative weld joint details may be approved Engineer. Approval of alternative weld joint details will be contingent upon the proposed wc passing both weld procedure and nondestructive testing as deemed necessary by the Enginc costs of the supplemental testing shall be borne by the Contractor. All standards except Type 1, and all signal mast arms, shall have an aluminum identificatio as noted on the plans, attached with stainless steel rivets or screws. Type 1 standards ar pedestals for controller cabinets shall be constructed of 3 mm (.125) or thicker galvanized I 100 mm (4“) standard weight galvanized, steel pipe or Size 103, Type 1 conduit, with designed for post-top slip-fitter. Standard weight galvanized, steel pipe shall conform specifications of ASTM Designation: A 53. Materials and construction methods for all ferrou parts of standards, with shaft length of 4.6 m (15‘) and longer, shall conform to the details sh the plans, the requirements of Sections 206, “Miscellaneous Metal Items,” for Materials and 304, “Metals Fabrication and Construction,” for construction methods except as otherwise and the following requirements: 1) Except as otherwise specified, standards shall be fabricated from sheet steel of weldablc having a minimum yield strength, after fabrication, of 276 Mpa (40,000 psi). Certified test which verify conformance to the minimum yield strength requirements shall be submittec Engineer. The test reports may be the mill test reports for the as-received steel or, when received steel has a lower yield strength than required, the Contractor shall provide suppor data which provides assurance that the Contractor’s method of cold forming will con: increase the tensile properties of the steel to meet the specified minimum yield strengt supportive test data shall include tensile properties of the steel both before and after cold fori specific heats and thicknesses. 2) When a single-ply 8 mm (0.3125) thick pole is specified, a 2-ply pole with equivalent modulus may be substituted. Standards may be fabricated of full-length sheets or shorter s Each section shall be fabricated from not more than 2 pieces of sheet steel. Where 2 pie used, the longitudinal welded seams shall be directly opposite one another. When the sect butt-welded together, the longitudinal welded seams on adjacent sections shall be placed continuous straight seams from base to top of standard. 3) Butt-welded transverse joints shall be strengthened by inserting a metal sleeve at each joi sleeve shall be 3 mm (0.120) nominal thickness, or thicker, steel having the same c composition as the steel in the standard. When the sections to be joined have different s minimum yield strengths, the steel in the sleeve shall have the same chemical compositiot e= 0 * a ts 7/17/98 Contract No. 361 0 Page 71 of 120 I higher minimum yield strength steel to be joined. The metal sleeve shall have a minimum lengt 25 mm. The sleeve shall be centered at the joint and have the same taper as the standard with outside of the sleeve in full contact with the inside of the standard throughout the sleeve length circumference. All welds shall be continuous. The weld metal at the transverse joint shall exten the sleeve, making the sleeve an integral part of the joint. Longitudinal welds in steel tub sections will be tested in accordance with California Test 664. The sampling frequency shall bc determined by the Engineer. The welds may be made by the electric resistance welding proce All exposed welds, except fillet and fatigue resistant welds and welds on top of mast arms, shal ground flush with the base metal. 4) All exposed edges of the plates which make up the base assembly shall be finished smooth all exposed corners of the plates shall be neatly rounded unless otherwise shown on the plai Shafts shall be provided with slip-fitter shaft caps. Standards shall be straight, with a permis: variation not to exceed 25 mm (I") measured at the midpoint of a 9 m (30') or 11 m (36') stanc and not to exceed 20 mm (3/4") measured at the midpoint of a 5 m (17') through 6 m (20') standa Variation shall not exceed 25 mm (1") at a point 4.5 m (15') above the base plate for Type 35 l Type 36 standards. 5) All galvanized nuts, used on assemblies with a specified preload or torque, shall be lubricate1 accordance with the requirements specified for galvanized Grade DH nuts in ASTM Designatic A 563 or A 563M. 6) Standards with an outside diameter of 300 mm (i2) or less shall be round. Standards with outside diameter greater than 300 mm (12") shall be round or multisided. Multisided standards SI have a minimum of 10 sides which shall be convex and shall have a minimum bend radius 100 mm (4"). 7) Mast arms for standards, shall be fabricated from material as specified for standards and st conform to the dimensions shown on the plans. 8) The cast steel option for slip bases shall be fabricated from material conforming to requirements of ASTM Designation: A 27/A 27M, Grade 70-40. Other comparable material may used if written permission is given by the Engineer. The casting tolerances shall be in accordar with the Steel Founder's Society of America recommendations (green sand molding). One cast from each lot of 50 castings or less shall be subject to radiographic inspection, in accordance \n the provisions in ASTM Designation: E 94. The castings shall comply with the acceptance trite severity level 3 or better for all types and categories of discontinuities as specified in AS. Designations: E 186 and E 446. If the one casting fails to pass the inspection, 2 additional castir shall be radiographed. Both of these castings shall pass the inspection or the entire lot of 50 will rejected. Material certifications consisting of physical and chemical properties, and radiograp films of the castings shall be filed at the manufacturer's office. These certifications and films st be available for inspection upon request. 9) High-strength bolts, nuts and flat washers used to connect slip base plates shall conform ASTM Designation: A 325 or A 325M and shall be galvanized as specified in Section 210-3 "Galvanizing for Traffic Signal Facilities." 10) Plate washers shall be fabricated by saw cutting and drilling steel plate conforming to AI Designation: 101 8, and be galvanized as specified in Section 21 0-3.6, "Galvanizing ffor Traf Signal Facilities." 11) Prior to galvanizing, all burrs and sharp edges shall be removed and holes shall be chamfer sufficiently on each side to allow the bolt head to make full contact with the washer without tensi on the bolt. 12) High-strength cap screws shown on the plans for attaching mast arms to standards sh conform to ASTM Designation: A 325, A 325M or ASTM Designation: A 449 and shall comply w the mechanical requirements of ASTM Designation: A 325 or A 325M after galvanizing. The c screws shall be galvanized as specified in Section 21 0-3.6, "Galvanizing for Traffic Signal Facilitie 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 ai poles shall be free of surface imperfections, such as lumps, runs, and scum, which would preve ** tS 7/17/98 Contract No. 361 0 Page 72 of 120 Pages Standard Type 15-SB 30 31 36-20A Torque (Newton-meters) Torque Foot- Pounds 200 150 200 150 275 200 225 165 209-2.05C Installation. Conduit shall be installed in conformance with the codes and regulati listed in Section 209-1.02, "Regulations and Code." Conduit runs shown on the plans may changed to avoid underground obstructions with written approval by the Engineer. The ends o conduits, whether shop or field cut, shall be reamed to remove burrs and rough edges. Cuts s be made square and true. Slip joints or running threads will not be permitted for coupling cond When a standard coupling cannot be used for coupling metal type conduit, a UL or ETL Ii: threaded union coupling shall be used. All couplings for metal type conduit shall be tightenec provide a good electrical connection throughout the entire length of the conduit run. Conduit shal tightened into couplings or fittings using strap wrenches or approved groove joint pliers. Con threads and damaged surfaces on metal conduit shall be painted with 2 applications of appro unthinned zinc-rich primer (organic vehicle type) conforming to the requirements in Section 21 0-: "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 protect the raceway against dirt and concrete until wiring is started. When caps or "pennies" removed, the ends of conduit and conduit fittings shall be provided with conduit bushings. Conc 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 ins diameter of the conduit. Where factory bends are not used, conduit shall be bent, without crimp 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 futi conductors. The pull rope shall be nylon or polypropylene with a minimum tensile strength 2225 N (500 pounds). At least 0.6 m (2') of pull wire or rope shall be doubled back into the conc at each termination. Existing underground conduit to be incorporated into a new system shall 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 cemc concrete sidewalk areas and curbed paved median areas, and not less than 750 mm (30") bel finished grade in all other areas. Conduit may be laid on top of the existing pavement within n curbed medians being constructed on top of the existing pavement. Conduit couplings shall located at least 150 mm (6") from face of foundation. Unless "Trenching In Pavement Method" is specifically allowed or required on the plans or in the special provisions, conduit shall be placed under existina pavement bv iackina or drillina method Pavement shall not be disturbed without permission from the Engineer. In the event obstructio are encountered, upon approval of the Engineer, small holes may be cut in the pavement to loa or remove obstructions. Jacking or drilling pits shall be kept 0.6 m (2') clear of the edge of any tyl of pavement wherever possible. Excessive use of water, such that pavement might be underminc or subgrade softened, will not be permitted. Conduit to be placed as part of the completed wc shall not be used for drilling or jacking. When "Trenching in Pavement Method" is specifica allowed or required on the plans or in these special provisions, installation of conduit und pavement shall conform to the following: *w %# 7/17/98 Contract No. 3610 Page 74 of 120 Pages 1) Conduit shall be placed under existing pavement in a trench approximately 50 mm (2 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 mr 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 gn areas where additional pavement is to be placed, trenching installation shall be completed placing the final pavement layer. 5) The outline of all areas of pavement to be removed shall be cut to a minimum depth of (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 backfil trench backfill slurry concrete. 8) Concrete backfill shall be placed to the pavement surface except, when the trench is in concrete pavement and additional pavement is not being placed, the top 30 mm (0.10') of thc shall be backfilled with asphalt concrete produced from commercial quality paving aspt aggregates. Prior to spreading asphalt concrete, paint binder (tack coat) shall be applied as specified in 302-5.4, "Tack Coat." Spreading and compacting of asphalt concrete shall be performed method which will produce an asphalt concrete surfacing of uniform smoothness, textc density. All excavated areas in the pavement shall be backfilled, except for the top 30 mm (0.1 O'), by of each work period. The top 30 mm (0.10') shall be placed within 3 calendar days after tren Conduit to be placed beneath railroad tracks shall comply with the following: 1) The conduit shall be Size 41 (11/2" dia.) minimum, and shall be placed to a minimum deptl mm (3') below bottom of tie. The near side of each conduit jacking pit shall be constructed than 4 m (12') from the centerline of track. When the jacking pit is to be left overnight, it covered with substantial planking. 2) Conduit terminating in standards or pedestals shall extend not more than 50 mm (2") c 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 thar (2") inside the box wall and not less than 50 mm (2) above the bottom, and shall be slopec top of box to facilitate pulling of conductors. Conduit entering through the bottom of a pull I: terminate 50 mm (2") above the bottom and shall be located near the end walls to leave tt portion of the box clear. 4) At all outlets, conduits shall enter from the direction of the run. 209-2.06 Pull Boxes. Pull boxes shall be installed at the locations shown on the plar specified. The Contractor may, as an option, at the Contractor's expense, use pull boxes of standard size than that shown or specified. 209-2.06A Materials. Pull boxes, covers and extensions for installation in the grour sidewalk areas shall be of the sizes and details shown on the plans and shall be prc reinforced portland cement concrete (PCC). @ 0 e *w rrs 7/17/98 Contract No. 361 0 Page 75 of 120 209-2.06B Cover Marking. Covers for pull boxes, except covers for ceiling pull boxes, shal marked as shown on the plans. Marking shall be clearly defined and uniform in depth and ma) placed parallel to either the long or short sides of the cover. Marking letters shall be betweer mm (1") and 75 mm (3) high. Marking shall be applied to each steel or cast iron cover pric galvanizing by one of the following methods: (a) Cast iron strips, at least 6 mm (1/4") thick, with the letters raised a minimum of 1.5 mm ('/1 Strips shall be fastened to covers with 6 mm (1/4u) flathead stainless steel machine bolts and ni Bolts shall be peened after tightening. (b) Sheet steel strips at least 0.7 mm (22 sa.) with the letters raised a minimum of 1.5 mm (' above the surrounding surface of the strips. Strips shall be fastened to covers by spot welding, i welding or brazing, with 6 mm (I/:) stainless steel rivets, or with 6 mm ('/4u) roundhead stain1 steel machine bolts and nuts. Bolts shall be peened after tightening. (c) Bead welding the letters on the covers. The letters shall be raised at least 2 mm (3/32"). 209-2.06C Installation and Use. Pull boxes shall be installed at the locations shown on the pl and, in conduit runs exceeding 60 m(200'), shall be spaced at not over 60 m (200') intervals. * Contractor may, at the Contractor's expense, install additional pull boxes to facilitate the work. - bottoms of pull boxes installed in the ground or in sidewalk areas, shall be bedded in crushed r as shown on the plans and shall be grouted prior to the installation of conductors. The grout s be between 13 mm (1/2") and 25 mm (1") thick and shall be sloped toward the drain hole. A laye roofing paper shall be placed between the grout and the crushed rock sump. A 25 mm (1") dl hole shall be provided in the center of the pull box through the grout and the roofing paper. 209-2.08 Conductors. Conductors shall be copper of the gage shown on the plans, unlc specified otherwise. Copper wire shall conform to the specifications of ASTM Designations: and B 8. Wire sizes, other than conductors used in loop detector lead-in cable, shall be based on Americ Wire Gage (AWG), except that conductor diameter shall be not less than 98 percent of the specil AWG diameter. Conductors for branch circuits shall be sized to prevent a voltage drop exceedin percent at the furthest connected load, while drawing the combination of all connected lo: capable of simultaneous operation. The maximum voltage drop for both feeders and branch circi shall not exceed 5 percent at the furthest connected load, while drawing the combination of connected loads capable of simultaneous operation. Conductors used in loop detector lead-in ca shall conform to the specifications of ASTM Designation: B 286. A Certificate of Compliar conforming to the provisions in Section 4-1.5, "Certification," shall be submitted by the manufactu with each type of cable to be used on a project. 209-2.08A Conductor Identification. All single conductors in cables, except detector leac cables, shall have clear, distinctive and permanent markings on the outer surface throughout i entire length showing the manufacturer's name or trademark, insulation type letter designatic conductor size, voltage rating and the number of conductors if a cable. Conductor insulation st be of a solid color or of basic colors with a permanent colored stripe as detailed in the follow table unless otherwise specified. Solid or basic colors shall be homogeneous through the full del of insulation. Identification stripes shall be continuous over the entire length of the conductor. f conductor sizes No. 2 and larger, the insulation may be black and the ends of the conductors st be taped with electrical insulating tape of the required color for a minimum of 500 mm (20"). single conductors in cables shall be marked as shown in Table 209-2.08A (A): em rrs 7/17/98 Contract No. 361 0 Page 76 of 120 Pages TABLE 209-2.08A (A) CONDUCTORS e I Phase or Function Vehicle Signals ,5 .................................... .7 .................................... ................................ ................ ................................ ................ 0 ................................ Interconnect Notes: 1. On overlaps, insulation is striped for first phase in designation, for example, a phase (2+3) conductor is strip€ phase 2. 2. Band for overlap and special phases as required. 3. Flashing beacons having separate service do not require banding. 4. These requirements do not apply to signal cable. 5. "S" if circuit is switched on line side of service equipment by utility. 6. Band conductors in each pull box and near ends of termination points. On signal light circuits, a single band 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 indica a column. em tS 7/17/98 Contract No. 3610 Page 77 of 120 8. Conductors between ballasts and sign lighting lamps shall be No. 16 and color shall correspond to that of the ball: 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. 209-2.088 Multiple Circuit Conductors.- Conductors for multiple circuits shall be UL or ETL li and rated for 600-volt operation. The insulation for No. 14 through No. 4 conductors shall be on the following: 1) Type TW polyvinyl chloride conforming to the requirements of ASTM Designation: D 221 9, 2) Type THW polyvinyl chloride. 3) Type USE, Type RHH or Type RHW cross-linked polyethylene. At any point, the minimum thickness of any Type TW, THW, USE, RHH or RHW insulation shal 1.0 mm (40 mils) for conductor sizes No. 14 to No. IO, inclusive, and 1.3 mm (54 mils) for No. 1 No. 2, inclusive. The insulation for No. 2 and larger conductors shall be one of the types Iiz above or shall be Type THWN. Conductors for wiring wall luminaires shall be stranded copper, \ insulation rated for use at temperatures up to 125°C. Overhead lighting conductors shall be Nc or larger, medium hard drawn copper with weatherproof covering. 209-2.08C Series Circuit Conductors. Conductors for series circuits shall be No. 8, shall rated for 5000-volt operation and shall be insulated with 3.7 mm (150 mils) minimum thickn polyvinyl chloride compound conforming to the specifications of ASTM Designation: D 221 9, polyethylene conforming to the specifications of ASTM Designation: D 1351. 209-2.08D Signal Cable. Sianal cable shall be installed. Individual conductors are not allowt Signal cable shall conform to the following: The cable jacket shall be black polyethylene with inner polyester binder sheath, and shall be rated for 600- volt and 75°C. All cables shall have clt distinctive, and permanent markings on the outer surface throughout the entire length of the ca showing the manufacturer’s name or trademark, insulation designation, number of conductc conductor sizes, and the voltage rating of the jacket. Filler material, if used, shall be polyethyk material. Individual conductors in the cable shall be solid copper with Type THWN insulation, i shall conform to the requirements in Section 209-2.08, “Conductors,” and ASTM Designation: 286. The minimum thickness of Type THWN insulation, at any point, shall be 0.3 mm ( 13 mils) conductor sizes No. 14 and No. 12, and 0.4 mm (18 mils) for conductor size No. 10. The minimi thickness of the nylon jacket shall be 0.1 mm (4 mils) at any point. Three-Conductor Cable (3CSC). The 3-conductor signal cable shall consist of three No. conductors. The cable jacket shall have a minimum average thickness of 1.1 rnm (45 mils) an( minimum thickness at any point of 0.9 mm (36 mils). The nominal outside diameter of the cal shall not exceed 10 mm (0.10”). The color code of the conductors shall be blue/black stril blue/orange stripe, and white/black stripe. The 3 conductor cable shall be used for pedestrian p~ buttons and a spare. Fiveconductor Cable (SCSC). The 5-conductor signal cable shall consist of five No. conductors. The cable jacket shall have a minimum average thickness of 1.1 mm (45 mils) a shall have a minimum thickness at any point of 0.9 mm (36 mils). The nominal outside diameter the cable shall not exceed 13 mm (0.50”). The color code of the conductors shall be red, yello brown, black, and white. 4- tS 7/17/98 Contract No. 361 0 Page 78 of 120 Pages Insulation Colors red yellow brown red/black stripe Stripe yellowlblack stripe brown/black stripe black white/black stripe TABLE 209-2.08D(C) TWELVE -CONDUCTOR CABLE SIGNAL CABLE 1) The signal commons in each 28-conductor cable shall be kept separate except at the sigr controller. 2) Each 28-conductor cable shall be labeled in each pull box "CI" or "C2",. 3) The cable identified "Cl" shall be used for signal Phases 1, 2, 3 and 4. The cable identifil "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 sigr standard to which it is connected. 209-2.08E Signal Interconnect Cable (SIC). Signal Interconnect Cable shall consist of six twelve No. 20, minimum, stranded tinned copper conductors as shown on the plans or requin herein. Each conductor shall be insulated with 0.33 mm (0.013"), minimum nominal thickness, col coded, polypropylene material. Conductors shall be in twisted pairs. Color coding shall distingui: each pair. Each pair shall be wrapped with an aluminum polyester shield and shall have a No. 22 larger, stranded, tinned copper drain wire inside the shielded pair. The cable jacket shall be blac high density polyethylene, rated for a minimum of 300- volts and 60T, and shall have a nomir wall thickness of 1.0 mm (40 mils), minimum. The cable jacket or the moisture-resistant tal directly under the outer jacket shall be marked with the manufacturer's name, insulation tyi designation, number of conductors and conductor size, and voltage and temperature ratings e- p,s 7/17/98 Contract No. 3610 Page 80 of 120 Pages Splices shall be made only where shown on the plans or in controller cabinets. A mini one meter (3’) of slack shall be provided at each splice and 2 m (6‘) at each controller c Splices of conductors shall be insulated with heat-shrink tubing of the appropriate size a overlap the conductor insulation at least 15 mm (0.5”). The overall cable splice shall be with heat-shrink tubing, with at least 40 mm (I1/*“) of overlap of the cable jacket. 209-2.09 Wiring. All conductors shall be run in conduit, except overhead and tei installations and where conductors are run inside poles. Wiring shall be done in conformar the regulations and code listed in Section 209-1.02, “Regulations and Code,” and the fi additional requirements: 209-2.09A Circuitry. Sufficient traffic signal light conductors shall be provided to perfc functional operation of the signal and, in addition thereto, 3 spare conductors shall be providc conduits containing traffic signal light conductors, unless shown otherwise on the plans. signal light conductors shall not run to a terminal block on a standard unless they art connected to a signal head that is mounted thereon. Connection to each terminal of a pec push button shall be by a single conductor. The common for pedestrian push button circu be separate from the traffic signal light circuit grounded conductors. Where ballasts or trans are used, series conductors shall be run from ballast to ballast, transformer to transformer, a ballast or transformer to service. 209-2.09B Installation. A UL or ETL listed inert lubricant shall be used in placing condui conduit. Conductors shall be pulled into conduit by hand and the use of winches or other actuated pulling equipment will not be permitted. When new conductors are to be added to c conductors in a conduit, all conductors shall be removed; the conduit shall be cleaned as pro\ Section 209-2.05C, “Installation”; and both old and new conductors shall be pulled into the I as a unit. Where traffic signal light conductors are run in lighting standards containing street conductors from a different service point, either the traffic signal light conductors or the conductors shall be encased in flexible or rigid metal conduit, to a point where the 2 tg conductors are no longer in the same raceway. Temporary conductors less than 3 m (IO‘) grade shall be enclosed in flexible or rigid metal conduit. At least 0.3 m (I ‘) of slack shall be left for each conductor at each signal or lighting stand combined standard, and at least one meter (3’) of slack at each pull box. At least one metei slack shall be left for each conductor at each splice. Ends of spare conductors or conc 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 to with self-clinching nylon cable ties, or other method approved by the Engineer. Traffic sign conductors, interconnect conductors, service conductors, detector conductors and cat controller cabinets and flashing beacon cabinets shall be neatly arranged, and shall be together with self-clinching nylon cable ties, or enclosed in plastic tubing or raceway. Conductor identification shall be provided under the following conditions: d) @ 1) Where signal phase or circuit are not clearly indicated by conductor insulation color anc as detailed in the conductor table in Section 209-2.08, “Conductors,” or when identif stripes are not available, marking shall be as detailed in the conductor table for specii overlap phases. 2) Where metered and unmetered conductors occupy the same pull box, the unmetered conductors shall be identified, “UNMETERED-STREET LTG,” “UNMETERED-C STATION,” or as appropriate to describe the unmetered circuit. * 4- tS 7/17/98 Contract No. 361 0 Page 81 of 120 Pz Conductors shall be permanently identified as to function. Identification shall be placed on e: conductor, or each group of conductors comprising a signal phase, in each pull box and near end of terminated conductors. Identification shall be by direct labeling, tags or bands fastened the conductors in such a manner that they will not move along the conductors. Labeling shall be mechanical methods. 209-2.096 Connectors and Terminals. Conductors shall be joined by the use of UL or ETL lis crimp type connectors as shown on the plans. Connectors and terminals shall be applied with proper type tool as recommended by the manufacturer of the connector or terminal being use Finished connections and terminals shall comply with the requirements of Military Specification M T-7928. All stranded conductors smaller than No. 14 shall be terminated in crimp style termi lugs. All connectors and terminal lugs for conductor sizes No. 8 and smaller shall be soldered the hot iron, pouring or dipping method. Open flame soldering will not be permitted. 209-2.09D Splicing and Terminations. Unless specified otherwise or permitted by the Enginc splices shall conform to the details shown on the plans and will be permitted only in the follow 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 lumin: location or in the bases of Type 21 standards. Where electroliers are more than 120 m (4( apart, splices will be permitted in pull boxes at 120 m (400'), or greater, intervals. 4) When traffic signals are being modified, ungrounded traffic signal light conductors may spliced in pull boxes at locations shown on the plans. 5) Ungrounded traffic signal light conductors to a terminal compartment or signal head or standard may be spliced to through conductors of the same phase in the pull box adjacent to standard. 6) All splices and terminal lugs for conductor sizes No. 8 and smaller shall be soldered by the iron, pouring or dipping method. Open flame soldering will not be permitted. 209-2.09E Splice Insulation. All splices shall be capable of satisfactory operation un continuous submersion in water. Multi-conductor cables shall be spliced and insulated to provid watertight joint and to prevent absorption of moisture by the cable. Where more than one conductor enters the sleeve of a ballast installed in a pull box, the insula' and taping shall be applied between the conductors in such a manner as to provide a waterti joint. Splice insulation shall conform to the details shown on the plans. Low-voltage tape shall be Ut 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-kv circuits and shall be resistant to ozone, corona and water. Insulating pad shall be composed c laminate of 2 mm (0.085") thickness of electrical grade polyvinyl chloride and a 3 mm (0.1: thickness of butyl splicing compound with removable liner. . Heat-shrink tubing shall be mediun heavy wall thickness, irradiated polyolefin tubing containing an adhesive mastic inner wi Minimum wall thickness prior to contraction shall be one millimeter (39 mils). When heated, inner wall shall melt and fill all crevices and interstices of the object being covered while the 01 wall shrinks to form a waterproof insulation. Each end of the heat-shrink tube or the open end of end cap of heat-shrink tubing shall, after contraction, overlap the conductor insulation at IC 38 mm. Heat-shrink tubing shall conform to the requirements of UL Standard 468D and A (2119.1, for extruded insulated tubing at 600-V. 4- Gs 7/17/98 Contract No. 3610 Page 82 of 120 Page Property Shrinkage Ratio: Dielectric Strength Resistivity: Tensile Strength: Operating Temperature: Water Absorption: Requirement 33 percent, maximum, of supplied diameter when heated to li allowed to cool to 25°C. 140 kV per 10 mm, minimum. 1013 X - mm, minimum. 14 MPa, minimum. -40°C to 90°C (1 35°C Emergency). 0.5 percent, maximum. 209-2.10 Bonding and Grounding. Metallic cable sheaths, metal pull box covers, metal cond equipment grounding conductors, ballast and transformer cases, service equipment, sign switch and metal poles and pedestals shall be made mechanically and electrically secure to form continuous system, and shall be effectively grounded. Bonding jumpers shall be copper wire copper braid of the same cross sectional area as No. 6 for series lighting systems and No. 8 larger for all other systems. The jumper size shall be increased to match the load or the circ breaker size, or shall be as shown on the plans. Equipment grounding conductors shall be cc coded to Code requirements or shall be bare. The bonding jumper in standards with handholes shall be attached by a 4.5 mm ('/,,") or lar brass bolt and shall be run to the conduit or bonding wire in the adjacent pull box. Standa without handholes shall be bonded by a jumper attached to all anchor bolts, and shall be run to conduit or bonding wire in the adjacent pull box. Grounding jumper shall be visible after cap 1 been placed on foundation. Where slip base standards or slip base inserts are installed, bonding jumper shall not intrude into the slip plane. Bonding shall be accomplished by a bond strap to all anchor bolts or a 4.5 mm C/,:) or larger brass bolt installed in the bottom slip base pla One side of the secondary circuit of series-multiple and step-down transformers shall be groundec Grounding of metal conduit, service equipment and the grounded conductor at service point shall accomplished as required by the Code and the serving utility, except that grounding electrl conductor shall be No. 6, or larger. For equipment grounding purposes in Type 3 conduit, a NI copper wire shall be run continuously in circuits used for series lighting, and a No. 8, minimi copper wire shall be run continuously in all other circuits. The bonding wire size shall be increa to match the circuit breaker size, or shall be as shown on the plans. Where Type 3 conduit is tc installed for future conductors, the copper wire may be omitted. Equipment bonding and grounc conductors are not required in conduits which contain only loop lead-in cable or signal interconr cable or both. At each multiple service disconnect location, a ground electrode shall be furnished and installc Ground electrodes shall be one-piece lengths of galvanized steel rod or pipe not less than 19 (3/4") in diameter, or of copper clad steel rod not less than 15 mm ('//,") in diameter. Gro electrodes shall be installed in accordance with the provisions of the Code. The service equipn shall be bonded to the ground electrode by use of a ground clamp or exothermic weld and No. 1 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 Sizc galvanized, malleable iron conduit hub with swivel feature. On wood poles, all metallic equipn mounted less than 2.4 m (8') above ground surface shall be grounded. Bonding of metallic con in non-metallic pull boxes shall be by means of bonding bushings and bonding jumpers. Bondinl metallic conduit in metal pull boxes shall be by means of locknuts, one inside and one outside of box. 209-2.1 1 Service. Electrical service installation and materials shall conform to the requiremenl the serving utility. When the service equipment is to be installed on a utility-owned pole, Contractor shall furnish and install conduit, conductors and all other necessary material to comF the installation of the service. The position of the riser and equipment will be determined by utility. Service conduit shall conform to the requirements of the serving utility and shall be not than Size 41 (1 1/2'' dia.). Where a kilowatt-hour meter is required, a meter socket with sealing ring, as approved by serving utility, shall be furnished and installed. Where a meter socket is installed, the rr enclosure shall be provided with factory installed test bypass facilities as required by the ser utility. Service equipment shall be installed as soon as possible to enable the utility to schedul work well in advance of the completion of the project. ew r,s 7/17/98 Contract No. 361 0 Page 84 of 120 Pagt Each service shall be provided with a circuit breaker which shall simultaneously disco1 ungrounded service entrance conductors. All circuit breakers shall be quick-break c automatic or manual operation. The operating mechanism shall be enclosed and shall be from the operating handle on overload. Circuit breakers shall be trip-indicating, shall ha\ size plainly marked and shall have trip rating clearly indicated on the operating handle. ( tripping of breakers shall not be influenced by an ambient temperature range of from -1 8°C Multiple-pole breakers shall be the internal trip type. All circuit breakers shall be listed t ETL. Current rating of breakers shall be as shown on the plans. Circuit breakers used a: disconnect equipment shall have a minimum interrupting capacity of IO 000 A, rms. breakers shall be enclosed in a NEMA raintight enclosure with dead-front panel and hasp v mm (7/16u) hole for a padlock. The padlock will be furnished by others. Except for falsework lighting and power for the Contractor’s operations, upon written requei Contractor, the Engineer will arrange with the serving utility to complete service connec permanent installations and the Agency will pay all costs and fees required by the uti request shall be submitted not less than 15 days before service connections are required used prior to completion of the contract will be charged to the Contractor, except that thc energy used for public benefit, when an operation is ordered by the Engineer, will be at the of the Agency. Full compensation for furnishing and installing Agency-owned or permanent service poles, equipment, conduit, conductors and pull boxes (including equipment, conduit, and COI placed on utility-owned poles) shall be considered as included in the contract item of electri involved and no additional compensation will be allowed therefor. Where the service indeterminate and is shown on the plans as an “approximate location” or “service point established”, the labor and materials required for making the connection between the servic when established, and the nearest pull box shown on the plans will be paid for as extra provided in Section 3-3, “Extra Work.” 209-2.13 Sign Control. Each sign illumination installation shall be provided with a di: circuit breaker mounted on the sign standard or structure, as shown on the plans. Where lighting is served from a series lighting circuit through a series-multiple transformer, th breaker shall be installed in the secondary circuit. Where the sign lighting is served th multiple-multiple transformer, the circuit breaker shall be installed in the primary circuit. breakers shall meet the requirements for circuit breakers in Section 209-2.1 1 , “Service.” EI for the circuit breaker shall be NEMA Type 3R, shall be galvanized or shall be cadmium pla shall be provided with dead front panel and a hasp with a 11 mm (7/1[) diameter hole for a F Padlocks will be furnished by others. When the sign structure is to be painted, the circuit br sign switch enclosure shall be painted the same color as the sign structure on which it is mol 209-2.14 Testing. Attention is directed to Section 4-1.4, “Test of Materials.” Testing shall to the following: 209-2.14A Materials Testing. Material and equipment to be tested shall be delivered to i location designated by the Engineer. Testing will be performed by the Agency. Testing an1 control procedures for Model 170 and Model 2070 controller assemblies shall conforn requirements in “Transportation Electrical Equipment Specifications,” and “Traffic Signal Equipment Specifications,” issued by the State of California, Department of Transportation all addendums thereto current at the time of project advertising. Testing and quality procedures for all other traffic signal controller assemblies shall conform to the requiremen NEMA TS Standards for Traffic Control Systems. 0 @ 0 em r,s 7/17/98 Contract No. 3610 Page 85 of 120 In the event equipment submitted for testing does not comply with specifications, the Contrac shall remove the equipment for repair within 5 working days after notification that the equipmen rejected. In the event the equipment is not removed within that period, it may be shipped to Contractor at the Contractor's expense. The Contractor shall allow 30 days for Agency testing fr the time the material or equipment is delivered to the Agency test site. When equipment be tested has been rejected for failure to comply with the specifications, the Contractor shall allow days for Agency retesting. The retesting period shall begin when the corrected equipment is rnz available at the test site. All testing subsequent to rejection of the equipment for failure to comply with specificat requirements will be at the expense of the Contractor. Deductions to cover the cost of that test will be made from any moneys due or which may become due the Contractor under the contra1 The Contractor will be notified when testing of the equipment has been completed and it shall be Contractor's responsibility to deliver the equipment to the site of the work or, at the Contractc request and the Agency's convenience, the Agency will pack and ship the equipment to Contractor or to the site of work. The sum of $100 or the actual cost of packing and shippi whichever amount is greater, will be deducted, for each unit of equipment shipped by the Agen 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 : following tests on all circuits, in the presence of the Engineer. 209-2.14B(I) Continuity. Each circuit shall be tested for continuity. 209-2.14B(2) Ground. Each circuit shall be tested for grounds. 209-2.14B(3) Insulation Resistance. An insulation resistance test at 500 volts DC shalU be mE on each circuit between the circuit and a ground. The insulation resistance shall not be less tt 10 MR on all circuits, except for inductive loop detector circuits which shall have an insulat resistance value of not less than 100 MQ. The insulation resistance test shall not be performed on magnetometer sensing elements. Splic in the pull box adjacent to the magnetometer sensing elements shall not be made prior performing the test on the lead-in conductors between the pull box and the controller cabinet fi terminals. 209-2.1 4C Functional Testing. Attention is directed to Section 209-1.06, "Scheduling of Wor regarding requirements for test periods. A functional test shall be made in which it is demonstrai that each and every part of the system functions as specified. The functional test for each new modified system shall consist of not less than 5 days of continuous, satisfactory operation. unsatisfactory performance of the system develops, the condition shall be corrected and the tc shall be repeated until the 5 days of continuous, satisfactory operation is obtained. Turn-on of new or modified traffic signals shall be made only after all traffic signal circuits have be thoroughly tested as specified above. Except for new or modified portions of existing lighting circuits and sign illumination systems, 1 Agency will maintain the system or systems during the test period and will pay the cost of electri energy for the operation of all of the facilities that are undergoing testing. The cost of E necessary maintenance performed by the Agency on new circuits or on the portions of existing ( cuits modified under the contract, except electrical energy, shall be at the Contractor's expense a will be deducted from any moneys due, or to become due, the Contractor. e= ts 7/17/98 Contract No. 3610 Page 86 of 120 Pages A shutdown of the electrical system resulting from damage caused by public traffic, from interruption or from unsatisfactory performance of Agency-furnished materials shall not c discontinuity of the functional test. 209-2.1 5 Galvanizing. Galvanizing shall be in accordance with the provisions in Section “Galvanizing for Traffic Control Facilities,” except that cabinets may be constructed of galvanized prior to fabrication in conformance with the specifications of ASTM Designatior or A 525M, Coating Designation G 90, in which case all cut or damaged edges shall be pail at least 2 applications of approved unthinned zinc-rich primer (organic vehicle type) confc the requirements in Section 210-3.5, ”Repair of Damaged Zinc Coating.” Aerosol cans sh: used. Other types of protective coating shall be approved by the Engineer prior to installat or steel pipe standards and pipe mast arms shall be hot-dip galvanized after fabric conformance with the specifications of ASTM Designation: A 53. Galvanized surfaces SI spurs removed. Tie-rods, bolts, nuts, washers, clamps and other miscellaneous ferrous parts shall bc galvanized after fabrication in accordance with the provisions in Section 21 0-3.6, “Galvar Traffic Control Facilities.’] Not less than 250 mm (IO) of the upper end of the anchor bolt: bars, or studs, and all nuts and washers shall be galvanized in accordance with the proc Section 21 0-3.6, “Galvanizing for Traffic Control Facilities.” After galvanizing, the bolt thre, accept galvanized standard nuts without requiring tools or causing removal of protective coi 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 p in Section 310, “Painting,” with the following additions and modifications. Paint mat( electrical installations, unless otherwise specified, shall conform to the provisions in Sec “Paint and Protective Coatings.” Factory or shop cleaning methods for metals will be aca equal to the methods specified herein. In lieu of the temperature and seasonal restric painting as provided in Section 310, “Painting,’] paint may be applied to equipment and mat electrical installations at any time permitted by the Engineer. All ungalvanized ferrous surfaces to be painted shall be cleaned prior to applying the prin Blast cleaning will not be required. If an approved prime coat has been applied manufacturer, and it is in good condition, the first primer application by the Contractor w required. Existing equipment to be painted in the field, including Agency-furnished equipment, washed with a stiff bristle brush using a solution of water containing 7.5 ml. of heavy duty c powder per liter (2 tablespoons per gallon). After rinsing, all surfaces shall be wire brushc coarse, cup shaped, power-driven brush to remove all poorly bonded paint, rust, scale, c grease or dirt. Any dust or residue remaining after wire brushing shall also be removec priming. Immediately after cleaning, all galvanized surfaces and all non-ferrous metal surfa be coated with one application of Primer (Wash) Pre-Treatment, Section 210-1.5 or was conforming to the requirements of Military Specification MIL-P-153288. The wash primer applied by spraying or brushing to produce a uniform wet film on the surface. Gz equipment and wood poles for traffic signal or flashing beacon installations shall not be pain New galvanized metal surfaces to be painted in the field shall be cleaned as specified foi equipment before applying the prime coats specified. Wire brushing of new galvanized surl not be required. After erection, all exterior surfaces shall be examined for damaged prime1 damaged surfaces shall be cleaned and spot coated with primer. Galvanized metal gu2 0 0 e shall not be painted. em p,@ 7/17/98 Contract No. 3610 Page 87 of 120 Types II and Ill steel service equipment enclosures shall be painted with a polymeric or an enan coating system conforming to Color No. 14672 (light green) of Federal Standard 595B. All coatin shall be commercially smooth, substantially free of flow lines, paint washout, streaks, blisters, a other defects that would impair serviceability or detract from general appearance. The coatin shall comply with the following requirements: I) Coating Hardness - The finish shall have a pencil lead hardness of HB minimum using Eagle Turquoise pencil. 2) Salt Spray Resistance - The undercutting of the film of the coating system shall not exceec mm (’/gY) average, from lines scored diagonally and deep enough to expose the base metal, af 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. Complian of the coating system to the above requirements may be determined by the application of t coating, to 100 mm (4”) x 200 mm (8”) x 0.6 mm (0.0236”) test specimens of the same mater 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 “Certification,” certifying that the coating system furnished complies in all respects with these I quirements. Interior of metal signal visors, louvers and front faces of back plates shall be finish with 2 applications of lusterless black exterior grade latex paint formulated for application to prope 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, pedestri push button housings, pedestrian signal sections and visors, and back faces of back plates, shall finished with 2 applications of lusterless black or dark olive green exterior grade latex pa formulated for application to properly prepared metal surfaces. Dark olive green color shall mat Color Chip No. 68 on file at the CALTWNS Transportation Laboratory. 209-3 CONTROLLER ASSEMBLIES 209-3.01 Controller Assembly. A controller assembly shall consist of a complete mechanism 1 controlling the operation of traffic signals or other systems, including the controller unit and necessary auxiliary equipment, mounted in a cabinet. All equipment required to provide tl operation shown on the plans and as specified shall be provided. All field conductors No. 12 ai smaller shall terminate with spade type terminals. All field conductors No. 10 and larger sh terminate in spade type or ring type terminals. 209-3.02 Type 90 Controller Assembly. Each Type 90 controller assembly shall consist of complete traffic signal controller assembly which conforms to the requirements in the NEMA 1 Standards for Traffic Control Systems. The provisions of Sections 209-3.03, “Model 170 and Moc 2070 Controller Assemblies,’’ 209-3.04, “Controller Cabinets,” 209-3.05, “Cabinet Accessories,” ai 209-3.06, “Components,” shall not apply to Type 90 controller assemblies. 209-3.03 Model 170 and Model 2070 Controller Assemblies. Model 170 and Model 20; (Model 170/2070) controller assemblies shall consist of a Model 170, 170E or 2070 controller unit, wired cabinet and all auxiliary equipment required to control the system as shown on the plans, ai as specified in these special provisions. Model 170/2070 controller assemblies shall conform to ti requirements in “Transportation Electrical Equipment Specifications,” (TEES) and “Traffic Sigr Control Equipment Specifications” (TSCES), issued by the State of California, Department Transportation, and to all addendums thereto current at the time of project advertising. *w p,# 7/17/98 Contract No. 3610 Page 88 of 120 Pages Unless otherwise specified or shown on the plans, controller assembly cabinets (housing) Type 1 as shown in the TSCES. The provisions of Sections 209-3.04, “Controller Cabin€ 3.05, “Cabinet Accessories,” and 209-3.06, “Components,” shall not apply to Model ’ controller assemblies. 209-3.04 Controller Cabinets. Unless otherwise specified, controller cabinets for other tt 90 and Model 170/2070 controllers shall conform to the following: 209-3.04A Cabinet Construction. The cabinet shall be a rainproof cabinet with dimen shown on the plans. The cabinet top shall be crowned 13 mm (1/2”) or slanted to the rear tc standing water. The cabinet and doors shall be fabricated of 3 mm (0.125”) minimum t aluminum. All exterior seams for aluminum cabinets and doors shall be continuously we1 exterior welds shall be ground smooth. All edges shall be filed to a radius of 0.8 mm (0. minimum. Cabinets shall be fabricated from aluminum sheet and shall conform to the requirements ( Designation: B 209 or B 209M for 5052-H32 aluminum sheet, and the following: I. Welding on aluminum cabinets shall be done by the gas metal arc welding I process using bare aluminum welding electrodes. Electrodes shall conform to the requ of the American Welding Society (AWS) A5.10 for ER5356 aluminum alloy bare electrodes. 11. Procedures, welders and welding operators for welding on aluminum shall be qu accordance with the requirements of AWS B3.0, “Welding Procedure and Pet$ Qualification,” and to the practices recommended in AWS C5.6. 111. The surfaces of each aluminum cabinet shall be finished to conform to the requ of Military Specification MIL-A-8625C “Anodic Coatings for Aluminum and Aluminum Allc Type II, Class I coating, except that the anodic coating shall have a minimum thickness mm (0.007”) and a minimum coating weight of 0.04 mg/mm2 (27 mg/ine2). The anodic shall be sealed in a 5 percent aqueous solution of nickel acetate (pH 5.0 to 6.5) for 15 mi 97°C (210°F). Prior to applying the anodic coating, the cabinets shall be cleaned and et follows: A. Clean by immersion in inhibited alkaline cleaner such as Oakite 61A or Diver: or equivalent, 45-60 grams per liter (6 to * oz. Per gallon) , 71 “C (1 60°F) for 5 minutes 8. Etch in a solution of I1 g (1 ’I2 oz.) of sodium fluoride, plus 30-45 g (4-6 oz.) of hydroxide per liter of distilled water at 60-65°C (140°F - 150°F) for 5 minutes. C. Rinse in cold water. D. Desmut in a 50 percent by volume nitric acid solution at room tempera 2 minutes. E. Rinse in cold water. @ * The cabinet shall have a single front door equipped with a Best Co. lock core and lock. 7 width shall not exceed 1120 mm (44”). When the door is closed and latched, the door locked. The handle shall have provision for padlocking in the closed position. The hanc have a minimum length of 175 mm (7”) and shall be provided with a 15 mm (5/8“), minimu. shank. The handle shall be fabricated of cast aluminum or of zinc-plated or cadmium-platec The cabinet door frame shall be designed so that the latching mechanism will hold tension form a firm seal between door gasketing and door frame. Cabinet locks shall be the solid b pin tumbler rim type. The lock shall have rectangular, spring-loaded bolts. The locks shal hand, and rigidly mounted with stainless steel machine screws approximately 50 mm (2) Keys shall be removable in the locked and unlocked positions, and 2 keys furnished wi cabinet. The front position of the lock shall extend 3 mm (1/8’1) to 9 mm (V8”) beyond the surface of the door. The latching mechanism shall be a 3-point cabinet latch with nylon rolle center catch and pushrods shall be zinc-plated or cadmium-plated steel. Pushrods shall bc edgewise at the outer supports and shall be 6 mm (1/4“) x 20 mm (3/4”), minimum. The nyloi 4- @ ts 7/17/98 Contract No. 3610 Page 89 of 120 f shall have a minimum diameter of 20 mm (3/4n) and shall be equipped with ball bearings. , cadmium plating shall meet the requirements of Military Specification MIL-QQ-416b. AI1 zinc plati shall meet the requirements of Military Specification MIL-QQ-325b. The door’s hinging shall I three-bolt butt hinges. Each hinge shall have a fixed pin. Doors larger than 560 mm (22”) in wic or 0.56-m2 (6 ff) in area shall be provided with catches to hold the door open at both 90 degre and 180 degrees, plus or minus 10 degrees. The catches shall be 9 mm (3//) diameter, minimur plated steel rods. The catches shall be capable of holding the door open at 90 degrees in a 90 krr (60 mph) wind at an angle perpendicular to the plane of the door. The police panel shall be mounted on the door as shown on the plans, and equipped with a lo keyed for a master police key. Two keys shall be furnished with each cabinet for the police locl Each police key shall have a shaft at least 45 mm (13/4’1) in length. Police panels shall not I furnished for controller assemblies that do not control traffic signals. Door hinges, pins, and bolts shall be made of stainless steel or aluminum with a stainless str hinge pin. The hinges shall be bolted to the cabinet. The hinge pins and bolts shall not accessible when door is closed. Gasketing shall be provided on all door openings and shall be di tight. Gaskets shall be permanently bonded to the metal. The mating surface of the gasketing sh be covered with a silicone lubricant to prevent sticking to the mating surface. Details of alternati designs shall be submitted for review and approval prior to the fabrication of the cabinets. Substantial metal shelves or brackets shall be provided to support controller unit and auxiliz equipment. Machine screws and bolts shall not protrude beyond the outside wall of the cabine Conduit shall enter the controller cabinet at the front unless shown otherwise on the plans. A pliat seal, composed of caulking compound or mastic, shall be placed between each controller cabir and the concrete foundation to prevent water, dust and dirt from entering the cabinet. 209-3.04B Cabinet Ventilation. Each controller cabinet shall be provided with 8 screene raintight vent holes, 12 mm (1/2u) in diameter or larger, in the lower side or bottom of the cabinet, at the option of the Contractor, louvered vents with a permanent metal mesh or 4-ply wov polypropylene air filter held firmly in place, which will permit the fan to pass the volume of specified, may be substituted. Each controller cabinet shall be equipped with an electric fan w ball or roller bearings and a capacity of at least 2.83 m3/min (100 cfm). The fan shall thermostatically controlled and shall be manually adjustable to turn on between 32°C and 65°C w a differential of not more than 6°C between automatic turn on and turn off. The cabinet fan circ shall be fused at 125 percent of the ampacity of the fan motor installed. The fan and cabinet vc holes shall be located with respect to each other so as to direct the bulk of the air flow over t controller unit or through the ventilating holes of the controller unit where those holes exist. 209-3.04C Cabinet Wiring. All conductors used in controller cabinet wiring shall be No. 22, larger, with a minimum of 19 strands. Conductors shall conform to Military Specification MIL-\ 16878D, Type B or better. The insulation shall have a minimum thickness of 0.25 mm (10 mils) a shall be nylon jacketed polyvinyl chloride or shall be irradiated cross-link polyvinyl chloric polyhalocarbon or polychloro-alkene, except that, at the Contractor’s option, conductors No. 14 a larger may be UL Type THHN. At the Contractor’s option, flat cable may be used in lieu of in vidual conductors. Conduc insulation shall be rated at 300 volts and shall be rated for use at 105°C. Cables shall be provid with strain relief. Wiring within controller cabinets shall be neatly arranged and laced, or enclosec plastic tubing or raceway. All conductors used in controller cabinet wiring shall conform to 1 following color-code requirements: Cable shall be constructed of No. 28, or larger, conductors. ew p,s 7/17/98 Contract No. 3610 Page 90 of 120 Pages 1) The grounded conductor of a circuit shall be identified by a continuous white or nat color. 2) The equipment grounding conductor shall be identified by a continuous green coloi continuous green color with one or more yellow stripes. 3) The ungrounded conductors shall be identified by any color not specified in 1 or 2 abo Conductors used in cabinet wiring shall terminate with properly sized captive or spring sp terminals or shall be soldered to a through-panel solder lug on the rear side of the termin: All crimp-style connectors shall be applied with a proper tool which prevents opening of the until the crimp is completed. An equipment grounding conductor bus shall be provided controller cabinet. The bus shall be grounded to the cabinet and shall be connected to t conduit system or other approved ground with a No. 8, or larger, grounding conductor. Wi cabinet equipment in place and connected, the resistance between the grounded conductor bus and the equipment grounding conductor bus shall be 50 MQ, minimum, when measure( applied voltage of 150 volts DC. If DC- is to be grounded, it shall be connected to e( ground only. Two or more terminal blocks shall be provided for field connections. Field terminals installed within 560 mm (22”) of the face of the cabinet and shall be oriented for SCI operation from the door opening. All terminals shall be a minimum of 125 mm (5“) al foundation. No more than 3 conductors shall be brought to any one terminal. Two f jumpers, straight or U shaped, may also be placed under a terminal screw. At least 2 full tt all terminal screws shall be fully engaged when the screw is tightened. No live parts sha beyond the barrier. Attention is directed to Section 209-1.03, “Equipment List and DI regarding wiring diagrams. 209-3.05 Cabinet Accessories.- The following accessories shall be furnished with eacl assembly for other than Type 90 and Model 17012070 controllers: 209-3.05A Labels. A permanent printed, engraved or silk screened label shall be provide following equipment and for all other removable items of equipment: 1. Receptacles for relays and switching devices. 2. Switches, fuses and circuit breakers. Labels shall conform to the designations on the cabinet wiring diagram. Labels for all shelf- equipment shall be on the face of the shelf below the item. Labels for wall-mounted equiprr be below the item. 209-3.058 Convenience Receptacle. A convenience receptacle shall be mounted in accessible location inside the cabinet. Convenience receptacle shall be a duplex, 3-pronf Type 5-1 5R grounding type outlet and shall meet the requirements of UL Standard 943. 209-3.05C Lighting Fixture. Each cabinet shall be provided with a fluorescent lightir mounted on the inside top of the cabinet near the front edge. Fixture shall be providec F15T8, cool white lamp operated from a normal power factor UL or ETL listed ballast. The switch for the lighting fixture shall be either of the following: 1) A toggle switch mounted on the inside door panel. 2) A door-actuated switch that turns the light on when the door is open, and off when th closed. e 0 e e= p,s 7/17/98 Contract No. 3610 Page 91 of 120 Voltage Transient Effect Recurrent peak voltage Energy rating, maximum Power dissipation, average Peak current for pulses less than 7 ps Rating 184 volt 20 J 1250 A 0.85-W 209-4 TRAFFIC SIGNAL FACES AND FITTINGS 209-4.01 Vehicle Signal Faces. Each vehicle signal face shall be of the adjusta conforming to the provisions in Institute of Traffic Engineers (ITE) Publication: ST-O08B, Traffic Control Signal Heads." Plastic signal sections shall meet the requirements of Califo 605. Any fracture within the housing assembly, or a deflection of more than 10 degrees in E vertical or horizontal plane after the wind load has been removed from the front of €he signa a deflection of more than 6 degrees in either the vertical or horizontal plane after the wind been removed from the back of the signal face will be considered structural failure. Vehic faces, except arrow and "X" faces, shall meet the requirements of California Test 604. Ad shall permit rotation of 360 degrees about a vertical axis. The number and type of sections as specified herein or as shown on the plans. Each vehicle signal face shall be instalk location and mounted in the manner shown on the plans. Unless otherwise shown on the vehicle signal faces shall contain 3 sections arranged vertically; red-top, yellow-center bottom. All new vehicle signal faces, except programmed visibility type, installed at intersection shall be of the same manufacture and of the same material. 209-4.0lA Optical Units. Each optical unit for 300 mm (12-inch) and 200 mm (8411) traf assemblies shall meet the requirements of section 209-4.01A (I) for incandescent illumir yellow or green signals or section or 209-4.01A(2) for light emitting diode illumination of red 209-4.01A(I) Optical Units - Incandescent. Each optical unit for yellow or green, circul arrow, signals shall consist of a lens, a reflector or reflector assembly, a lamp receptacl clear traffic signal lamp. Lenses, reflectors, reflector assemblies, lamp receptacles and wi light distribution shall conform to the provisions in ITE Publication: ST-008B. Each lens st best quality glass, true to color and free of imperfections. All reflectors shall conform to the provisions in ITE Publication: ST-008B except that refleci be made of silvered glass or of specular aluminum with an anodic coating. Reflector rir shall be made of cast aluminum. A single piece formed metal reflector/ring holder may t: 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 ( signals shall consist of an assembly that utilizes light emitting diodes as the light source in I incandescent lamp for use in traffic signal sections and shall conform to the following: 1. A single piece formed metal reflectodring holder may be used. 2. Top openings of signal faces shall be sealed with neoprene gaskets. 3. The LED signal assembly lens may be tinted with an appropriate color to reduce sun affect and enhance on/off contrast. If the lens material is tinted, the tinting should be across the face of the lens. 4. The lens of the LED signal module shall be integral to the unit, shall be convex with i 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, circuit board, power supply, a red lens and gasket, and shall be weather proof after in and connection. The circuit board and power supply shall be contained inside the I Circuit boards shall conform to Chapter 1, Section 6 of the State of California Depar Transportation "Transportation Electrical Equipment Specifications". 6. The LED signal module shall have prominent and permanent directional marking(s), that "UP arrow", the word "UP" or "TOP," for correct indexing and orientation within a signal h for units with refracted lens or arrow indications. 7. The manufacturer's name, trademark, serial number and other necessary identification SI permanently marked on the backside of the LED signal module. 0 e a *m %# 7/17/98 Contract No. 361 0 Page 93 of 120 8. LED signal modules used on this project shall be from the same manufacturer, and each size 9. A label shall be placed on the LED signal module certifying compliance to the VTCSH Standarc 1 O.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 c 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.lnstallation of a LED signal module shall only require the removal of the optical unit component i.e., lens, lamp module, gaskets, and reflector. 15.The LED signal module shall be weather tight and fit securely in the housing; and shall conned 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. 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 must conforr to ASTM specifications for the materials and must 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.lf 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. 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 Sectio 1 1.04 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 3% change in luminous intensity per a +l0C 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 PC MIL-STD-883, Test Method 1010. The temperature range shall be from -34OC (-29OF) to +74OC (+165OF), 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-operatin! 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 suppliel 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 2112 minimum, 2 Hz to 120 Hz. The loosening c internal components or other internal damage shall be cause for rejection. shall be the same model. em $@ 7/17/98 Contract No. 3610 Page 94 of 120 Pages 29.LED signal modules shall be tested for moisture resistance and certified test results sup1 MIL-STD-883, Test Method 1004. Testing shall be performed in a non-changing environ 71OC (+16OoF) at a relative humidity of 95 percent for a period of 168 hours. Signal mod under test shall be non-operating. Any evidence of internal moisture after testing shall bl for rejection. 30.LED signal modules shall be tested for mechanical impact and certified test results supp MIL-STD-883, Test Method 2002. The lens face of each signal module shall be subject€ blows of 1000 grams for a duration of 0.5 seconds each. Any evidence of cracking, chip 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 certif results supplied per MIL-STD-883, Test Method 3015. Signal assemblies under test sha subjected to 5 discharges of 1,000 volts, 500 n, 300 pF to electrical leads. Any damage internal electrical components and/or LED light sources is cause for rejection. Signal Sections. Each signal section housing shall be structural plastic 1) Maximum height of a signal section shall be 260 mm (IO'/:) for each 200 mm (8") se 375 mm (143/4u) for each 2) The housing of each signal section shall be provided with a one-piece, hinged, squarc 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 loac 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 3( 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 receivi (I 1/2) pipe. 8) The 200 mm (8) and 300 mm (12") signal sections of an individual manufacturer capable of joining to form a signal face in any combination. This interchangeability is not between metal and plastic signal sections. 9) All gaskets, including those for the door, lens, reflector and lamp holder, shall be IT material that is not affected when installed in a signal section with a metal or plastic hoL is operated continuously for 336 hours. 209-4.01B(2) Plastic Signal Sections. Housings shall be either molded in one piece or fabricated from 2 or more pieces joined into a single piece. The plastic shall have i stability, shall be unaffected by the heat of the lamp used and shall be self-extinguishing. I and doors shall be colored throughout and shall be black matching Color No. 17038, : 37038 of Federal Standard 595B. Each section in a face shall be joined to the adjacent s one of the following methods: I. A minimum of 3 machine screws for 200 mm (8") sections and 4 machine screw mm (12) sections, installed through holes near the front and rear of the housings. screws shall be No. 10 and each shall be provided with a nut, flat washer and lock washt II. Two machine screws (each with a nut, flat washer and lock washer) installec holes near the front of the housings, plus a fastening through the 40 mm (I1/;) pipe 01 The fastening shall consist of two large flat washers to distribute the load around opening and three carriage bolts, each with a nut and lock washer. Minimum size of screws shall be No. 10. Minimum size of carriage bolt shall be 6 mm ('/4n). e 209-4.01 B sections shall conform to the following: 300 mm (12") section. e a 4- r,# 7/17/98 Contract No. 361 0 Page 95 of 120 The supporting section of each signal face supported solely at the top or bottom shall be provid with reinforcement. Reinforcement plates shall be either sheet aluminum, galvanized steel, or Ci aluminum. Each plate shall be not less than 2.7 mm (0.1 10) thick and shall have a hole concenl with the 40 mm (1‘”‘‘) pipe mounting hole in the housing. Sheet aluminum reinforcement plai shall be placed both inside and outside the housing; galvanized steel reinforcement plates shall placed inside only; and cast aluminum reinforcement plates shall be placed outside onl) Reinforcement plates placed outside of the housing shall be finished to match the color of the sigr housing and shall be designed to permit the proper serrated coupling between signal face a mounting hardware. A minimum of three No. 10 machine screws shall be installed through holes the plates and matching holes in the housing. Each screw shall have a round or binder head a shall be provided with a nut and lock washer. Where a signal face is to be supported by a Type MAS side attachment slip-fitter inserted betweer sections, a spacer or spacers shall be placed between the 2 sections. The vertical dimension spacers shall permit proper seating of the serrations between the slip-fitter and the 2 section: Holes in spacers shall align with the front holes in the section housings. In addition to the fasteni through the large openings in the housings, the 2 sections shall be joined with at least 2 machi screws through holes near the front of the housings and the spacers, and through matching holes a reinforcing plate installed in each housing. Machine screws shall be No. 10 minimum sizc Spacers shall be made of the same material as the signal housings. Reinforcing plates ai machine screws shall be as specified above. Reinforcing plates will not be required where tl housing is provided with reinforcing webs connecting the rear of the housing with the top, bottc and sides. Holes for machine screws shall be either cast or drilled during fabrication of the signal sectior Each hole shall be surrounded by a 3 mm (’/[) minimum width boss to permit contact betwec signal sections about the axis of the hole. Each plastic signal face shall be provided with plastic metal visors. Plastic signal faces which require backplates shall be provided with plastic backplate A serrated nylon washer shall be inserted between each plastic signal section and a me‘ mounting assembly. Each washer shall be not less than 4 mm (”/,,“) nor more than 6 mm (‘l thick. Serrations shall match those on the signal section and the mounting assembly. 209-4.01 C Electrical Components. The electrical components for 300 mm (1 2-inch) and 200 mr (84-1) traffic signal assemblies shall meet the requirements of section 209-4.016 (1) for incandescent illumination for yellow or green signals or section 209-4.01 C(2) for light emitting diodl illumination of red signals. 209-4.01 C(l) Electrical Components - Incandescent. Each optical unit for yellow or gree circular ball or arrow, signals shall meet the requirements of this section. Lamp receptacles ar wiring shall conform to ITE Publication: ST-008B. The threaded portion of the lamp receptacle Shi be metal. Aluminum shall not be used. Each lamp receptacle shall be wired with a conductc connected to the shell of the receptacle, with white insulation, and a conductor, to the bottom or er terminal of the receptacle, with black insulation or with insulation color-coded. These conduct0 shall, in turn, be connected to a terminal block mounted inside at the back of the housing. Tt terminal block shall have sufficient screw shall be permanently identified or conductors shall be col coded to facilitate field wiring. Lamp receptacle conductors shall be No. 18, or larger, 600-V, a pliance wiring material (AWM), with 0.75 mm (30 mil) thickness insulation rated 105°C or wi insulation that conforms to Military Specification MIL-W-16878 Dl Type B, with vinyl nylon jack rated 11 5°C. The manufacturer’s name or trademark, conductor size, insulation type lett designation and temperature rating shall be marked on the insulation or a Certificate of Complianr conforming to the provisions in Section 4-1 5, “Certification,” shall be submitted by the manufactw with each shipment of traffic signal faces. *m t@ 7/17/98 Contract No. 3610 Page 96 of 120 Pages 209-4.01 C(2) Electrical Components - Light Emitting Diodes. All electrical componen red, circular or arrow, signals shall consist of an assembly that utilizes light emitting diodc light source in lieu of an incandescent lamp for use in traffic signal sections and shall confo 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 design: temperature rating shall be marked on the insulation or a Certificate of Compliance confc the provisions in Section 4-1 5, ”Certification,” shall be submitted by the manufacturer \i shipment of traffic signal faces. 3. The LED signal module shall be rated for use in the ambient operating temperature rang1 4. The LED signal module shall be dust and moisture tight to protect all internal LED and ell components. 5. The LED signal module shall be capable of withstanding exposure to an environment of; (+165OF)/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 VTCSt standard . 7. Two captive, 2-color coded, Im (36”) long, 600 V, 18 AWG minimum, jacketed wires, wit1 disconnect terminals attached conforming to the National Electric Code and Section 209- “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 135 volts rms. Nominal rated voltage for all measurements shall be 117 volts rms. The c shall prevent flicker over this voltage range. The circuitry shall prevent flicker at all volts{ below 80 volts rms for a minimum time period of 16 milliseconds. 9. The signal module on-board circuitry shall include voltage surge protection to withstand : peak transient of 600 volts of each polarity for 100 ms duration. 10.The individual LED light sources shall be wired so that a catastrophic failure of one LED source will not result in the loss of illumination in more than 20 percent of the LED light sc I 1 .The LED signal module shall be operationally compatible with currently used controllers ( conflict monitors. 12.The LED signal circuitry shall prevent false controller conflict monitor action due to exces high off-state input impedance. 13.The LED signal module on-board circuitry may provide dimming capability, triggered by i on-board photodiode to sense ambient light. The dimming operation shall diminish light ( 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 defir section) in order to cause any electronic infant mortality to occur and to detect any electrc 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 signa modules. 17.AII 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 ratc intensity (described in the definition section). This may be done using an integrating pho The test data shall be kept on file for a minimum period of six years. LED signal module meeting minimum light intensity per Table 1 of VTCSH shall be rejected. 19.LED signal modules representative of typical average production units shall be measurec output performance according to VTCSH, Section 11 .OO, after a 30 minute warm-up time (module is illuminated at rated voltage). 20.Each LED signal module shall be tested for light output at 80, 117, and 135 volts. LED s modules shall not be allowed to fall short of the minimum intensity values. rl) -34OC (-29OF) to +74OC (+165OF). a d) em pIs 7/17/98 Contract No. 361 0 Page 97 of 120 21 .The LED's shall utilize AllnGaP technology and shall be the ultra bright type rated for 100,000 hours of continuous operation from -4OOC to 74OC. 22.The individual LEDs shall be wired such that a catastrophic failure of one LED will result 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 entirc 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.AII optical testing shall be performed with the module mounted in a standard traffic signal sectic but without a visor or hood attached to the signal section. 27.Maximum initial power requirements for LED signal modules shall be 25 watts for 300 mm red, 15 watts for 200 mm red and 15 watts for 300 mm red arrow at 25OC. 28.LED signal modules shall be rated for a minimum useful life of 48 months and shall maintain no less than 85 percent of the standard light output values found in the ITE publication ST-O08B, "Vehicle Traffic Control Signal Heads" (VTCSH ST-017), after 48 months of continuous use in a traffic signal operation over the temperature range of -4OOC to +74OC. 29.The LED red arrow indication shall meet existing specifications stated in the VTCSH Section 9.( 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 5,50 candela/m*, 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 17 Publication: ST-008B. Visors are classified, on the basis of lens enclosure, as full circle, tunn (bottom open), or cap (bottom and lower sides open). Unless otherwise specified, visors shall t the full circle type. The visor shall be a minimum of 240 mm (91/2") in length for nominal 300 m (12") round lenses and 180 mm (7") in length for nominal 200 mm (8") round lenses, with 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 injectio rotational or blow molded plastic sections. 2) Sections shall be joined using thermal, chemical or ultrasonic bonding or with aluminum rive and washers permanently colored to match the visor. 3) Visors shall be of black homogeneous colored material with a lusterless finish. Each visor shall be secured to its door in a manner that will prevent its removal or permane deformation when the wind load specified in California Test 605 for plastic visors is applied to tt side of the visor for 24 hours. 209-4.02 Directional Louvers. Where shown on the plans, directional louvers shall be furnish€ and installed in signal visors. Directional louvers shall be so constructed as to have a snug fit in tt signal visors. The outside cylinder shall be constructed of 0.75 mm (0.030") nominal thickness, ( thicker, sheet steel and the vanes shall be constructed of 0.4 mm (0.016") nominal thickness, ( thicker, sheet steel or the cylinder and vanes shall be constructed of 5052-H32 aluminum alloy ( equivalent thickness. Dimensions of louvers and arrangements of vanes shall be as shown on tt plans. 209-4.03 Backplates. Where shown on the plans, backplates shall be furnished and installed c signal faces. Dimensions, materials and installation details shall be as shown on the plans. h background light shall show between the backplate and the signal face or between sections. Plast backplates shall be supplied and either formed from sheet plastic or assembled from extrude1 molded or cast sections. Sections shall be factory joined using (1) an appropriate solvent cemen (2) aluminum rivets and washers painted or permanently colored to match the backplate, or (3) NI em rr@ 7/17/98 Contract No. 361 0 Page 98 of 120 Pages 10 machine screws with washer, lock washer and nut, painted to match the backplate. B: shall be of black homogeneous colored material with a lusterless finish. Each plastic backp be secured to the plastic signal face in a manner that will prevent its removal or pt deformation when the wind-load test is applied to either the front or the rear of the signal fi permanent deformation of any portion of the backplate shall not exceed 5 degrees fo backward after the wind loading has been applied for 24 hours. When a plastic backplate requires field assembly, it shall be joined with at least four No. 10 screws at each field assembled joint. Each machine screw shall be provided with an ir captive flat washer, a hexagonal head slotted for a standard screwdriver, and either (1) a lo with an integral or captive flat washer, or (2) a nut, flat washer and lockwasher. Machine nuts and washers shall be stainless steel. Where a metal backplate consists of 2 or more the sections shall be fastened with rivets or with aluminum bolts peened after assembly tc loosening. In lieu of the screws shown on the plans, plastic backplates may be fasten( plastic signal face using self-threading No. 10 stainless steel screws. The screws shall integral or captive flat washer and a hexagon head slotted for a standard screwdriver, anc stainless steel. 209-4.04 Programmed Visibility Vehicle Signal Faces. Each programmed visibility si: and the installation thereof shall conform to the provisions in Sections 209-4.01, “Vehicl Faces,” 209-4.03, “Backplates,” and 209-4.06, “Signal Mounting Assemblies,” except provisions in Section 209-4.01AI “Optical Units,” shall not apply. Each programmed visibilr section shall provide a nominal 300 mm (12) diameter circular or arrow indication. Color a configuration shall conform to ITE Publication: ST-008B. Each section shall be provided w visor. Each signal section shall be provided with an adjustable connection that permits inc tilting from 0 to 10 degrees above or below the horizontal while maintaining a common ver through couplers and mountings. Terminal connection shall permit external adjustment a mounting axis in 5 degree increments. The signal shall be mountable with ordinary tools and capable of being serviced withoi Adjustment shall be preset at 4 degrees below the horizontal, unless otherwise specifit visibility of each programmed visibility signal face shall be capable of adjustment or prog within the face. When programmed, each signal face’s indication shall be visible only in tho or lanes to be controlled, except that during dusk and darkness a faint glow to each sid permissible. Prior to programming, each signal section with a yellow indication shall p minimum luminous intensity of 2500 cd on the optical axis, and a maximum intensity of 100 degrees horizontal from the axis. Each signal section with a yellow indication shall be ci having its visibility programmed to achieve the following luminous intensities: a minimum of on the optical axis, a maximum of 100 cd at from 0.5 to 2 degrees horizontal from the ax maximum of 10 cd at from 2 to 15 degrees horizontal from the axis. Under the same conditi intensities of the red indication and the green indication shall be at least 19 and 38 respectively, of the yellow indication. Each signal face or each signal section shall include means for regulating its luminous intensity between limits in proportion to the individual bac luminance. Lamp intensity shall not be less than 97 percent of uncontrolled intensity at 11 and shall reduce to 15 +2 percent of maximum intensity at less than 10 lx. The dimmin! shall operate over an applied voltage range of 95 to 130 V, 60 Hz and a temperature range to 74°C. The Contractor shall program the head as recommended by the manufacturer directed by the Engineer. a 0 4D e= ts 7/17/98 Contract No. 3610 Page 99 of 120 209-4.05 Pedestrian Signal Faces. Message symbols for pedestrian signal faces shall be wh WALKING PERSON and Portland orange UPRAISED HAND conforming to the requirements oft Institute of Transportation Engineers Standards: "Pedestrian Traffic Control Signal Indications" a the "Manual on Uniform Traffic Control Devices." The height of each symbol shall be not less th 250 mm (10") and the width of each symbol shall be not less than 165 mm (61/2"3,. The luminan of the UPRAISED HAND symbol shall be 3750cd/m2 (1,100 foot-lamberts), minimum, and t luminance of the WALKING PERSON symbol shall be 5300 cd/m2 (1,550 foot-lamberts), minimu when tested in accordance with California Test 606. The uniformity ratio of an illuminated symbol shall not exceed 4 to 1 between the highest luminan area and the lowest luminance area. The luminance difference between a nonilluminated symt and the background around the symbol shall be less than 30 percent when viewed with the frc screen in place and at a low sun angle. Brightness measurements for signals designed for incandescent lamp will be made when the signal is equipped with an A-21 traffic signal lar operated at a voltage to produce 665 lumens. Each housing, including the front screen, shall ha maximum overall dimensions of 470 mm (18'/:) width, 483 mm (19) height and 292 mm (111/ depth. All new pedestrian signal faces installed at any one intersection shall be the same make ai type. Each pedestrian signal face shall be installed at the location and mounted in the mann shown on the plans. 209-4.05A Types. Pedestrian signal faces shall be Type A and shall conform to the following: 209-4.05A(I) Type A. Each Type A signal shall consist of a housing, two-color message plate, reflector assembly, 2 incandescent lamps with sockets and a front screen. Each message pla shall be one piece and shall be made 4.7 mm (3/16(r) tempered glass. The symbols shall be applic to the inside smooth surface of the message plate. Each reflector assembly shall consist of 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-008 "Vehicle Traffic Control Signal Heads." Plastic reflectors shall consist of molded or vacuum-formc plastic with a vacuum-deposited aluminum reflecting surface. The plastic material shall not distc when the reflector is used with the lamp of the wattage normally furnished with the signal. addition, the UL nonmechanical loading temperature of the material shall exceed, by at least 10'1 the maximum temperature in the signal section with the lamp "ON" and measured in an ambient i temperature of 25°C in accordance with UL Publication UL 746B. Each completed reflector shz when operated with the appropriate lamp and lens, provide the message brightness specified. 209-4.05B Front Screen. The front screen provided on each Type A signal shall have a 38 m (11/21') deep eggcrate or Z-crate type screen of 0.8 mm (0.03") nominal thickness polycarbonate The screening shall be mounted in a frame constructed of 1.0 mm (0.04) minimum thickne: polycarbonate. The screen shall be installed parallel to the face of the message plate and shall t 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;) whc a 75 mm (3") diameter, 1.8-kg (41b.) steel ball is dropped onto the screen from a height of 1.2 m (d above the screen. The screen will be lying in a horizontal position and supported on its edges f this test. The message plate will be removed from the pedestrian signal housing, when tt pedestrian housing is used to support the front screen during the test, so there will be no bac support for the screen. The screen and frame shall be fabricated from aluminum anodized fl black, or finished with lusterless black exterior grade latex paint formulated for application properly prepared metal surfaces, or shall be fabricated from flat black plastic. Alternate methods screening may be substituted for the above screens provided that the results are at least equal those obtained with the above specified screens as determined by the Engineer. e= p,# 7/17/98 Contract No. 3610 Page 100 of 120 Pages 209-4.05C Housing. Pedestrian signal housings shall conform to the provisions in Sec 4.01 B, ”Signal Sections.” 209-4.05E Finish. The exterior of each housing and visor and the interior of visors painted in accordance with the provisions in Section 209-2.1 6, “Painting.” 209-4.05F Control. All pedestrian signals shall be capable of being controlled by the s switching devices specified for traffic signal controller assemblies. 209-4.05G Terminal Blocks. Each pedestrian signal face shall be provided with a I terminal block conforming to the provisions in Section 209-4.01 C, “Electrical Components.” All field wiring shall connect to this terminal block. 209-4.06 Signal Mounting Assemblies. Signal mounting assemblies shall consist o (I 1/2rr) standard weight steel galvanized pipe conforming to the specifications of ASTM Des A 53, necessary fittings, slip-fitters and terminal compartments. Pipe fittings shall be du galvanized steel, aluminum alloy Type AC-84B No. 380, or bronze. Mast arm slip-fitters cast bronze or hot-dip galvanized ductile iron. Post top slip-fitters and terminal compartmc be cast bronze, Type 356-T6 aluminum or hot-dip galvanized ductile iron. After installs exposed threads of galvanized pipe brackets and all areas of the brackets damaged by v vise jaws shall be cleaned with a wire brush and painted with 2 applications of approved i zinc-rich primer (organic vehicle type) conforming to the requirements in Section 210, “f Protective Coatings.” Aerosol cans shall not be used. Each terminal compartment shall be fitted with a terminal block containing a minimum of each with 2 screw type terminals. Each terminal shall be designed to accommodate at le 14 conductors. A cover shall be provided on the compartment to give ready access to the block. Where used to bracket mount signals, the terminal compartment shall be design€ securely to a pole or standard. The horizontal dimension of mounting assembly members the vertical centerline of the terminal compartment or slip-fitter and the vertical centerlinc signal face, shall not exceed 280 mm (II”), except where required to provide proper si! alignment or permit programming of programmed visibility signal faces or when otherwise by the Engineer. Each mounting assembly shall be oriented to provide maximum t clearance to the adjacent roadway. All mounting assembly members shall be either plumt symmetrically arranged and securely assembled. Construction shall be such as to r conductors to be concealed. Mounting assemblies shall be watertight and free of sharp protrusions which might damage conductor insulation. For post-top mounting of signals, a slip-fitter shall be used. Slip-fitter shall fit over a 11 5 n outside diameter pipe or tapered standard end. Each slip-fitter shall be provided with c plated steel set screws, arranged as shown on the plans. Each slip-fitter used to post-tc signals with brackets shall be provided with an integral terminal compartment. Each assembly shall be provided with positive locking, serrated fittings, which when mated wi fittings on the signal faces shall prevent faces from rotating. Fittings shall permit fasten crements of not more than 7 degrees. Signal faces shall not be installed at any intersection until all other signal equipment, inch complete controller assembly, is in place and ready for operation at that intersection, excep signal faces may be mounted if they are not directed toward traffic or if they are covered. a @ a em r,# 7/17/98 Contract No. 3610 Page 101 of 12C 209-4.07 Flashing Beacons. Each beacon shall consist of a single section traffic signal fac conforming to the provisions in Section 209-4.01, “Vehicle Signal Faces,” with yellow or red lens shown on the plans. The beacon flasher unit shall be independent of the intersection flasher unit. 2094.07A Backplates. Each beacon shall be provided with a backplate conforming to tl requirements in Section 209-4.03, ”Backplates.” 209-4.079 Visors. Each beacon shall be provided with a full circle type visor conforming to tl requirements in Section 2094.01 D, “Visors.” 209-4.07C Flashing Beacon Control Assembly. Each flashing beacon control assembly sh consist of switches, circuit breakers, terminal blocks, flasher, dimming relay, wiring and electric components necessary to provide proper operation of the beacons, all housed in a single enclosur 2094.07C(I) Enclosure. The enclosure shall be NEMA Type 3R, and shall be provided with de; front panel and a hasp to permit padlocking of the cover. The padlock will be furnished by other! The enclosure shall be hot-dip galvanized or, at the option of the Contractor, shall be provided wi a factory applied rust resistant prime coat and finish coat. 2094,07C(2) Circuit Breakers and Switches. A 15-A circuit breaker shall be installed to contr each ungrounded conductor entering the enclosure. A switch to permit manual operation of the si! lighting circuit shall be provided. Switches shall be of the single-hole-mounting toggle type, sing1 pole, single-throw, rated at 12 A, 120 V. Switches shall be furnished with an indicating namepla reading “Auto - Test” and shall be connected in parallel with the load contacts of the photoelecti 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-Sta Flashers,” of NEMA Standards Publication No. TS 1. The flasher shall be a solid-state device wi no contact points or moving parts. The flasher shall provide 2 output circuits to permit alterna flashing of signal faces and shall be capable of carrying a minimum of 10 A per circuit at 120 V. 209-4.076(4) Wiring. Conductors and wiring in the enclosure shall conform to the requirements Section 209-3.04C, “Cabinet Wiring.” 2094.07C(5) Terminal Blocks. Terminal blocks shall be rated at 25 A, 600 V, shall be moldc from phenolic or nylon material and shall be the barrier type with plated brass screw terminals ar integral type marking strips. 209-4.07C(6) Dimming Relay. A heavy duty dimming relay shall be provided to reduce tt voltage to the lamps at night. Heavy duty relays shall be designed for continuous duty. Relays sh: operate during ambient temperatures from -1 8°C to 71 “C (0” to 160°F). Each relay shall operate the 8-pin Jones-type socket shown on the plans. Relays shall be provided with double-pole, doublc 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 1 tungsten load per contact at 120 V, 60 Hz AC. Coils shall have a power consumption of 10 V-A ( less and shall be designed for continuous duty on 120volts AC. Heavy duty relays shall I: enclosed with a removable, clear plastic cover. em cs 7/17/98 Contract No. 361 0 Page 102 of 120 Pages 209-5 DETECTORS a 209-5.01 Vehicle Detectors. Vehicle detectors shall be the type or types shown on the F sensor units, control units, and amplifiers shall meet the requirements of California Test E units shall not be affected by transient voltages when tested in accordance with California ‘ After a power interruption the units shall return to normal operation within one minute. I shall be provided with a light or meter, for each output circuit, to indicate when the dl detecting a vehicle. Each detector shall operate over the range of voltages from IO( 135 volts at 60 Hz. Circuitry shall be solid-state except relays with normally closed contact used for the output circuit. Units shall be designed to provide ease of maintenance with c cessible electronic components. Each detector shall provide vehicle detection without reac from -18°C to 71°C (0’ to 160°F). Units shall use printed circuit boards designed to identification of components. This shall be done by either part identification markin! providing a pictorial diagram showing physical location and identification of each compone printed circuit board shall have the following minimum quality requirements: NEMA FR-4 gl base epoxy resin board, 1.5 mm (lI1:) minimum thickness, organic solder masking and gc contacts. lntercomponent wiring shall be copper track with a minimum mass of 600 g/m2 ( Printed circuit design shall be such that components may be removed and replace( permanent damage to boards or tracks. Splices shall conform to the provisions in Section : “Wiring.’J 209-5.01 Inductive Loop Detectors. Inductive loop detectors shall conform to the followi 209-5.01.1 General. The term “inductive loop detector“ applies to a complete in consisting of a loop or group of loops installed in the roadway, as shown on the plans, leac and a sensor unit with power supply installed in a controller cabinet. 209-5.01.3 Sensor Unit Construction. “Card” type sensor units shall conform requirements in “Traffic Signal Control Equipment Specifications,” issued by the State of C Department of Transportation, and to all addendums thereto current at the time o advertising. Shelf mounted sensor units shall conform to the requirements in Section ‘ NEMA Standards Publication No. TS 1. Capacitors or inductors necessary for loop tuning be mounted external to the sensor unit. 209-5.01.4 Construction Materials. Conductor for each inductive loop detector continuous and unspliced and shall conform to one of the following: 0 1) Type 1 loop wire shall be Type RHW-USE neoprene-jacketed or Type USE cro polyethylene insulated, No. 12, stranded copper wire. The minimum insulation thicknei point shall be 1 .O mm (40 mils). 2) Type 2 loop wire shall consist of a conductor inside of plastic tubing. The conductoi Type THWN or Type XHHW, No. 14, stranded copper wire. The tubing shall be polyetl vinyl, rated for use at 105”C, and shall be resistant to oil and gasoline. The tubing shE maximum outside diameter of 7 mm (0.27“) and a minimum wall thickness of 0.71 mm I 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 copp detector lead-in cable shall conform to the calculated cross sectional area of ASTM Desi 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 polye The conductors shall be twisted together with at least 6 turns per meter and the twisted be protected with a copper or aluminum polyester shield. A No. 20, minimum, copper c shall be provided and connected to the equipment ground within the cabinet. The cable provided with a high-density polyethylene or high-density polypropylene outer jackc nominal thickness of 0.8 mm (35 mils). An amorphous interior moisture penetration I 0 4im aS 7/17/98 Contract No. 361 0 Page 103 of 120 Property Hardness (indentation) Tensile Strength Elongation Flexat-40"C Weathering Resistance Salt-Spray Resistance Dielectric Constant - ELASTOMERIC SEALANT CHARACTERISTICS Measuring Standard Results Conditions (ASTM Designation) ASTM D 2240 Rex. 65-85 25°C @ 50% re Type A, Model 1700 humidity ASTM D 412 Die C, pulled at 508 mm (20" minute ASTM D 412 Die C, pulled at 508 mm (20" minute 0.6 mm (25 mil) Nocracks over 13 mm (I/;) Mandn Free Film Bend (180") ASTM D 822 Slight chalking Cured 7 days at 25"( Weatherometer 50% 350 h ASTM B 117 28 3.45 MPa, minimum tensile; 5% NaCI, Die C, pullc days at 38°C 508 mm (20") per minuti ASTM D 150 over a temperature ran 3.45 MPa, minimum 400%, minimum 400% minimum Elongation Less than 25% change -30°C to 50°C Measuring Standard (ASTM Designation) ASTM D 3407, Sec. 5 ASTM D 3407, Sec. 6 ,ASTM D 3407, Sec. 8 e Property Cone Penetration Flow, 60°C Resilience Softening ASTM D 36 Point, Duct i I ity , Flash Point, ASTM D 92 COC, "C Viscosity, ASTM D 4402 Brookfield Thermosel, ASTM D 113 Results Conditions 3.5 mm, max. 5 mm, max. 25%, min. 25°C 82 "C, min. 300 mm, min. 288 "C, min. 2.5-3.5 Pa.s No. 27 Spindle 20 rpm, 190°C 25"C, 150 g, 5 25"C, 50 mm/r 1) Switching unit shall have a stainless steel plunger actuator and shall be provided with U-frar to permit recessed mounting in push button housing. 2) Switch shall have an operating force of 2.5 N (9 02.) to 3.6 N (13 02.) and a minimum relea force of one newton (4 oz.). 3) Pretravel shall be 0.4 mm (1/64") maximum. 4) Overtravel 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 tl curvature of the pole and secured to provide a rigid installation. Saddles shall be provided to ma a neat fit when required. Where a pedestrian push button is to be mounted on top of a Size ( (21/21') diameter post, the housing shall be provided with a slip-fitter fitting and screws for securii rigidly to the post. Pedestrian push button signs shall be porcelain enameled metal or structui plastic. Push button and sign shall be installed on the crosswalk side of the pole. Arrows on pu! button signs shall point in the same direction as the corresponding crosswalk. Where Type A pu! buttons are specified, each push button assembly shall be equipped with red and green indicat lamps. Lamps shall be so connected that, when the push button has been activated, the red Ian shall be energized and continue so until the next pedestrian walk interval, at which time the gret lamp shall be energized in lieu of the red lamp. At the termination of the pedestrian walk intervi the lamps shall be de-energized until the next actuation of the push button. Lenses for the lami shall have a visible diameter of approximately 32 mm (11/4") and a length of approximately 22 m (7/8"). On the Type A or Type B push button assembly, the sign shall attach to and be secure supported by the framework. With Type C pedestrian push buttons, the instruction sign shall 1 mounted, using 2 straps and saddle brackets, on the same standard as the push button assemblj Straps and saddle brackets shall be as shown on the plans and shall be corrosion-resistir chromium nickel steel conforming to the specifications of ASTM Designation: A 167, Type 304 Theft-proof bolts shall be stainless steel with a chromium content of at least 17 percent and a nick content of at least 8 percent. 209-6 LIGHTING 209-6.01 High Pressure Sodium Luminaires. High pressure sodium luminaires shall be tt enclosed type with a horizontal burning lamp. Luminaires shall be the cutoff type. Each luminai shall consist of a housing, a reflector, a refractor or a lens, a lamp socket, an integral ballast, terminal strip and a lamp. Housings shall be fabricated from aluminum. Housings that are paintc shall withstand a 1000-hour salt spray test as specified in ASTM Designation: B 117. All 0th metal parts of the housing shall be fabricated from metal at least equal in corrosion resistance ar finish to the metal in the housing. Each housing shall be provided with a slip-fitter capable mounting on a 50 mm (2") pipe tenon and of being adjusted 5 degrees from the axis of the tenor The clamping brackets of the slip-fitter shall not bottom out on the housing bosses when adjust€ within the *5 degree range. No part of the slip-fitter mounting brackets on the luminaires sh: develop a permanent set in excess of 0.5 mm (0.020") when the four 10 mm (3/;) diameter ci screws used for mounting are tightened to 13 N-m (IO ft/lbs.). All luminaires to be mounted c horizontal mast arms, when tested in accordance with California Test 611, shall be capable withstanding cyclic loading in (G = Acceleration of Gravity): 1) a vertical plane at a minimum peak acceleration level of 3.0 G peak-to-peak sinusoidal loadir (same as 1.5 G peak) with the internal ballast removed, for a minimum of 2 million cycles witho failure of any luminaire parts. 2) a horizontal plane perpendicular to the direction of the mast arm at a minimum pez acceleration level of 1.5 G peak-to-peak sinusoidal loading (same as 0.75-G peak) with tt internal ballast installed, for a minimum of 2 million cycles without failure of any luminaire parts. 3) a vertical plane at a minimum peak acceleration level of 1 .O G peak-to-peak sinusoidal loadir e* ts 7/17/98 Contract No. 3610 Page 106 of 120 Pages Lamp ANSI Code No. s55 S66 S50 S67 S5 1 Lamp Maximum Brigt Wattage (cd/m2) 150 140 200 140 250 175 31 0 21 0 400 260 Lumens 16 000 22 000 27 000 37 000 50 000 Lamp Wattage 150 200 250 31 0 400 209-6.01A(I) Regulator Type Ballasts. Regulator type ballasts shall conform to the fol 1) For nominal input voltage and lamp voltage, the ballast design center shall not vary n 7.5 percent from rated lamp watts. 2) The ballast shall be designed so that a capacitance variance of k6 percent will not cat than a +8 percent variation in lamp wattage regulation throughout rated lamp life for input voltage. 3) The lamp current crest factor shall not exceed 1.8 for input voltage variation of kl 0 p any lamp voltage from initial through life. a Regulator type ballasts shall be lag-type or lead-type conforming to the following: 1. Lag-Type Regulator Ballasts- Each lag-type regulator ballast shall have the pri secondary windings electrically isolated and, when operated with the appropriate lamp, ! the following characteristics and shall maintain the following lamp operation: a) The power factor shall be not less than 90 percent throughout the life of th nominal line voltage with a nominally rated reference lamp. b) Lamp wattage regulation spread at any lamp voltage from nominal through lifc vary by more than 18 percent for 21 0 percent input voltage variation. 2) Lead-Type Regulator Ballask- Each lead-type regulator ballast (CWA-constan‘ auto-regulator) shall, when operated with the appropriate lamp, have the following char( and shall maintain the following lamp operation: a) The power factor shall be not less than 90 percent when the ballast is OF nominal line voltage with a nominally rated reference lamp. b) Lamp wattage regulation spread at any lamp voltage from nominal through lifc vary by more than 30 percent for *I 0 percent input voltage variation. 209-6.01A(2) Autotransformer or Reactor Type Ballasts. Each nonregulating autotransformer, or high reactance ballast shall, when operated with the appropriate lamp, following characteristics and shall maintain the following lamp operations: I) The power factor shall be not less than 90 percent when the ballast is operated at nor voltage with a nominally rated reference lamp. 2) Lamp wattage regulation spread at any lamp voltage from nominal through life shall by more than 25 percent for +5 percent input voltage variation. 3) For nominal input voltage and lamp voltage, the ballast design center shall not vary IT 7.5 percent from rated lamp watts. 4) The lamp current crest factor shall not exceed 1.8 for input voltage variation of 25 p any lamp voltage from initial through life. 0 209-6.01B High Pressure Sodium Lamps. High pressure sodium lamps shall confor ANSI Standard: C 78, “Lamp Specifications, Physical and Electrical Characteristics of tensity-Discharge Lamps,” when tested in accordance with ANSI Standard: C 78.388, “Me Measurement of High Pressure Sodium Lamp Characteristics.” High-pressure sodium lar have a minimum average rated life of 24 000 hours. 209-6.02 Mission Bell Luminaires. The contractor shall be responsible for furnishing and all components of the Mission Bell fixture and light standard in accordance to manu specifications and these special provisions. The Contractor’s responsibility shall include, t limited to, mounting adaptor to mast arm, mounting bracket for use with photoelectric co suspension method for conductors. Dissimilar metals shall not be used for mounting the Mi5 to the fixture adapter (plumberizer). The 50 mm (2) diameter close aluminum nipples used the plumberizer and Mission Bell casting shall be fabricated from bar stock aluminum confc ASTM designation 6061-T6 or 6063-TI and shall be bored through along their central axis 1 mm (I”) diameter hole to accommodate the lighting conductors. All aluminum incorporatl fixture shall be clear anodized in accordance with Aluminum Association designation AA-Mli o 4- t@ 7/17/98 Contract No. 3610 Page 109 of 120 The minimum anodic coating thickness shall be not less than 0.03 mm (1.0 mil). Mission E Luminaires shall conform to the requirements of section 209-6.01 of these special provisions except noted in this section (209-6.02) and shall be Sierra Lighting catalog number MB-200-HPS-240-DE General Electric catalog number BELUOS3AGMN3DB or approved equal. All Mission Bell Luminair from any source shall be modified as specified herein. The Contractor shall submit shop drawings the mounting design for approval by the Engineer prior to fabrication in accordance with Section 2-! Shop Drawings. 209-6.05 Sign Lighting Fixtures- Mercury. Each mercury sign lighting fixture shall be design for mounting near the bottom of the sign panel on an overhead sign structure. The fixture shall of an enclosed design and shall be raintight and corrosion resistant. Each fixture shall consist 0' housing with door, a reflector, refractor or a flat lens, a lamp, a socket assembly, a ballast anc fuse block, and shall conform to the following: 1) Housing.- The housing shall have a door designed to hold a refractor or flat lens. Housin and doors shall be fabricated of sheet or cast aluminum. Sheet aluminum shall conform to t requirements of ASTM Designation: B 209 or B 209M for 5052-H32 aluminum sheet. Painting not required. All external bolts, screws, hinges, hinge pins and door closure devices shall be material which will not corrode in normal use.The housing shall be provided with holes to perr condensed water to drain. The door shall be hinged to the housing on the side of the fixk away from the sign panel and shall be provided with two captive latch bolts or other latchi device. The door shall be provided with means to allow the door to be locked in the opi position (50 degrees, minimum from the plane of the door opening) with a wind of 110 km/h ( mph) striking the door from either side. The juncture of the door and the housing shall I gasketed to provide a raintight and dusttight joint. The thickness of the gasket shall be 6 rr (0.25"), minimum. The maximum height of the fixture shall be 300 mm (12") above the top of ti mounting rails. When the fixture is mounted on the mounting channels without a mounting plai 4 holes of 11 mm (7/16(0 diameter shall be provided. The distance between the front and ba holes shall be 165 mm (6'4"). 2) Reflector.-The reflector shall be one piece and shall be made from specularly finist aluminum protected with an electrochemically applied anodized finish or a chemically applied ! cate film. The reflector shall be designed so that water deposited on it due to condensation drain away. The reflector shall be secured to the housing with a minimum of two screws and SI be removable without removing any fixture parts. No reflectors shall be attached to the outside the housing. 3) Refractor.- Refractors shall be made from borosilicate heat resistant glass. When a flat le is used, the lens shall be made from heat resistant glass. The refractor shall be so designed shielded that no fixture luminance is visible when the fixture is approached directly from the re and the viewing level is the bottom of the fixture. When a shield is used it shall be an integi part of the door casting. 4) Lamp.- Each fixture shall be furnished with a 175-W mercury lamp conforming to AN C78.386-1989, Code: H39KC-I75/DX. Lamps shall have a minimum average rated life 16 000 hours. 5) Lamp Socket.-The lamp socket shall be a porcelain enclosed mogul type. The shell sh, contain integral lamp grips to assure electrical contact under conditions of normal vibration. TI center contact shall be spring-loaded. Shell and center contact shall be nickel plated brass. TI socket shall be rated for 1500 W and 600 V. 6) Ballast.-The ballast for each mercury sign fixture shall be designed for the characteristi and wattage of the lamp and it shall provide the proper starting voltage and operating waveforrr voltage and current. Ballasts shall provide reliable lamp starting and operation at ambie temperatures down to -25°C for the rated life of the lamp. Ballasts shall be designed f continuous operation at ambient air temperatures from -20°C to 25°C without reduction in balla life. Ballasts shall have a design life of not less than I00 000 hours. Ballasts shall be tested accordance with the requirement of ANSI Standard C82.6-1980, "Methods of Measurement em ts 7/17/98 Contract No. 3610 Page 1 IO of 120 Pages High-Intensity-Discharge Lamp Ballasts." A Certificate of Compliance conformini provisions in Section 4-1 5, "Certification," shall be submitted by the manufacturer with e sign lighting fixtures. The certificate shall state that the ballasts meet, in every res above requirements and the lamp ballast specifications of the lamp manufacturer. Ballasts consisting of separate components shall conform to the following: 1) Each component shall be capable of being easily replaced. Each component provided with screw terminals, NEMA tab connect or a single multi-circuit connec conductor terminals shall be identified as to the component terminal to which they conne 2) Heat-generating components shall be mounted so as to use the portion of the sig fixture upon which they are mounted as a heat sink. Capacitors shall be located i practicable from heat-generating components or shall be thermally shielded to limit temperature to 75°C. 3) Transformers and inductors shall be resin-impregnated for protection against TT Capacitors shall be metal cased and hermetically sealed. 4) Ballasts for mercury sign lighting fixtures shall be normal power factor reactor autotransformer regulator type (CWA-constant wattage autotransformer). 5) Reactor Type Ballasts.- Each reactor type ballast shall, when operated with the lamp, have the following characteristics and shall maintain the following lamp operation: a) The power factor shall be not less than 50 percent. b) The lamp wattage shall not vary by more than a +lo percent for a &5 per voltage variation. c) The lamp current crest factor shall not exceed 1.5 at rated input voltage. d) Ballast losses shall not exceed 25 W. 6) Autotransformer Regulator Ballasts.- Each autotransformer regulator type ballast sh operated with the mercury lamp, have the following characteristics and shall mai following lamp operation: a) The power factor shall be not less than 90 percent. b) The lamp wattage shall not vary by more than a +7 percent for a +IO perc voltage variation. c) The lamp current crest factor shall not exceed 1.7 at rated input voltage. d) Ballast losses shall not exceed 40 W. 7) Fuse Block.- Each fixture shall be provided with a barrier type fuse block for termin: connections. The block shall be secured to the housing and shall be accessible withou of any fixture parts. The block shall be mounted to leave a minimum of 13 mm (0.5 ") from the sidewalls of the housing. The block shall be designed for easy removal of fi fuse puller, shall be rated at 600 volts and shall have box terminals. Fuses shall be 10 n diameter, 38 mm (11/2") long ferrule type and shall be UL or ETL listed. For 12O-vl fixtures, only the ungrounded conductor shall be fused and a solid link shall be provided the neutral and the ballasts. 8) Wire Guard.- When shown on the plans, each sign lighting fixture shall be providc wire guard to prevent damage to the refractor or lens. The guard shall be constructed c (0.2625") (minimum) diameter steel wire and shall be either hot-dip galvanized or prov an electroplated zinc coating conforming to ASTM Designation: B 633, Service Condi with a clear chromate dip treatment. Guard elements shall be spaced so as to preven excess of 40 mm (I1/;) in diameter from passing through. When the fixture is located so that the light center of the lamp is 1.4 m (56") in front of, (12") below, and centered on a 3 m (IO') high by 6 m (20') wide sign panel, the rat maximum to minimum illuminance level on the panel shall not exceed 12 to 1 in 95 pera points measured. In addition, the illuminance gradient shall not exceed 2 to I. Illuminance is defined as the ratio of the minimum illuminance on any 300 mm (12) square of panel t any adjacent 300 mm (12") square of panel. The minimum horizontal lux requireme em pIs 7/17/98 Contract No. 3610 Page 11 1 of 12C e a 0 conform to the ”Isolux Diagrams” shown on the plans. Each fixture shall be furnished with mounting assembly that will permit the fixture to be mounted on the continuous slot channels she\ on the plans. The mounting assembly shall be either cast aluminum, hot-dip galvanized steel plz or steel plate that has been galvanized and finished with a polymeric coating system. 209-6.06 Sign Lighting Fixtures- Incandescent. Each sign lighting fixture for an incandescc lamp shall be of the type shown on the plans or as specified in these special provisions. Si lighting fixtures shall be UL or ETL listed for outdoor installation. The fixture shall consist of a ho with side outlet tapped for conduit and a symmetrical 250 mm (IO) steel reflector. Fixture shall rated at 150 W minimum. The reflector shall have a white porcelain enamel finish. The fixture sh have a medium base socket. 209-6.065 internally Illuminated Street Name Signs. Internally illuminated street name sig shall conform to the details shown on the plans. The general design of signs shall be as shown 1 the plans. Minor details of construction shown are typical and may be modified subject to appro\ by the Engineer. The sign fixture shall be designed and constructed to prevent deformation failure when subjected to 1 13 km/h (7Omph) wind loads as set forth in the AASHTO publicatic “Standard Specifications for Structural Supports of Highway Signs, Luminaires and Traffic Signal: and amendments thereto. The sign panels shall not deform or warp under a 113 km/h (70 mp wind loading. A Certificate of Compliance conforming to the provisions in Section 4-1. “Certification,” shall be submitted by the manufacturer with each lot of internally illuminated stre name signs. The certificate shall state that the internally illuminated street name signs meets tl wind load requirements as described above. All material used in fabrication shall be new. If R covered herein, both the material and workmanship shall be of the best quality consistent with tl intended purpose. All ferrous parts shall be galvanized or cadmium plated, unless otherwir specified herein or shown otherwise on the plans. Signs shall be Type A. Additionally all lnterna Illuminated Street Name Signs shall conform to the following requirements: 1) Housing.-The top and bottom shall be formed or extruded aluminum and shall be attachc to formed or cast aluminum end fittings. The design shall provide continuous sealing betwec top and bottom assemblies and the end fittings. The housing shall be rigidly constructed to res torsional twist and warp. Provisions shall be made for ease of maintenance of all component! The opening or removal of one panel shall permit access to the interior of the sign and allow f replacement of lamps, ballasts and fuses. Photoelectric unit sockets will not be allowed. C Type A signs, both sides shall be hinged at the top to permit installation or removal of the si! panels, and to permit access to the interior of the sign. On Type B signs, the sign panels shall 1 slide-mounted into the housing. 2) Reflectors.-At the option of the Contractor, reflectors may be used to provide the requirt sign brightness. Reflectors, if used, shall be formed aluminum with acrylic baked white enam surface having a minimum reflectance of 0.85. 3) Sign Panels- The sign panels shall be slide-mounted or rigid mounted in a frame, with whi legend, symbols, arrows, and border on each face, as shown on the plans. The backgrour shall be green. The entire surface of the sign panel shall be evenly illuminated. The average brightness readings for the letters shall be 500 cd/m* (150 foot-lamberts), minimum. The lig transmission factor of the sign panel shall provide a letter to background brightness ratio of b tween 10 to 1 and 20 to 1. The luminance of the background shall not vary by more than L percent from the average of background brightness reading. The luminance of the letter symbols and arrows shall not vary by more than 20 percent from the average brightness readir of letters, symbols and arrows. The sign panels shall be translucent panels of high impact resi tant plastic of one of the following types: a) Glass fiber reinforced acrylated resin. b) Polycarbonate resin. c) Cellulose acetate butyrate plastic. em ts 7/17/98 Contract No. 361 0 Page 11 2 of 120 Pages d) Paint on the outside of the plastic shall be protected by a plastic film which the front surface of the panel and filter out ultraviolet radiation. Paint shall I plastic type. e) All surfaces shall be free of blemishes in the plastic or coating that may i serviceability or detract from the general appearance and color matching of the s 9 The white or green color shall not fade or darken when the sign is expo$ accelerated test of ultraviolet light which is equivalent to 2 years of outdoor e The green color of the sign, when not illuminated, shall conform to Color No. Federal Standard 595B. g) The sign panels shall not crack or shatter when a 25.4 mm (Iu) diameter, stee a mass of 67 grams is dropped from a height of 2.6 m (8.5') above the sign pal point of the sign panel. The panels shall be lying in a horizontal position and I within their frame for this test. 4) Gaskets.- On Type A signs, gaskets shall be installed between the sign panel fram fixture housing to prevent the entrance of water between the frame and the fixture Gaskets shall be uniform and even textured and shall be the closed cell, sponge neopr designed for use at temperatures between -20°C and +70"C. Gaskets shall be neatly i thoroughly degreased, clean surfaces with a suitable heat-resistant adhesive which will the gaskets to slip at temperatures between -20°C and +70"C. 5) Ballasts- Ballasts shall be of the high power factor type and shall be capable of st lamps at -20°C and above. Ballasts for Type A signs shall be rated at 200 mA. B: Type B signs shall be rated at 430 mA. Ballasts shall be listed by UL or ETL for operatic to 125 V, 60 Hz circuits, and shall conform to the requirements of ANSI Standard: C ANSI Standard: C 82.2. A separate ballast shall be provided for each lamp. 6) Lamp holders.- Lamp holders shall be listed by UL or ETL for outdoor use, shall be with silver coated contacts and waterproofed entrance leads for use with a rapid-start fli lamp. Removal of the lamp from the socket shall de-energize the primary of the balla lamp holder shall be provided with a heat-resistant, circular cross section, partially neoprene ring to seal against the lamp ends and protect electrical contacts from moistur or other injurious elements. One lamp holder for each lamp shall be of the spring-loac The distance between the face of the lamp holders for each lamp shall provide a compi at least 2.5 mm (0.10") on the spring-type lamp holder when the lamp is in place. The Ii have positive mechanical and electrical contact when the lamp is in place. The sock spring-type lamp holder shall have sufficient travel to permit installation of the lamp. S lamp holders shall not be part of the current carrying circuit. Lamp holders shall mz requirements and shall not increase cathode filament circuit resistance by more than 0.1 7) Lamps.- Lamps shall be of the types shown on the plans and shall meet the requir ANSI Standard: C 78. 8) Terminal Blocks.- All wiring connections in the fixture shall be terminated or phenolic, barrier type, terminal blocks rated at 15 A, 1000 V, and shall have integral ty waterproof marking strips. All current carrying parts of the terminal block shall be insu the fixture with integral plugs or strips to provide an insulating value in excess of the line flashover voltage. If the Contractor elects to use sectionalized terminal blocks, each se be provided with an integral barrier on each side and shall be capable of rigid moL alignment. Terminal screws shall be size No. 10, minimum. 9) Fuses.- Fuses shall be Type 3AG, miniature, slow blowing type with appropriate CI voltage ratings. Fuseholder shall be a panel-mounting type with threaded or bayonet which grips the fuse tightly for extraction. A separate fuse shall be provided for each bal 10) Weep Holes.- Screened weep holes shall be provided at strategic locations in all subject to the collection of moisture. Weep holes shall be shielded to prevent light lea the fixture. 1 I) Fasteners.- All fasteners, screws, and hardware shall be of passive stainless steel or 304) or aluminum Type 6060-T6. e I) 8 e, \$ 7/17/98 Contract No. 361 0 Page 113 of 12C 12) Mounting Assemblies.- The top of the fixture housing shall have 2 free-swinging mounl brackets. Each of the brackets shall be adjustable vertically for leveling the sign to eithe straight or curved mast arm. The bracket assembly shall permit the fixture to swing perpendici to the sign panel. Hinge pins for the free-swinging brackets shall have a minimum diametei 6 mm (0.25”). At least 4.6 m (15’) clearance shall be provided between the bottom of the fixt and the roadway. 13) Message.- The message, as shown on the plans, shall be displayed on both sign panels. not shown on the plans, the message, and the size of symbols or arrows will be furnished by Engineer at the request of the Contractor. Unless shown otherwise, letters shall be 200 mm ( upper case and 150 mm (6”) lower case, Series E. 14) Mass.- The total mass of the complete sign assembly, including lamps, ballasts, mount brackets and appurtenances shall not exceed 30 kg. 15) Conductors.-All fixture conductors shall be UL or ETL listed appliance wiring mate (AWM) stranded copper wire with 0.7 mm (28 mils), minimum, thermoplastic insulation, rated 1000 volts and rated for use at 90°C. Conductors shall be No. 16, minimum, and shall match color coding of the ballast leads. The size of conductors from the sign disconnect to the fi block shall be as shown on the plans. All conductors within the fixture shall be secured with ea! removable spring cross straps (not clamped) in the chassis or fixture. Straps shall be installed I more than 300 mm (12”) apart. Stranded copper conductors connected to screw type termin shall terminate in approved crimp type ring connectors. Splices will not be permitted within . fixture unless approved in writing by the Engineer. 16) Equipment List and Drawings.- Within 15 days following approval of contract, the Contrac shall submit 3 sets of shop drawings and a list of equipment and materials he proposes to inst as specified in Section 2-5, “Plans and Specifications.” The shop drawings shall show 1 message for each sign and shall include the size of letters, symbols or arrows, as shown on 1 plans or as furnished by the Engineer. The list of equipment shall include the name of 1 manufacturer of all materials and sufficient detail to identify the materials. If requested, 1 Contractor shall supply, without cost to the Agency, sufficient samples of materials to be used the fabrication of the sign, or a complete sign assembly, to permit adequate testing and evaluat of conformance to the specified requirements. 209-6.07 Photoelectric Controls. Photoelectric controls, as specified in these special provisic or as shown on the plans, shall be capable of switching multiple lighting systems directly. Type photoelectric control shall be used unless otherwise shown on the plans or required by the special provisions and shall be installed in a receptacle integral with the luminaire. 1) Type I photoelectric control shall consist of a remote photoelectric unit and a test swi. housed in an enclosure. 2) Type II photoelectric control shall consist of a remote photoelectric unit, a separate contac located in a service equipment enclosure, and a test switch located in the service equipmc enclosure unless shown otherwise. 3) Type Ill photoelectric control shall consist of a remote photoelectric unit, and a separ: contactor and a test switch housed in an enclosure. 4) Type IV photoelectric control shall consist of a photoelectric unit which plugs into an EEI-NEF twist lock. 209-6.07A Types. The types of photoelectric controls shall be as follows: a) receptacle integral with the luminaire. b) Type V photoelectric control shall consist of a photoelectric unit, contactor and tc switch located in a service equipment enclosure. e= r,s 7/17/98 Contract No. 361 0 Page 1 14 of 120 Pages A switch to permit manual operation of the lighting circuit shall be provided for each Type Type Ill, and Type V photoelectric control. Switches shall be of the single-hole mounting to single-pole, single-throw, rated at 12 A and a voltage rating to match the circuit. Switche furnished with an indicating nameplate reading “Auto-Test” and shall be connected in PE the load contacts of the photoelectric unit. Test switch shall not have an “OFF position. Photoelectric units for Types I, I1 and Ill photoelectric controls, shall be pole-top mount otherwise specified. 209-6.07B Equipment Details. Equipment details shall conform to the following: 209-6.07B(I) Photoelectric Unit. The photoelectric unit shall provide an output in res changing light levels. Components of the unit shall not require periodic replacement. U have a “turn-on” between 10 and 50 lux (one and 5 footcandles) and a “turn-off at betweei 5 times “turn-on.” Measurements shall be by the procedures set forth in EEI-NEMA Stan Physical and Electrical Interchangeability of Light-Sensitive Control Devices Used in the C Roadway Lighting. Photoelectric controls, except Type IV and Type V, shall be furnished w mm (4”) minimum inside diameter pole-top mounting adaptor containing a terminal block cable supports or clamps to support pole wires. The photoelectric unit receptacle shall be NEMA type. Mounting brackets shall be used where pole-top mounting is not p Photoelectric controls shall be installed at the locations shown on the plans and oriented as by the Engineer. For switching 480 V, 60 Hz circuits, a 100 V‘A, minimum, 480/120-volt tra shall be installed in the contactor enclosure to provide 120 volts for the photoelectric con Where more than one photoelectric unit is to be installed at the same location, a single trar with a volt-ampere rating capable of handling the total controlled load, may be used. Pho units shall be screened to prevent artificial light from causing cycling. The photoelectric unit shall also conform to the following: a 1) The supply voltage rating shall be 60 Hz, 105-130 V, 210-240 V, or 105-240 V, as spe 2) The load rating shall be 800 W minimum, incandescent, mercury or fluorescent. 3) The operating temperature range shall be from -29°C to 65°C. 4) The power consumption shall be less than 10 W. 5) The unit shall be housed in a weatherproof enclosure. 6) The base of the unit shall be provided with a 3-prong, EEI-NEMA standard, twist-I mounting. 7) Units shall be provided with a “fail-on” feature. 209-6.07B(2) Contactor. The contactor shall have contacts rated to switch the specifiel load and shall be normally open, unless otherwise specified. The contactor shall be E mechanical armature type or the mercury displacement type. The contacts of the mt armature type contactor shall be either fine silver, silver alloy, or superior alternative mate contactor shall have a minimum rating of 30 A, per contact, inductive load. 209-6.078(3) Contactor and Test Switch Housing. The enclosure for Type I and photoelectric controls shall be NEMA Type 3R. The enclosure shall be provided with applied rust resistant prime coat and finish coat. Two applications of paint to match the co standard shall be applied as specified in Section 209-2.1 6, “Painting.” The enclosure ma dip galvanized in lieu of painting. A minimum of 65 mm (2’4”) shall be provided between ( terminals and end of enclosure for wiring connections. The enclosure shall be mounte same standard as the photoelectric unit at a height of approximately 1.8 m (6‘) above the b: 209-6.07B(4) Wiring. Conductors between the photoelectric unit and an external contac be No. 14 and shall be run inside the lighting standard, or in conduit, unless otherwise shov a 0 plans. 4- %@ 7/17/98 Contract No. 361 0 Page 115 of 120 209-6.07B(5) Terminal Blocks. Terminal blocks shall be rated at 25 A, 600 V, shall be mold from phenolic or nylon material and shall be the barrier type with plated brass screw terminals a integral type marking strips. 209-6.09 Transformers. Multiple to multiple and series to multiple transformers shall be of t single-phase, dry type designed for operation on a 60 Hz supply. 209-6.09A Electrical Requirements. Transformer ratings shall be 120/480 volts, 240/480 volts 480/120 volts for multiple to multiple units and 6.6 N120 volts or 6.6 N480 volts for series multiple units or other ratings as shown on the plans. Secondary 480-volt windings shall be ceni tapped. Volt-ampere ratings shall be as shown on the plans. Transformer efficiency shall exce 95 percent for multiple to multiple units and 80 percent for series to multiple units. SecondE voltage regulation and tolerance shall be k3 percent from half load to full load for multiple to multir units and +IO percent (maximum) at no load to i3 percent at full load for series to multiple unit Transformers shall have a decal showing a connection diagram. The diagram shall show eitt- color coding or tagging of wires with primary (HI, H2) or secondary (X1 , X2) markers, and shall al show the primary and secondary voltage and volt-ampere rating. 209-6.09B Physical Requirements. External leads for multiple to multiple and series to multir secondary connections shall be Type USE, No. IO, rated 600volts AC. Primary conductors 1 series to multiple transformers shall be rated for use on 5000-volt AC circuits. Transformer lea( shall extend a minimum of 300 mm (12”) from the case. Transformer insulation shall be NEb 185°C or better. Series to multiple transformers shall withstand the application of 12 000 volts F from core to primary coil and from coil to coil for a one minute period. Series to multiple transform secondaries and multiple to multiple transformers shall withstand the application of 2200 volts P from core to coils and, for multiple units only, from coil to coil for a one minute period. The ab01 tests shall be made immediately after operation of the transformer at full load for 24 hours. No submersible transformers shall be provided with metal half-shell coil protection, shall have moistu resistant, synthetic varnish impregnated windings and shall be suitable for outdoor operation in raintight enclosure. Each transformer to be installed in a pull box shall be the submersible type ai shall be provided with a handle and a hanger. 209-6.09C Submersible Type Transformers. Submersible type transformers shall be secure encased in a rugged corrosion resistant, watertight case and shall withstand a 5-day ts submerged in 600 mm (2’) of salt water (2 percent salt by mass) with 12-hour on and off period2 The operating periods shall be at full load. Leads of submersible transformers shall be brought o through one or more sealed hubs and shall be secured in a manner which will withstand a 450- (100 Ib) static pull without loosening or leaking. 209-7 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT 209-7.01 Removing Electrical Equipment. Attention is directed to Section 7-9, ”Protection ar Restoration of Existing Improvements.” Existing electrical equipment shown on the plans 1 specified in these special provisions to be removed and not reused or salvaged, and pull boxe conduit and detector frames not reused, shall become the property of the Contractor and shall t removed from the street right of way in accordance with the provisions in 300-1, “Clearing ai Grubbing,” except, if not interfering with other construction, underground conduit may be abandon€ in place after all conductors have been removed. Care shall be exercised in salvaging equipme so that it will not be damaged or destroyed and will remain in its existing condition whenev possible. Mast arms shall be removed from standards. Luminaires, signal heads, and sign mounting assemblies shall be removed from standards and mast arms. em ts 7/17/98 Contract No. 3610 Page 116 of 120 Pages Attention is directed to the provisions in Section 7-9, “Protection and Restoration of Improvements” and 300-1.2, “Preservation of Property.” The Contractor will be required to replace, at the Contractor’s expense, any electrical equipment to be salvaged which, as de by the Engineer, has been damaged or destroyed by reason of the Contractor’s opc Attention is directed to the provisions in Section 209-2.03, “Foundations,” regarding founc be abandoned or removed. Holes resulting from removing pull boxes and detector frame: filled with material equivalent to the surrounding material. 209-7.02 Reinstalling Removed Electrical Equipment. When removed electrical equipr be reinstalled, the Contractor shall furnish and install all necessary materials and ec including signal mounting assemblies, anchor bolts, nuts, washers and concrete as re complete the new installation. All traffic signal and flashing beacon faces to be reinstallec part of a modified system shall be cleaned and relamped. All luminaires and sign lighting f be reinstalled shall be cleaned and relamped. Existing materials required to be relocated i to be unsatisfactory by the Engineer shall be replaced by new material and the cost there1 paid for as extra work as provided in Section 3-3, “Extra Work.” 0 209-8 PAYMENT 209-8.01 Payment. The contract lump sum price or prices paid for signal, flashing lighting, sign illumination, traffic monitoring station, closed circuit television systems, or corn thereof; for modifying or removing those systems; for temporary systems; or the lump SUI prices paid for various units of those systems; or the lump sum or per meter price paid for c the various sizes, types and installation methods listed in the Engineer’s Estimate shall in1 compensation for furnishing all labor, materials, tools, equipment and incidentals, and for the work involved in furnishing and installing, modifying, or removing the systems, combin units thereof, as shown on the plans, as specified in these special provisions, and as directt Engineer, including any necessary pull boxes (except when the type required is shoi separate contract item); excavation and backfill; concrete foundations (except when shc separate contract item); pedestrian barricades; furnishing and installing illuminated stre signs; installing Agency-furnished sign panels on pedestrian barricades, on flashing standards, and on traffic signal mast arms; restoring sidewalk, pavement and appurl damaged or destroyed during construction; salvaging existing materials; and making all tests. Full compensation for all additional materials and labor, not shown on the plans or specific are necessary to complete the installation of the various systems, shall be considered as in the prices paid for the systems, or units thereof, and no additional compensation will be therefor, except as provided in Section 209-1.05, “Maintaining Existing and Temporary E Systems.” When shown as a contract item, the contract price paid per meter for cast-in-drilled-hole pile (signal foundation) shall include full compensation for furnishing all labor, material equipment, and incidentals, and for doing all the work involved in constructing reinforced pile foundations of the size shown on the Engineer’s Estimate, including drilling holes, disr the material resulting from drilling holes, furnishing and placing anchor bolt assemblies i forcing steel, complete in place, as shown on the plans, and as specified in these special pi and as directed by the Engineer. When shown as a contract item, non-reinforced portland cement concrete foundations measured and paid for in the manner as provided in Section 303-1 .I 1, “Payment.” a a em %a 7/17/98 Contract No. 361 0 Page 117 of 120 When shown as a separate contract item by the lump sum or per bid item linear measuremei interconnection conduit and conductor shall include all interconnection conductors, but shall or include conduit and pull boxes containing interconnection conductors and no other conductors. TI quantity of interconnection conduit and conductor to be paid for by the lump sum bid or the bid it€ linear measurement shall be the length of that conduit. Compensation for conduit containing i terconnection conductors and other conductors shall be considered as included in the contract pril paid for the item requiring the other conductors. Full compensation for furnishing, installing, maintaining and removing falsework lighting equipme shall be considered as included in the contract prices paid for the items of work involved in tl structure which requires the falsework lighting and no additional compensation will be allowc therefor. SECTION 210 - PAINT AND PROTECTIVE COATINGS 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follow: Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chevron and curbs shall be rapid dry water borne conforming to CALTRANS Specification No. 801 0-91 D-3 Paint for pavement legends, pavement symbols, pavement arrows, crosswalks, parking st; markings and stop bars shall be alkyd thermoplastic conforming to CALTRANS Specification N 801 0-21 C-19. Glass beads to be applied to the surface of the rapid dry water borne paint and ti molten thermoplastic material shall conform to the requirements of CALTRANS Specification N 8010-21 C-22 (Type 11). CALTRANS Specifications for water borne paint, thermoplastic material ar glass beads may be obtained from the CALTRANS Transportation Laboratory, P.O. Box 1912 Sacramento, CA 9581 9, telephone number (916) 227-7000. em tS 7/17/98 Contract No. 3610 Page 118 of 120 Pages SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS e SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS 307-3 STREET LIGHTING CONSTRUCTION. Modify as follows: Section 86, “Signals and Electrical Systems” found in section 209 herein, shall replace Section 307-3, I’ Components”, of the SSPWC in all matters pertaining to the specifications for meas payment, warranty, and methods of construction for all elements of street lighting and traffic 307-4 TRAFFIC SIGNAL CONSTRUCTION. Modify as follows: Section 86, “Signals and Electrical Systems” found in section 209 herein, shall replace Section 307-4, I’ Components”, of the SSPWC in all matters pertaining to the specifications for meas payment, warranty, and methods of construction for all elements of street lighting and traffic SECTION 310 - PAINTING 31 0-5 PAINTING VARIOUS SURFACES. 31 0-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify paragraph as follows: The Contractor shall furnish all equipment, materials, labor, and su necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crc and other designated markings in accordance with the Plans, or for approved temporaq essential for safe control of traffic through and around the construction site. The Contra1 remove by wet grinding all existing or temporary traffic markings and lines that may cor public. When temporary detour striping or markings are no longer required, they shall be prior to painting the new traffic stripes or markings. 310-5.6.3 Equipment. Delete the ninth paragraph and substitute the following: The Contra provide a wet grinding machine with sufficient capacity to completely remove all ex temporary traffic striping or markings that conflict with the striping plan, or are contrary to tt Manual, or that may be confusing to the public. The surface produced by grinding the e: temporary traffic striping or markings on pavement shall not exceed variations from a unifo more than 3 mm (’/*”) in 3 m (IO’) when measured parallel to the centerline of the street than 6 mm (1/4”) in 3 m (IO’) when measured perpendicular to the centerline of the street. of any equipment that leaves ridges, indentations or other objectionable marks in the p shall be discontinued, and equipment capable of providing acceptable surface shall be furr the Contractor. This equipment shall meet all requirements of the air pollution control distril jurisdiction. Removal of striping by high velocity water jet may be permitted when there i potential of the water and detritus from the high velocity water jetting to damage vehicles c property nor to flow from the street into any storm drain or water course and when approvc Engineer. All water from high velocity water jet striping removal shall be vacuumed pavement immediately after the water jetting and shall not be allowed to flow in the gutter, storm drain system or to leave the pavement surface. Surface variation limitations for higt water jet striping removal shall be the same as for grinding. 0 a 4- a# 7/17/98 Contract No. 361 0 Page 119 of 120 310-5.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: Existi markings and striping, either permanent or temporary, which are to be abandoned, obliterated that conflict with the plans shall be removed by grinding methods. Dry or wet sandblasting may I be used in any areas. Alternate methods of paint removal require prior approval of the Engine€ Obliteration of traffic striping with black paint, light emulsion oil or any other masking method ott 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 Contrac Shall establish the necessary control points for all required pavement striping and markings surveying methods. No layout of traffic striping shall be performed by the Contractor befc establishment of the necessary control points. The Contractor shall establish all traffic stripi between these points by stringline or other method to provide striping that will vary less than 80n per 100m (1/2 inch in 50 feet) from the specified alignment.. Straight stripes deviating more th 80mm per IOOmm (I/ 2 inch in 50 feet) shall be obliterated by grinding, and the markings correct( The Contractor shall lay out (cat track) immediately behind installation of surface course asph and as the work progresses. 310-5.6.8 Application of Paint. Modify the second paragraph as follows: The first coat of pa shall be done immediately upon approval of striping layout by the Engineer. Paint end of medi noses yellow. 310-5.6.1 0 Measurement and Payment. modify as follows: Final and temporary traffic striping, curb markings and pavement markings as shown on the pla and required by the specifications shall be included in the lump-sum price bid for the traffic sign and no additional compensation will be allowed therefor. The lump sum prices bid shall include labor, tools, equipment, materials, and incidentals for doing all work in installing the final a temporary traffic striping. All costs for temporary pavement painting for the convenience of t Contractor, including costs for sandblasting of existing lines and markings, shall be at its expen and no additional compensation shall be made therefor. em t@ 7/17/98 Contract No. 3610 Page 120 of 120 Pages QCT 113 1999 xi>: OFFICIAL RECGRDS $I% DIEGO ;=CIU!TY REC0F;DEA'S OFF1 1989 e Recording requested by: CITY OF CARLSBAD GREGOF? J. %If!ii CfllfW'li.' REC.GUF:DE When recorded mail to: FEE :: 0.00 l~~ulllulllwullll City Clerk City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92008 1999-0685247 Space above this line for Recorder's Ff PI NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad 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 1 1999. 6. The name of the contractor, if any, for such work of improvement is Sierra Electri 7. The property on which said work of improvement was completed is in the City c County of San Diego, State of California, and is described as the construction c signals at Romeria/La Costa Avenue, Viejo Castilla/La Costa Avenue and C Costa Avenue, Project No. 361 0. 8. The address of said property is within the limits of the City of Carlsbad. DirectorlCity Engin VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive California, 92008; the City Council of said City on , 1999, ac above described work as completed and ordered that a Notice of Completion be filec October 5 I declare under penalty of perjury that the foregoing is true and correct. Executed on October 7 , 1999, at Carlsbad, California. CITY OF CARLSBAD l24ZhJ ;R. Q? NETHA L. RAUTENKRANZ City Clerk