Loading...
HomeMy WebLinkAboutSilvia Construction Inc; 2004-07-27; 3667-9Recording requested by: 1 CITY OF CARLSBAD \(7 When recorded mail to: Jf City Clerk City of Carlsbad 1 1200 Carlsbad Village Dr. 1 1 Carlsbad, CA 92008 2/8/05 AB 17,971 Item No. 4 DOC # 2005-01 57657 I ll1111ll Ill 111ll11111llll1 Ill11 IIIII 11111 11111 11111 11111 Ill11 1111 1111 FEB 25,2005 3:07 PM OFFICIAL RECORDS SAN DIEGO COUNTY RECORDER'S OFFICE GREGORY J. SMITH, COUNTY RECORDER FEES. 0.00 PAGES : 1 1111111 1111 Ill11 Ill11 11111 Ill11 11111 1111 11111 Ylll Ill11 Ill11 MI11 Ill11 Ill1 1111 NOTICE OF COMPLETION Notice is hereby given that: 1. 2. 3. 4. 5. 6. 7. The undersigned is owner of the interest or estate stated below in the property hereinafter described. The full name of the undersigned is City of Carlsbad, a municipal corporation. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was completed on November 18, 2004. The name of the contractor for such work of improvement is Silvia Construction Inc. The property on which the work of improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as the 2004/05 Pavement Overlay Project, Project No. 3667-9. CITY OF CARLSBAD Deputy Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, , 2005, accepted the California, 92008. The City Council of said City on above described work as completed and ordered that a Notice of Completion be filed. Februarv 8 I declare under penalty of perjury that the foregoing is true and correct. Executed on February 9 , 2005, at Carlsbad, California. CITY OF CARLSBAD LORRAINE M. WWD City Clerk CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS AND SUPPLEMENTAL PROVISIONS FOR 2004/05 PAVEMENT OVERLAY PROJECT CONTRACT NO. 3667-9 PWS04-37ENG 4i-w Revised 10/08/03 Contract No. 3667-9 Page 1 of 154 Pages TABLE OF CONTENTS Item . Paae Notice Inviting Bids ........................................................................................................................ Contractor’s Proposal .................................................................................................................... Bid Security Form .......................................................................................................................... Bidder’s Bond To Accompany Proposal ....................................................................................... Guide For Completing The “Designation Of Subcontractors” Form ............................................. Designation Of Subcontractor and Amount Of Subcontractor’s Bid Items ................................. Bidder’s Statement Of Financial Responsibility ............................................................................ Bidder’s 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 ......................................................................... Non-Collusion Affidavit To Be Executed By Bidder And Submitted With Bid .............................. Contract Public Works .................................................................................................................. Labor And Materials Bond ............................................................................................................ Faithful PerformanceNVarranty Bond ........................................................................................... Optional Escrow Agreement For Surety Deposits In Lieu Of Retention ...................................... 7 11 21 22 24 26 27 28 29 30 31 33 34 40 42 44 e Revised 10/08/03 Contract No . 3667-9 Page 2 of 154 Pages SUPPLEMENTAL PROVISIONS Part 1 Section 1 1-1 1-2 1-3 Section 2 2-3 2 -4 2-5 2-9 2-10 Section 3 3-2 3-3 3-4 3-5 Section 4 4- 1 4-2 Section 5 5-4 5-6 Section 6 6- 1 6-2 6-6 6-7 6-8 6-9 General Provisions Terms. Definitions Abbreviations And Symbols Terms .................................................................................................................... 47 Definitions ............................................................................................................. 48 Abbreviations ........................................................................................................ 48 Scope And Control Of The Work Subcontracts ......................................................................................................... 49 Contract Bonds ..................................................................................................... 49 Plans And Specifications ...................................................................................... 50 Surveying .............................................................................................................. 51 Authority Of Board And Engineer ......................................................................... 52 Changes In Work Changes Initiated by the Agency .......................................................................... 53 Extra Work ............................................................................................................ 53 Changed Conditions ............................................................................................. 53 Disputed Work ...................................................................................................... 54 Control Of Materials Materials And Workmanship ................................................................................. 57 57 Materials Transportation. Handling and Storage .................................................. Utilities Relocation ............................................................................................................. 58 Cooperation ........................................................................................................... 58 Prosecution. Progress And Acceptance Of The Work Construction Schedule And Commencement Of Work ........................................ 58 Prosecution Of Work ............................................................................................. 59 Delays And Extensions Of Time ........................................................................... 59 Time of Completion ............................................................................................... 60 Completion And Acceptance ................................................................................ 60 Liquidated Damages ............................................................................................. 60 Revised 10/08/03 Contract No . 3667-9 Page 3 of 154 Pages Section 7 7-3 7-4 7-5 7-7 7-8 7-1 0 7-1 3 Section 9 9-1 9-3 Responsibilities Of The Contractor Liability Insurance ................................................................................................. 61 Workers' Compensation Insurance ...................................................................... 61 Permits .................................................................................................................. 61 Cooperation and Collateral Work ......................................................................... 61 Project Site Maintenance ...................................................................................... 61 Public Convenience And Safety ........................................................................... 62 66 Laws To Be Observed .......................................................................................... Measurement and Payment Measurement Of Quantities For Unit Price Work ................................................. 66 Payment ................................................................................................................ 66 f8 Revised 10/08/03 Contract No . 3667-9 Page 4 of 154 Pages Part 2 Construction Materials Section 200 Rock Materials 200-2 Untreated Base Materials ..................................................................................... 69 Section 201 201 -1 Portland Cement Concrete .................................................................................. 70 Concrete. Mortar And Related Materials Section 203 Bituminous Materials 203-6 Asphalt Concrete .................................................................................................. 73 203-1 1 Asphalt Pavement Crack Sealants ....................................................................... 74 Section 206 Miscellaneous Metal Items 206-7 Traffic Signs .......................................................................................................... 76 206-9 Portable Changeable Message Sign .................................................................... 78 Section 209 209-1 General .................................................................................................................. 79 209-2 Materials And Installation ...................................................................................... 84 209-3 Controller Assemblies ........................................................................................... 107 Signals. Lighting And Electrical Systems 209-4 Traffic Signal Faces And Fittings .......................................................................... 108 209-5 Detectors ............................................................................................................... 126 209-7 Removing, Reinstalling Or Salvaging Electrical Equipment ................................. 136 209-8 Payment ................................................................................................................ 137 Section 21 0 21 0-1 Paint ...................................................................................................................... 138 Paint And Protective Coatings Section 21 3 Engineering Fabrics 21 3-2 Geotextiles ............................................................................................................ 138 Section 21 4 Pavement Markers 21 4-5 Reflective Pavement Markers ............................................................................... 139 e Revised 10/08/03 Contract No . 3667-9 Page 5 of 154 Pages PART 3 Construction Methods Section 300 Earthwork 300-2 Unclassified Excavation . . . . . . . . . . . . , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , . . . . . . . . . . . . . . . Section 301 301 -1 Treated Soil, Subgrade Preparation And Placement Of Base Materials Subgrade Preparation ..... , ...... ......... . ...................... ...... ..... ...... ..... ...... ...... .. . ....... . .. Section 302 Roadway Surfacing 302-5 Asphalt Concrete Pavement ...................................................................... ........... Section 303 303-5 Concrete And Masonry Construction. Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, And Driveways .... ....... ............................... . ............ ..... , .... . .. ........ Section 306 Underground Conduit Construction 306-1 Open Trench Operations ........................................................................... ........... Section 31 0 Painting 31 0-5 Painting Various Surfaces .......... . .................... ........... ............ .... .. ......... .............. Section 31 2 312-1 Pavement Marker Placement And Removal Placement .. , . .. .. . .. . . ... . . .. . . . . ... . . ... . . . .. . . . .. . . .. . . .. . ... . .. . . . .... . . .. . . . . .. . . . .. . . . . .. . . .... . . . ... . . . . . . . ... . . Section 31 3 31 3-1 31 3-2 31 3-4 Temporary Traffic Control Devices Temporary Traffic Pavement Markers ... ... . . . ... . . .. . . . ... . . . .. . . .... . . . ... . . . .. .. . . .. . . . .. . . . .. . . . . .. Temporary Traffic Signing ................................................................................... Measurement And Payment ................................................................................. 140 142 144 147 148 151 152 152 153 153 e Revised 10/08/03 Contract No. 3667-9 Page 6 of 154 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 4:OO p.m. on June 14, 2004, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: Pavement overlay of various streets, including AC repairs, concrete work, video detection, and striping. 2004105 PAVEMENT OVERLAY PROJECT CONTRACT NO. 3667-9 This bid and the terms of the Contract Documents and Supplemental Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. The work shall be performed in strict conformity with the plans and specifications as approved by the City Council of the City of Carlsbad on file with the Engineering Department. The specifications for the work include the Standard Specifications for Public Works Construction, 2003 Edition, and the 2004 supplement thereto, all hereinafter designated “SSPWC” as issued by the Southern California Chapter of the American Public Works Association and as amended by the supplemental provisions sections of this contract. Reference is hereby made to the plans and specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder’s security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (IO) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. 4- p,s Revised 10/08/03 Contract No. 3667-9 Page 7 of 154 Pages The documents which comprise the Bidder's proposal and that must be completed and properly executed including notarization where indicated are: 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit 4. Designation of Subcontractors and Amount of Subcontractor Bid 5. Bidder's Statement of Financial Responsibility 6. Bidder's Statement of Technical Ability and Experience 7. Acknowledgement of Addendum(a) 8. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract. 9. Bidder' s Statement Re Debarment IO. Bidder's Disclosure Of Discipline Record 11. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $3,000,000. Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following classifications are acceptable for this contract: A, C12, and C32. If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $25 per set. If plans and specifications are to be mailed, the cost for postage should be added. Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. p,# Revised 10/08/03 Contract No. 3667-9 Page 8 of 154 Pages The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 41 07 and 41 07.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A pre-bid meeting and tour of the project will not be held. All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to: 1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000). 2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($1 0,000,000). 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($1 0,000,000). These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the Supplemental Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of 4- Revised 10/08/03 Contract No. 3667-9 Page 9 of 154 Pages the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:V 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 2004-138, adopted on the 27th day of April, 2004. ISABELLE PAULSEVN, CMC Deputy Clerk DATED: May 6,2004 e= %s Revised 10/08/03 Contract No. 3667-9 Page 10 of 154 Pages GUIDE FOR COMPLETING THE “DESIGNATION OF SUBCONTRACTORS” FORM REFERENCES Prior to preparation of the following Subcontractor disclosure form Bidders are urged to review the definitions in section 1-2 of the SSPWC (“Greenbook) and in the Supplemental Provisions to this Contract, especially, “Bid”, “Bidder”, “Contract”, ‘Contractor”, “Contract Price”, “Contract Unit Price”, “Engineer”, “Subcontractor” and “Work and the definitions in section 1-2 of the Supplemental Provisions especially “Own Organization.” Bidders are further urged to review sections 2-3 SUBCONTRACTS of the Greenbook and section 2-3.1 of these Supplemental Provisions. CAUTIONS This form will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or otherwise to be preformed by forces other than the Bidder’s own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the “Contractor’s Proposal” are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder’s total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($1 0,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and correct information mav result in reiection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor- installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter “NONE” in the appropriate space. When the Bidder proposes using a Subcontractor to construct or install less than 100 percent of a bid item, the Bidder shall attach an explanation sheet to the Designation of Subcontractor form. The explanation sheet shall clearly apprise the City of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the Supplemental Provisions. The decision of the City Council shall be final. a Revised 10/08/03 Contract No. 3667-9 Page 24 of 154 Pages Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771 .I or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. a Revised 10/08/03 Contract No. 3667-9 Page 25 of 154 Pages - City of Carlsbad June 2,2004 ADDENDUM NO. I RE: 2004105 PAVEMENT OVERLAY PROJECT, CONTRACT NO. 3667-9 Please include the attached addendum in the Notice to BiddedRequest for Bids you have for the above project. This addendum--receipt acknowledged--must be attached to your Request for Bid when I your bid is submitted. KEVIN DAVIS Buyer KD:dli Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 1635 Faraday Avenue - Carlsbad, CA 92008-7314 - (760) 602-2430 - FAX (760) 602-8553 www.ci.car1sbad.ca.u.s * Business License (760) 602-2495 * Utility Billing (760) 602-2420 e @ Purchasing (760) 602-2460 - FAX (760) 602-8556 - Bid Line (760) 602-2464 CITY OF CARLSBAD From: 2004105 PAVEMENT OVERLAY PROJECT \ Contract No. 3667-9 Addendum No. 1 Jon Schauble, PE, Project Manager Phone: (760) 602-2762 Fax: (760) 602-8562 No. of Pages: 5 (including this page) Date: June 2,2004 Bid Opening Date: June 14, 2004 4:OO pm (unchanged) A. 302-1 1.5 Cold Milling. Add the following: Cold milling or grinding by the Contractor shall be in accordance with the provisions of Section 302-5.2 Cold Milling Asphalt Concrete. Pavement of the Standard Specifications for Public Works Construction, 2003 Edition. Payment for construction, removal, and' disposal of temporary asphalt concrete ramps shall be included in the bid item for cold milling. Existing advance traffic signal loop detectors shall be replaced by the Contractor, even when video detection has been installed at the intersection. B. All Two-inch Grind and Patch repairs shown on Tamarack Avenue (sheet 6) and La Costa Avenue (sheet 8) shall be changed to Three-Inch Grind and Patch repairs. As a result, the new bid quantities for this project are as follows (SEE REVISED CONTRACT PAGES 12,13, AND 17): Bid Item #15. 2-Inch Grind and Patch 5,950 square feet Bid Item #16. 3-Inch Grind and Patch 247,090 square feet Contract No. 3667-9 Addendum No. 1 1 C. The following work shall be added to the Contract. The quantities shown below have been added to the revised Bid List as shown in pages 12, 13, and 17 (SEE REVISED CONTRACT PAGES 12’13, AND 17): PAMPLONA WAY (Thomas Guide pg 11 27, F-7) Asphalt Concrete Leveling Course 95 tons Asphalt Rubber Hot Mix Overlay 137 tons Cold Milling 5’ Width 880 LF Cold Milling IO’ Width 140 LF Remove and Replace Concrete Cross Gutter 272 SF STOP Bar and Legend 1 EA UNICORN10 ST from El Fuerte to Rancho Cortes (Thomas Guide pg 1127, J-4) Asphalt Concrete Leveling Course 111 tons Asphalt Rubber Hot Mix Overlay 402 tons Cold Milling 5’Width 2,296 LF Cold Milling 10’ Width 150 LF STOP Bar and Legend 1 EA No extra payment shall be made for this additional work on Pamplona Way and Unicornio St, apart from the increase in bid quantities as shown above and in the revised Bid List. Lump sum bid items such as Mobilization, Public Notification, Traffic Control, etc. shall not be increased nor renegotiated based on the additional work on Pamplona Way and Unicornio St. Contract No. 3667-9 Addendum No. 1 2 __ City of Carlsbad June 8, 2004 ADDENDUM NO. 2 RE: 2004/05 PAVEMENT OVERLAY PROJECT, CONTRACT NO. 3667-9 Please include the attached addendum in the Notice to BiddedRequest for Bids you have for the above project. This addendum--receipt acknowledged--must be attached to your Request for Bid when your bid is submitted. KEVIN DAVIS Buyer KD:dli Attach men t I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 1635 Faraday Avenue 0 Carlsbad, CA 92008-7314 0 (760) 602-2430 0 FAX (760) 602-8553 www.ci.carlsbad.ca.us - Business License (760) 602-2495 - Utility Billing (760) 602-2420 - @ Purchasing (760) 602-2460 - FAX (760) 602-8556 - Bid Line (760) 602-2464 From: CITY OF CARLSBAD 2004/05 PAVEMENT OVERLAY PROJECT Contract No. 3667-9 Addendum No. 2 No. of Pages: Date: Bid Opening Date: Jon Schauble, PE, Project Manager Phone: (760) 602-2762 Fax: (760) 602-8562 1 (including this page) June 8, 2004 June 14, 2004 4:OO pm (unchanged) 206-9 PORTABLE CHANGEABLE MESSAGE SIGN. Delete all references to the City of Carlsbad taking ownership of portable changeable message signs. The City does not want any signs at the completion of construction. Contract No. 3667-9 Addendum No. 2 1 CITY OF CARLSBAD 2004/05 PAVEMENT OVERLAY PROJECT CONTRACT NO. 3667-9 CONTRACTOR'S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, Supplemental Provisions and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 3667-9 in accordance with the Plans, Specifications, Supplemental Provisions and addenda thereto and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: Item - No. DescriDtion Approximate Quantity and Unit 1 Mobilization and PreDaratow 1 LS 2 .- Unit Price e Revised 10/08/03 Contract No. 3667-9 Page 11 of 154 Pages Item - No. Description Approximate Quantity and Unit 6 Remove and replace 5" AC 2,500 SF 21500 SF I I Dollars per Square Foot 8 9 10 Asphalt concrete leveling 865 TON v Dollars per Ton 11 Asphalt rubber hot mix 29,225 TON Dollars per Linear Foot 8,830 LF Dollars per Linear Foot \' YV Dollars per Linear Foot Unit Price $* 91 7 4- %@ Revised 10/08/03 ADDENDUM #I Contract No. 3667-9 Page 12 of 154 Pages Item - No. Description Approximate Quantity and Unit 15 2-inch grind and patch at dI i.w--$$/ Jw 2h Dollars per Square Foot 247,090 SF Dollars ber Square Foot 18 Full raise of sewer & 64 EA d-bI(w A&-& fl- &&e- Dollars Each 19 Full raise of buried manholes 5 EA 20 Full raise of valve boxes, 140 EA monument boxesretc. at , , 21 Remove and replace 166 LF &b-b[,&A &&?? Dollars per Linedr Foot 22 Remove and replace 2,646 SF concrete cross gutter & Unit Price $ ,?7 /. 32 $ $271.“” 4- t# Revised 10/08/03 ADDENDUM #I Contract No. 3667-9 Page 13 of 154 Pages Item - No. Description Approximate Quantity and Unit 23 Remove and replace 316 SF /do /m* Dollars per Square Foot 24 Remove and replace 1,045 SF 3;jA &+ Dollars pef Square Foot 25 Remove and replace 150 SF Dollars per Square Foot ~ 26 Remove and replace 7 EA 27 Modify PCC curb inlet and 6 EA Unit - Price $ $ 4 Total - $ /S$OO." 5 EA L @?* Dollars Each 5 EA L @?* Dollars Each e Revised 10/08/03 Contract No. 3667-9 Page 14 of 154 Pages Approximate Quantity Unit and Unit Price I tem - No. Description - Total 31 Traffic signal detector loops 40 EA '' Donars Each 32 Install blue fire hydrant 1 LS 33 Install temporary pavement I 34 35 36 37 38 4" white lane line per Caltrans Detail 9 at I 7,400 LF Dollars per Linear Foot 4" white lane line per Caltrans Det 'I 10 t 2,000 LF I ,..f LL m Dollars per Linear Foot 4" white lane line per Caltrans 61,400 LF Dollars per Linear Foot 4" double yellow centerline per Caltrans Detail 21 and 22 5,900 LF Dollars per Linear Foot 4" double yellow centerline Der Caltrans Detail 23 at, 770 LF 4-f G? Revised 10/08/03 Contract No. 3667-9 Page 15 of 154 Pages item - No. DescriDtion Approximate Quantity and Unit 39 Paint 4" double yellow 6,530 LF median per, Caltrans Detail 29 Dollars per Linear Foot 40 Paint 4" double yellow 240 LF median per Caltrans Detail 30 --kUd&~* 1 Dollars per Linear Foot 41 Paint 4" double yellow two 40,000 LF way left-turn lane Caltrans 0 LA 4 Dollars per Linear Foot 42 Paint 8" white channelizing 5,780 LF line per Caltrans Detail 38 & Dollars per Linear Foot 43 Paint 8" white channelizing 1,100 LF line per Caltrans Detail 38C hi r- 47AF dollars pdr Linear Foot 44 Paint 6" white bike lane line 40,705 LF 4+- PJIWWL b per Caltrans Detail 39 at Dollars per Linear Foot 45 Paint 6" white bike lane 6,920 LF intersection line per Caltrans +- 5 m&- Detail 39A9; 4 Dollars per Linear Foot Unit 4im t? Revised 10/08/03 Contract No. 3667-9 Page 16 of 154 Pages Item - No. 46 47 48 49 50 51 Description Approximate Quantity and Unit Paint 4” white parking stall 2,720 LF CaAwP- Dollars per Linear Foot 500 LF Dollars per Linear Foot 12” white line - thermoplastic 3,932 LF 12” yellow line - ZopJiitiFCah a Dollardpgr Linear Foot 1,015 LF +,A hdo d p&$+&- - “BIKE LANE” pavement 49 EA legend & arrow - Unit Price “SIGNAL AHEAD” pavement 46 EA !§ 232 @ $ Dollars Each 5 EA Dollars Each 53 Caltrans pavement arrows Dolbrs Each 4B ts Revised 10/08/03 ADDENDUM #I Contract No. 3667-9 Page 17 of 154 Pages Item - No. Description Approxi mate Quantity Unit and Unit Price g,pkQ 54 Blue handicapped symbol per 6 EA $ 55 Paint median curb nose Total Addendum(a) No(s). 1 _n;? proposal. The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the ca acity of a contractor within the State of California, validly licensed under licensenumber 56819l , classification A which expires on , and that this statement is true and correct and has the legal effect of an affidavit. HAY 31, 2005 A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City 3 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code § 20104. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Revised 10/08/03 Contract No. 3667-9 Page 18 of 154 Pages License Detail Page 1 of 2 lclassl I] License Detail Contractor License # 5681 94 Description GENERAL ENGINEERING CONTRACTOR ~EA~ORK.A~ND~.PAVING CALIFORNIA CONTRACTORS STATE LICENSE BOARD DISCLAIMER A license status check provides information taken from the CSLB license data base. Before relying on this information, you should be aware of the following limitations: CSLB complaint disclosure is restricted by law (B&P 71 24.6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. are disclosed. the arbitration. onto the Board's license data base. Per B&P 7071.17, only construction related civil judgments known to the CSLB Arbitrations are not listed unless the contractor fails to comply with the terms of Due to workload, there may be relevant information that has not yet been entered Extract Date: 06/14/2004 * * * Business Information * * * SlLVlA CONSTRUCTION INC 9007 CENTER AVE Business Phone Number: (909) 481 -81 18 Entity: Corporation Issue Date: 05/15/1989 Expire Date: 05/31/2005 * * * License Status * * * RANCHO CUCAMONGA, CA 91730-531 1 This license is current and active. All information below should be reviewed. * * * Classifications * * * * * * Bonding Information * * * http://www2.cslb.ca.gov/CSLB~LIBRARY/License+Detail.asp 6/14/2004 License Detail Page 2 of 2 CONTRACTOR'S BOND: This license filed Contractor's Bond number 08658631 in the amount of $10,000 with the bonding company FlDELlTY AND DEPOSIT COMPANY OF MARYLA-ND. Effective Date: 03/03/2004 ______.__~__~ Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) BENJAMIN BLAIR DAY certified that he/she owns 10 percent or more of the voting stocklequity of the corporation. A bond of qualifying individual is not required. Effective Date: 07/12/1990 BOND OF QUALIFYING INDIVIDUAL(2): The Responsible Managing Officer (RMO) JOSEPH WAYNE SlLVlA certified that he/she owns 10 percent or more of the voting stocklequity of the corporation. A bond of qualifying individual is not required. Effective Date: 05/15/1989 * * * Workers Compensation Information * * * This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number: 1578590 Effective Date: 07/03/2000 Expire Date: 07/03/2004 Workers Compensation History Personnel listed on this license (current or disassociated) are listed on other licenses. Personnel List Other Licenses LicenseNumber Re-quest Contractor Name Request Personnel Name Request S-sperson Requs -~ Salesperson Name Request 0 2003 State of California. Conditions of Use Privacy Policy 6/ 14/2004 Personnel List Page 1 of 1 Personnel List CALIFORNIA CONTRACTORS STATE LICENSE BOARD Contractor License # 5681 94 Click on the person's name to see a more detailed page of information on that person. Association Disassociation More Date Date Class BENJAMIN BLAIR DAY RMO/T 05/1 5/1989 A More FRANK NORMAN VICE DUDLEY PRESIDENT JOSEPH WAYNE SlLVlA RMO/P 05/15/1989 C12 More JOHN ALAN N OTAR DO NATO C LA!RE- RELA Name Title 05/11 /2001 SECRETARY 07/12/1990 04/27/1995 SECRETARY 05/11/2001 MANCHESTER-WAMEL License Number Request Contractor Name Request Personnel Name Request Salesperson Request Salesperson Name Requgt Q 2003 State of California. Conditions of Use Privacy Policy http://www2.cslb.ca.gov/CSLB~LIBRARY/Personnel+List.asp?LicNum=568 194 6/ 14/2004 (Cash, Certified Check, Bond or Accompanying this proposal is 'fBJjlLiEX ' i?(>ND" Cashier's Check) for ten percent (1 0%) of the amount bid. The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted N/A (2) Signature (given and surname) of proprietor N/A (3) Place of Business W'L? (Street and Number) City and State N/A (4) Zip Code N/A Telephone No. N/A (5) E-Mail N/A IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted N/A (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) N/ A (3) Place of Business J'/A (Street and Number) City and State N / 4 (4) Zip Code x/A Telephone No. RIA (5) E-Mail Y/ 4 a Revised 10/08/03 Con tract N 0. 3667-9 Page 19 of 154 Pages IF A CORPORATION, SIGN HERE: (Title) Impress Corporate Seal here (3) Incorporated under the laws of the State of (4) Place of Business City and State 9007 CENTER AVENUE RANCHO CUCAIYONGA, CA (Street and Number) (5) Zip Code 91730-5311 Telephone No. (909) 481-8118 (6) E-Mail silviacons-truction~~~l~. corn NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: JOSEPH W. SILVIA, PRESIDENT CLAIRE R. lUNCHESTER-WPAMEL, SECRETARY BENJAMIN B. DAY, TREASURER Revised 10/08/03 Contract No. 3667-9 Page 20 of 154 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF SAN BERNARDINO On appeared JOSEPH W. SILVIA , personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. JUNE 14,2004 , before me, PATRICIA BURKE, NOTARY PUBLIC personally Commisskm # 1491 758 Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. DESCRIPTION OF ATTACHED DOCUMENT TITLE 0-E OF DOCUMENT NUMBER OF PAGES: w DATE OF DOCUMENT CAPACITY CLAIMED BY SIGNER INDIVIDUAL PARTNER CORPORATE OFFICER PRESIDENT TITLE ATTORNEY IN FACT TRUSTEE GUARDIAN OR CONSERVATOR Other RIGHT 7HuMBPRINT OF SIGNER Signer is Representing: SILVIA CONSTRUCTION, INC. NAME OF PERSON(S) OR ENTITY@) BID SECURITY FORM (Check to Accompany Bid) 2004/05 PAVEMENT OVERLAY PROJECT CONTRACT NO. 3667-9 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of N/ A dollars ($ N/A )I this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. N/A BIDDER *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed-the sum of this bond shall be not less than ten percent (1 0%) of the total amount of the bid.) @ Revised 10/08/03 Contract No. 3667-9 Page 21 of 154 Pages BOND f0856029 1 PREMIUM NIL .. . .. , _. . BIDDER'S BOND TO ACCOMPANY PROPOSAL 2004/05 PAVEMENT OVERLAY PROJECT CONTRACT NO. 3667-9 KNOW ALL PERSONS BY THESE PRESENTS: Thatwe, SILVIA CONSTRUCTION, INC. -, as Principal, and COMPANY OF MYLAND ' I as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) TEN PERCENT OF M-fOUNT BID for which payment, well and truly made, we bind ourselves, our heirs,, executors and adrninlstrators, successors or assigns, jointly and severally, flrmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal foc FIDELITY AND DEPOSIT 2004/05 PAVEMENT OVERLAY PROJECT CONTRACT NO. 3667-9 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Couucil of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. ... ... e.. ... ... ... I.. ... ... ... ... ... ... ... ... ... . '. .e* ... ... ... ... ... ... e Revised 10/08/03 .. In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerat@ the Surety from its obltgations under this bond. Executed by PRI ,2004 1 L PRESIDENT, SILVIA CONSTRUCTION, INC. - (?le and 0rganizatio.n of Signatory) Executed by SURETY this 7NDO4 day of JUNE ,20-. SURETY: (name of Surety) FIDELITY AND DEPOSIT COMPANY OF MARYLAND 801 NORTH BRAND BLVD., SUITE, PENTHOUSE GLENDUE, CA 91203 (aadress .of Surety) (sign here) (818) 409-2800 By: CLAIRE R. MANCHESTER-WAMEL 2 (print name here) SECRETARY, SILVIA CONSTRUCTION, INC. (title and organization of signatory) RICHARD A. COON (printed name of Attomey-in-Fact) (Attach corporate. resolution showing current power of attorney.) . (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for oorporatlons. If only one officer signs, the corporatlon must attach a resolution C8tdfkd by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney BY; Deputy City Attorney 7 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF SAN BERNARDINO On appeared JOSEPH W. SILVIA , personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. JUNE 14,2004, before me, PATRICIA BURKE, NOTARY PUBLIC personally WITNESS m hand and official seal. J eature of Notary Public Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. F ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES: w-4 DATE OF DOCUMENT CAPACITY CLAIMED BY SIGNER/ INDIVIDUAL PARTNER CORPORATE OFFICER PRESIDENT TITLE ATTORNEY IN FACT TRUSTEE GUARDIAN OR CONSERVATOR Other Signer is Representing: SILVIA CONSTRUCTION, INC. NAME OF PERSON(S) OR ENTITY(S) RIGHT THUMBPRINT OF SIGmR CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF SAN BERNARDINO On JUNE 14,2004, before me, PATRICIA BURKE, NOTARY PUBLIC personally appeared CLAIRE R. MANCHESTER-WAMEL, personally know to me to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS m hand and official seal. If: %gnatme of Notary Public Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form.. DESCRIPTJBN OF ATTACHED DOCUMENT Azz &J TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES w& DATE OF DOCUMENT CAPACITY CLAIMED BY SIG 0 0 w 0 0 0 0 INDIVIDUAL PARTNER CORPORATE OFFICER CORPORATE SECRETARY ATTORNEY IN FACT TRUSTEE TITLE GUARDIAN OR CONSERVATOR Other Signer is Representing: SILVIA CONSTRUCTION, INC. NAME OF PERSON@) OR ENTITY(S) RIGHT THLlME%PRlNI OP SIGNER CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT COUNTY OF ORANGE On 6-2-04 before me, LEXIE SHERWOOD - NOTARY PUBLIC personally appeared RICHARD A. COON personally known to me to be the person whose name is subscribed to the within instrur.ent and acknowled.ged to me that he executed same in his authorized capacity, and that by his signature on instrument the person or the entity upon behalf of which person acted, executed the instrument. WITNESS my hand” ipd official seal. the the the OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this €om. DESCRIPTION OF ATTACHED mT BID BOND RTLE OR TYPE OF NDMBW OF PAGES 2 OF 6-2-04 CAPACITY CLAZMED BY SIGPJER 0 INDIVIDUAL CORPOMTE OFFICER TITLE (S) 0 PARTNER (S) ATTORNEY-IN-FACT 0 TRUSTEE (S) c] OTHER: SIGNER IS REPRESENTING: FIDELITY AND DEPOSIT COMPANY OF MARYLAND NAME OF PERSON(S) OR ENTITY(S1 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary, in side hereof and are hereby certified to be in full force and effect on the da appoint Richard A. COON, Karen CHANDLER, Cha and Lexie SHERWOOD, all of Anaheim, California, the execution of nate constitute and tthew P. FLAKE n said Company, as fully regularly elected officers t set forth on the reverse side hereof is a true copy of Article VI, d their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 23rd day of April, A.D. 2004. IN WITNESS W ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND T. E. Smith Assistant Secretary Paul C. Rogers Vice President State of Maryland ss: On ths 23rd day of April, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF. I have hereunto set my hand and affixed my Official Seal the day and year first above written. City of Baltimore I Dennis R. Hayden Notary Public My Commission Expires: February 1,2005 POA-F 012-4150H EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND “Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-president, or any of the Senior Vice-presidents or Vice-presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-presidents, Assistant Vice-presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, ... and to affix the seal of the Company thereto.” CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I clo further certify that the Vice-president who executed the said Power of Attorney was one of the additional Vice-presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: “That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-president, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed.” IN TESTMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 2ND dayof JUNE 2004 . Assistant Secretary Company Profile Page 1 of 2 Company Profile FIDELITY AND DEPOSIT COMPANY OF MARYLAND 1400 AMERICAN LANE, 19TH FLOOR TOWER 1 SCHUAMBURG, IL 60196-1056 800-382-2150 Agent for Service of Process ANDREW K. PLATT, C/O ZURICH NORTH AMERICA 801 N. BRAND BLVD., 13TH FLOOR GLENDALE, CA 91203 Unable to Locate the Anent for Service of Process? Reference Information NAIC #: 39306 NAIC Group #: 0212 California Company ID #: 2479-4 Date authorized in California: Company Type: Property & Casualty State of Domicile: MARYLAND January 01,1982 License Status: UNLIMITED-NORMAL Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY CREDIT FIRE LIABILITY MARINE MISCELLANEOUS http://cdinswww.insurance.ca.gov/pls/wu~co~prof/idb~co~prof~utl.get~co~prof?p~EID=62 ... 6/14/2004 Company Profile Page 2 of 2 PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION A ComDany Complaint Information ~- Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies Want More? Help Me Find a Company Representative in My Area Financial Rating Organizations - ___ .. - - . ~ Last Revised - April 26,2004 02:22 PM Copyright 0 California Department of Insurance Disclaimer h ttp ://cdin s w w w . in surance .c a. gov/pl s/w u-co-prof/i db-c o-pro f-ut1 . ge t-co-prof?p-EID=62.. . 6/ 1 412004 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS 2004/05 PAVEMENT OVERLAY PROJECT CONTRACT NO. 3667-9 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Subcontractor's License No.* Page 1 of 1 pages of this Subcontractor Designation form Pursuant to section 4104 (a)(Z)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." @ Revised 10/08/03 Contract No. 3667-9 Page 26 of 154 Pages BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) 2004/05 PAVEMENT OVERLAY PROJECT CONTRACT NO. 3667-9 Copies of the latest Annual Report, audited financial statements or Balance Sheets may be submitted under separate cover marked CONFIDENTIAL. BALANCE SEEET ATTACHED UNDER SEPARATE COVER, MARKED CONFIDENTIAL. 4mf %# Revised 10/08/03 Contract No. 3667-9 Page 27 of 154 Pages Balance Sheet SILVIA CONSTRUCTION, INC. 6/14/2004 For Apr, 2004 Assets CURRENT ASSETS PETTY CASH/ORANGE BUS. BANK PFF PETTY CASH PAINE WEBBER CD CHECKING/ORANGE BUS. BANK RETENTION - CARLSBAD Total TOTAL CASH ACCOUNTS RECEIVABLE RETENTIONS RECEIVABLE Total TOTAL ACCOUNTS RECEIVABLE UNBILLED WORK IN PROGRESS Total TOTAL UNBILLED WIP rlPLOYEE ADVANCES CURRENT PORTION NOTE REC. PREPAID FRANCHISE TAX Total TOTAL PREPAID EXPENSES INVENTORY Total TOTAL INVENTORY Total CURRENT ASSETS NET FIXED ASSETS VEHICLES FURNITURE & FIXTURES SILVIA PROPERTY MACHINERY C EQUIPMENT -772.85 3,226.67 15 , 079.17 -28,265.14 211,592.09 200,859.94 4,653,624.28 961,682.11 5,615,306.39 54,865.64 54 , 865.64 1,081.90 4 , 658.68 2,947.00 8,687.58 9,088.00 9,088.00 5,888,807.55 381,928.53 236,523.71 751,516.66 3,164,561.77 Total NET FIXED ASSETS Page 1 6/14/04 10:45 Company: LO Total FIXED ASSETS 4,534,530.67 ACCUMULATED DEPRECIATION -3,007,700.36 OTHER ASSETS LESS CURRENT PORTION/NOTE REC. 1,526,830.31 92.89 Balance Sheet SILVIA CONSTRUCTION, INC. 6/14/2004 For Apr, 2004 Assets SECURITY DEPOSIT OTHER DEPOSITS Total DEPOSITS ORGANIZATION COSTS ACCUMULATED AMMORTIZATION Total NET ORGANIZATION COSTS Total OTHER ASSETS 339.28 6 , 563.17 3,778.86 -3 , 778.86 NOTES RECEIVABLE/CURRENT PREPAID INSURANCE Total Assets Liabilities and Equity TOTAL LIABILITIES ACCOUNTS PAYABLE RETENTIONS PAYABLE ACCRUED INSURANCE 4,014,923.01 245,737.25 132,695.01 Total TOTAL ACCOUNTS PAYABLE 4,393,355.27 ACCRUED SALES TAX ACCRUED 401 BENEFITS 10 , 386.44 2 , 135.29 Total ACCRUED EXPENSES 12 , 521.73 FEDERAL WITHHOLDING TAXES FICA (SOCIAL SECURITY) STATE WITHHOLDING TAXES FUI (FEDERAL UNEMPLOYMENT) FEDERAL PAYROLL DEPOSITS STATE PAYROLL DEPOSITS SDI/SUI JTA DEPOSITS UNION PAYABLE-LABORERS UNION PAYABLE-OTHERS UNION PAYABLE-OPERATORS GARNISHMENT PAYABLE 284,919.93 369,641.74 109,406.73 30,593.81 4,072.25 -643,596.81 -138,249.86 -965.79 31 , 383.63 8 , 366.62 37 , 970.28 1,949.23 Page 2 6/14/04 10:45 Company: LO 6,902.45 0.00 6 , 995.34 -4 , 751.57 157,086.33 7,574,967.96 ----------- ---------I SAVINGS/JOE PAGAN0 Balance Sheet SILVIA CONSTRUCTION, INC. 6/14/2004 For Apr, 2004 Liabilities and Equity 500.00 Page 3 6/14/04 10:45 Company: LO Total PAYABLE WITHHOLDING 95,991.76 BILLINGS IN EXCESS OF COSTS 238,953.68 Total BILLINGS IN EXCESS OF COSTS 238,953.68 NOTES PAYABLE-CURRENT CREDIT LINE 199,964.81 100,000.00 Total CURRENT NOTES PAYABLE 299,964.81 Total DEFERRED EXPENSES 0.00 Total CURRENT LIABILITIES 5,040,787.25 N/P CITICAPITOL - NEW PAVER 'T/P CITICAPITOL - 102 N/P LEASE/YUKON 2000 FORD 350/GE LEASE N/P ORANGE BUS. BANK N/P ORANGE CO. BUS./PROPERTY NOTE PAYABLE/BEN DAY LESS CURRENT PORTION /P THE ASSOCIATES 265,896.60 37 , 742.40 -713.57 15 , 458.32 13,323.49 125,136.33 622,808.47 273,628.95 -199,964.81 Total LONG TERM LIABILITIES 1,153,316.18 Total TOTAL LIABILITIES 6,194,103.43 STOCKHOLDER'S EQUITY TOTAL STOCKHOLDER'S EOUITY COMMON STOCK Total PAID IN CAPITOL RETAINED EARNINGS PRIOR YEAR RETAINED EARNINGS S. CORP DISTRIBUTIONS Total RETAINED EARNINGS 222,074.00 222,074.00 -1 , 306.58 1,186,174.09 -26,076.98 1,158,790.53 Total TOTAL STOCKHOLDER'S EQUITY 1,380,864.53 Balance Sheet SILVIA CONSTRUCTION, INC. 6/14/2004 For Apr, 2004 Liabilities and Equity Total Liabilities and Equity Page 4 6/14/04 10:45 Company: LO 7,574,967.96 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) 2004/05 PAVEMENT OVERLAY PROJECT CONTRACT NO. 3667-9 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge hidher responsibility, experience and skill. An attachment can be used. II I "PLEASE SEE ATTAC @ Revised 10/08/03 Contract No. 3667-9 Page 28 of 154 Pages COMPLETED PROJECTS -ROJECT N A M E/O WN E R CONTRACT DATE AMOUNT COMPLETED JOB DESCRIPTION City of Bell Gardens $ 543,635.75 May, 2004 Bell Gardens, CA 9020 1 Street Resurfacing on Various City Streets, Fiscal Year 2003-04, CDBG Fund No. 600541-03 (562) 806-7774 (562) 8066-7789 Fax Anne Zaworski, Project Manager 8327 Garfield Avenue 0311 0104 - 04120104 City Riverside $1,080,401.65 May, 2004 3900 Main Street Riverside, CA 92522 Minor Street Rehab., Phase 111, Curb & Gutter Repair Citywide 2002/2003 & Third Street Median Construction @ UPRR Crossing (909) 826-5341 (909) 826-5542 Fax Tim Cianci City of Ontario $ 353,214.34 May, 2004 Ferrari Corp. C/O City Commercial Management P.O. Box 548 Rancho Cucamonga, CA 91 729 ConcoursIFerrari Street Improvements (909) (909) City of Fontana $ 335,643.10 April, 2004 8353 Sierra Avenue Fontana, CA 92335 CDBG Residential Street Pavement Rehabilitation, No. SB-08-04 (909) 350-6644 (909) 350-6709 Fax Keith Kramer City of West Covina $469,738.00 February, 2004 1444 West Garvey Avenue West Covina, CA 9 1793 Street Rehabilitation Work, Asphaltic Concrete Overlay, Various Location Citywide, Project No. SP-04 108 (626) 814-8433 (626) 814-8477 Fax Oscar Caplian City of Rancho Cucamonga $ 75,865.00 February, 2004 10500 Civic Center Drive Rancho Cucamonga, CA 9 1729 Haven Avenue Pavement Rehabilitation (Alt) (909) 447-2700 City of Palos Verdes Estates $ 266,683.75 February, 2004 340 Palos Verdes Drive West Berm. Palos Verdes Estates, CA 90274 2003 Citywide Overlay Project (310) 378-0380 (3 10) 378-7820 Fax Public Works Dept. AC, City of Corona $1,068,973.00 February, 2004 815 W. Sixth Street Corona, CA 9 1720 200212003 Major Pavement Rehabilitation (909)736-2400 ‘ity of San Buenavenutra 501 Poli Street Ventrua, CA Imperial Neighborhood Repaving (805) 654-7767 (805) 64 1-2775 Fax $ 708,394.00 February, 2004 Mob., Street Patch, Cold Plaining, R&R Fabric, Adj. Manholes, Striping AC Completed Projects Page 2 PROJECT YAM E/OWN ER CONTRACT DATE AMOUNT COMPLETED City of Lynwood $ 156,637.00 February, 2004 11330 Bullis Road Lynwood, CA 90262 Street Improvement Long Beach Blvd., Project No. 05-5266 City of Riverside $ 761,316.05 February, 2004 3900 Main Street Riverside, CA 92522 200312004 Minor Street Rehabilitation Phase I (909) 826-5805 (909) 826-5542 Fax Abe Massoud, Assoc. En,’ Dineer City of Orange $ 219,719.50 January, 2004 300 E. Chapman Orange, CA 92866 TCRF Street Rehabilitation (714) 744-5544 (7 14) 744-5573 Fax City of Banning $1,011,013.00 January, 2004 Adj. 99 East Ramsey Street Banning, CA 92220 Project No. 2003-05, “AC Overlay, Pavement Rehab.& Sidewalk Improvements on Various St. (909) (909) City of Carlsbad $2,149,399.00 January, 2004 1635 Faraday Avenue ’arlsbad, CA 92008 L003/2004 Street Overlay, Project No. 3667-7 (760) 602-2560 (760) 602-8553 Fax Skip Hammann, En,‘ Oineer City of Moreno Valley $ 1,449,274.81 January, 2004 I4 177 Frederick Street Moreno Valley, CA 92552 02/03 Annual Pavement Resurfacing Program (909) 4 13-3 132 (909) 4 13-3 170 FAX Public Works JOB DESCRIPTION Mob., Cold Planing, AC Pavement, ARHM, R&R Curb &Gutter, X-Gutt.,Drive Appr.. Retain Curb,Sidewalk, Ramps.Crack Repair. Ad.j Manholes, W.V’s, Slip Cans, Backfill. Clear & Grub, CIP, AC Overlay, HR, W.V., Manholes, Sewer Cleanouts, striping AC Berm, R&R (Curb&Gutter, X-gutter Sidewalk, Drive App., Ramps), Tree Grind, Signage, Retain Wall, Backfill Agg Bast Mob. Pub. Notice, Crack fill, R&R AC, Fabric. Agg. Base, ARHM. Cold Plaining, Sewer & Storm Drain manholes, W.V, Monument Boxes, Video Dect.. Loop Dect.. Markers, Striping, Legends, K & K Curb & Gutter, X-gutter, Spandrel.Drive App., Sidewalk.and Ramps, Stamp Concrete. Landscape, Drain Box, Drain Lines. Root Barriers. Traffic Control clear & grub, R&R AC, CIP, fabric, Adj .,wateriV,GasIV,Man holes,Loops, Monitor well, Signage,Striping,x-gutter, Pull boxes,crack seal,w/p control plan, Steel conduit. T.C. City of Thousand Oaks $2,176,480.00 October, 2003 2 100 Thousand Oaks Boulevard Signage, Thousand Oaks, CA 91362 Placement of AC & ARHM, St. Overlay & Curb Ramp Improvement-C14031 & C14032-STPL5392(020) (805 449-2400 (805) 449-2475 Manuel Alvarez, Sr. Civil Engineer ARHM, AC, Tack, Cold Plaining, Adj. Manholes, W.V’s, Sewe Cleanouts, Traffic Control, School Coordination. City of San Buenaventura $ 1,165,332.00 October, 2003 Mob.,SWPPP,C/P,ARNM.R&R AC Pave. 501 Poli Street R&R(Curb&Gutter,Driveway & Ventura, CA 9300 1-2697 Parkingway) Ad.] Manholes & W.V.Loops, Thompson Boulevard Resurfacing-STPL-5026(028), Specification No. 2003-05 Slriping.Markings, Signage.Pullboxes,Pull (805) 654-7767 (805) 64 1-2775 Fax Boxes,Root Barriers, Traffic Control City of San Buenaventura $ 669,834.40 October, 2003 Mob.. R&R AC, Agg. Base. SWPPP, CJP -01 Poli Street WolvertoniCheshire ASM (2002 19A) (805) 654-7767 ARHM, ARAM, Backfill,R&R(Curb & Gut Sidewalk, Ramps), Traffic Contro1,Tree Removal, Root Barriers entura, CA 9300 1-2697 (805) 641 -2775 Fax Completed Projects Page 3 PROJECT YAME/OWNER CONTRACT DATE AMOUNT COMPLETED City of Upland $ 313,773.15 July, 2003 460 North Euclid Avenue Upland, CA 9 I786 200212003 Citywide Street Overlays, Bid No. 2003-22, Project 35 17 (909) 93 1-4246 (909) 93 1-9923 Fax Bob Critchfield, Assoc. En,’ uineer City of Monrovia $ 139,780.00 July, 2003 415 W. Ivy Avenue Monrovia, CA 9 IO 16-2888 200 112002 Street Resurfacing Program (C2890) (626) 932-5550 (626) 359-8507 Fax City of Camarillo $2,481,566.41 July, 2003 601 Carmen Drive Camarillo, CA 93010 200212003 Annual Overlay Program, ST-02-35 (805) 388-5345 (805) 388-5387 Fax Sonny Murillo Main. City of San Marino $ 385,194.20 July, 2003 2200 Huntington Drive San Marino, CA 9 1 108-269 1 Los Robles Pavement Rehabilitation Project (626) 300-0700 (626) 300-0709 Matthew Ballantyne City of Bell Gardens $ 365,589.00 June, 2003 7 100 Garfield Avenue Bell Gardens, CA 90201 -3253 Street Resurfacing (6003 55 02) (562) 805-7700 (562) 806-2270 Fax City of San Gabriel $ 943,526.00 June, 2003 425 South Mission Drive San Gabriel, CA 9 I776 02-03 Millennium Miles PH Ill, St. Improvements on Various (626) 308-2800 Ext. 71 5 (626) 458-2830 Fax Bruce Mathern, P.E., City Engineer City of Claremont $ 723,162.00 June, 2003 207 Harvard Avenue Claremont, CA 91 71 1 (909) 399-5482 (909) 399-5327 Fax Vince Ramos, City of Long Beach $3,171,790.00 June, 2003 333 W. Ocean Boulevard Long Beach, CA 90802 Sidewalk Repairs, Curb Ramps & Related Improvements (R6595) (562) 570-6555 (562) 570-5 176 Fax Frank Kazmar City of Corona $ 227,556.00 June, 2003 815 W. 6“’ Street Corona, CA 92882-3238 (909) 739-481 5 (909) Steven Enna, Associate Engineer ‘reen River Road Widening JOB DESCRIPTION Cold Planing, AC Pavement. R & R Curb & Gutter, Drive Appr.,Manholes, WV’s Loop Detect., Traffic Control, Striping, Markers, Markings, Legends. Cold Plaining, Heater Remix, Patching, Adj. Manholes & W.V’s, Curb&Gutter, Traffic Control, Striping, Survey AC Pave, AR4000, ARHM, CIP, AC Pulverize & Grade, AC Stabilization, Kcycut, Digouts, K&R(Gutter, Alley App.. Sidewalk, C&G, Driveways) Root Removal. Root Prune, Manholes W.V.’s, Sewer Cold Mill, Crack Seal, Fabric,T.C., AC Overlay, Patch, Manholes Loops, Striping Legends, Markers R&R (sidewalk,driveway,ramps,x-gutter curbkgutter), paint curb, gas V., I’ullhox, W.V.,survey Mont., survey benchprb drain cold mill, roothree prune, tree removal mob..T.C., NPDE’s comp. R&R AC.class I1 base,Cold Mill.,overlay, header, pullhoxes R&R(curb, headwal1)conduit. storm drain, Thermo. Striping, signage, delinators. R&R (striping, markings,markers) excavation. slope.grdrail,triple.heain barrier.app anchor Completed Projects Page 4 PROJECT YAME/OWNER CONTRACT DATE AMOUNT COMPLETED City of Fontana $ 489,839.76 June, 2003 8353 Sierra Avenue Fontana, CA 92335 Valves,Manhole Mango Avenue, Street Improvements (909) 350-6501 (909) 350-66 18 Fax Leticia Ortiz, Sr. Assco. Eng. City of San Gabriel $ 554,792.50 March, 2003 425 South Mission Drive San Gabriel, CA 9 I776 02-03 Millennium Miles PH 11, St. Improvements on Various, C.C.#2002-03 (7 14) 973-2263 (714) 973-2263 Fax Kamran Sader City of Bell Gardens 71 00 Garfield Avenue Bell Gardens, CA 90201-3253 Street Resurfacing (6002950 I) (562) 806-7700 (626) 806-7720 Fax $ 264,338.00 City of Lake Forest 23161 Lake Center Drive, Suite 100 Lake Forest, CA 92630 200 1-2002 Street Resurfacing Improvements $ 888,144.54 349) 46 1-3400 (949) 46 1-35 12 Fax Gene Foster City of Burbank $ 362,536.00 301 E. Olive Avenue Burbank, CA 9 1502 2002 G.F. Street Improvements Project N. 11 16 (8 18) 238-5466 Bruce Feng City of West Covina 1444 West Garvey Avenue West Covina CA 9 1793 Street Rehabilitation Project (SP02 1 1 1) (626) 814-8433 (626) 814-8477 Fax $ 1,979,340.07 Los Angeles County, Dept. Public Works $ 605,325.18 900 South Fremont Avenue Alhambra, CA 9 I803 La Cienega-RDCOO I5702 City of lnglewood $ 547,669.02 One W. Manchester Boulevard Inglewood, CA 9030 1 - 1750 2002 Street Resurfacing Project (310)412-5333 City of Rancho Cucamonga 10500 Civic Center Drive Rancho Cucamonga, CA 9 17329 (3 IO) 4 12-5552 Fax $ 222,660.00 March, 2003 March, 2003 March, 2003 March, 2003 March, 2003 March, 2003 March, 2003 tiwanda Avenuekirade Crossing Improvements at the BNSF and SCRRA Railroad Crossings (909) 477-2700 (909) 477-2849 Fax Richard J. Oaxaca JOB DESCHIPTION clear&grub, R&R AC Pave., cold millin, Classll base. (R&R Dike. x-gutter. sidewalk, Driveway,drainage,ramps), soil prep., R&R Trees, root barriers, sod sprinklers,Striping, Signage Sewerlines. cold mill,AC pave,level&base,fabric, curb&gutter, driveway app, ramps, gutter plates,root prune, barriersmanholes. striping, loops, detectors. T.C. CiP, ARHM, R&R AC, backfill, slurry backfill,R&R(sidewalk, drive app.,ramp. curb,gutter.x-gutter.v-gutter.alIey int. speed hump)manholes,striping,loops,signage, Survey. cold mill, R&R AC overlay, crack seal. manholes, water valve, survey Mont., monitoring well, loops, striping, x-gutter cxcavation. blk slough wall, relocate St. sign CMB, Cold Milling. ARHM, CurbgtGutter, Sidewalk, Driveway, Manholes. Water Valves, Thermo-Striping, MarkergtReflector R&R, AC Pave,ARHM,C/P,R&R Concrete, Ramps, R&R (Sidewalk, C&G.) Manholes Survey Monuments, Loops. StripingLegend Backfill, Slurry, T.C. Nitework BMPS, ARHM, Unclass. Ex., Concrete, Slurry Backfill, Curb&Gutter, X-Gutter. T-Mac.C/P, C.M.B.. Manholes. Striping & Marking, Loops,Tree Removal Survey,Subgrade,Agg.Base, Slurry backfill, AC Pave.,CiP,Heater Remix, R&R sidewalk, curbigutter, AlleyiApp, DriveiApp., Manholes,Loops,R&RTree Traffic Control Clear&Grub,Exc/Fill,C/P, AC, Concrete R&R Trees, R-K-Rail, Mail Box, Signs, Water Meter, Boulders, Cobblestones, Sidewalk, Catch Basin, Headwall,Fence, Barricade, Grade Drive, Sewer Cleanout Manholes,Striping, Marking, Parking Stops, Curb&Gutter,DriveiApp,X-gutter CAB.,Step Waterline,Traf Control, Rail Insurance. Completed Projects Page 5 PROJECT YAM E/OWN ER CONTRACT DATE AMOUNT COMPLETED JOB DESCRIPTION City of Lynwood $ 419,789.00 March, 2003 11330 Bullis Road Lynwood, CA 90262 Street Improvements, Maiposa Lane, Cedar Avenue, Cortland Avenue and Louise Avenue (3 IO) 603-0220 Elias Saikaly, Engineering Associate City of Santa Monica $ 248,929.00 February, 2003 1685 Main Street Santa Monica, CA 9040 I 200 I /02 Federal Street Improvements, #1889 (3 IO) 458-8732 (3 I) 393-4425 Fax Alan Sheth, Project Manager Los Angeles County $ 108,183.56 November, 2002 Department of Public Works 900 South Fremont Avenue Alhambra, CA 9 I803 Gladestone Street Resurfacing-Citrus Avenue to Cerritos Avenue (RDCOOI 3669) 0 B.M.P.’s, ARHM, C/P, Concrete, Loops Manholes. T.C. City of Monrovia $ 804,486.20 November ,2002 Heater Remix, CIP, AC Overlay, Trench 4 I5 W. Ivy Avenue Monrovia, CA 9 IO 16-2888 200 I12002 Street Resurfacing Program (C2901) (626) 932-5573 (626) 359-8507 FAX Patch, Manholes, W.V’s, Loops, R&R( Curb&Gutter, Sidewalk, Ramps, Curb Drain, Monuments), Striping, T.C. Jed Rizk, P.E. Senior Civil Engineer 7ity of Westlake Village $ 296,749.00 November, 2002 AC Pave,ARH M ,UP, R&R( C urb&Gutte 2 1200 Oak Crest Drive X-gutter) Manholes, W.V.’s, Joint Filler Westlake Village, CA 91361-4643 Striping, Markers, T.C. Lindero Canyon Road Street RepairIOverlay STPL 543 I(003) (818) 706-1613 (818) 706-1391 Fax John Knipe, City Engineer City of Rancho Cucamonga $ 354,405.80 November ,2002 ARHM, UP, Manholes, Water/Gas 10500 civic Center Drive Rancho Cucamonga, CA 9 1729 Local Street Pavement Rehabilitation/Overlap (909) 477-2700 (909) 477-2849 Fax Richard J. Oaxaca, Engineer Technician valves, Water Meters, Traffic Control City of Rancho Cucamonga $ 313,174.00 November, 2002 Clear & Grub, Unclass Exca., CAB, C/P 10500 Civic Center Drive ARIHM. AC Pave,Overlay. Manholes, W.V.. Rancho Cucamonga, CA 91730 Pullboxes,(R&R curb&Gutter, Sidewalk Arrow Route Pavement Rehabilitation-Grove to Baker Drive App.,Ramps, Cobblestone, Rock Wall (909) 477-2740 (909) 477-2746 Fax Richard Jay, Public Works Inspec. Mailboxes.Sewer Cleanouts. Trees, Land- Scape,) Striping, Markers, Signage. T.C. Playa Phase I Commercial Land Company, LLC $5,545,280.38 12555 W. Jefferson Boulevard, Suite 200 Los Angeles, CA 90066 Playa Vista-Entertainment Media Technology Development Street Improvement (3 IO) 822-0074 City of Ontario $ 384,175.00 September 20, 2002 Clear&Grub, Cold Mill, AC Rem. 303 East “B” Street ,sourth Street Pavement Rehabilitation, Contract No. 0 102-02 (909) 395-2 129 (909) 395-2070 FAX Bill Braun Thermo. Strip & Markers, Loops,Water Valves ARHM, ARAM, AC Base Course,CAB, Curb&Gutter,Sldewalk, DriveApproach, Spandera1,X-gutter,R&R Tree,Manholes ’ntario, CA 9 1764-4 I96 Completed Projects Page 6 PROJECT VAMElOWNER CONTRACT DATE AMOUNT COMPLETED JOB DESCRIPTION County of Orange $ 300,584.00 September 20,2002 IO Civic Center Plaza Santa Ana, CA 9270 1-40 14 Asphalt Overlay ResurfacingiSlurry Seal-Craig Regional Park (714) 567-6253 (714) 567-6340 Fax Robert Witting City of Montebelio $ 432,816.00 September 15, 2002 AC, ARHM, Cold Milling, I600 West Beverly Boulevard Montebello, CA 90640 Street Resurfacing Program (0202) Bus Pads (2 13) 887- I467 (213) 887-1410 FAX City of Cerritos $ 142,568.46 July 16,2002 18125 Bloom field Avenue Cerritos, CA 90703-3 130 Street Improvements-Commerce and Distribution (1 380) (562) 9 16- I229 (562) 916-121 1 Fax Erin Alvarez City of Cerritos 465,337.00 July 16,2002 18125 Bloom field Avenue Cerritos, CA 90703-3 130 195"'. Street Rehab. From Shoemaker Avenue to Bloomfield Avenue-STPL-5325(010) (1326) (562) 916-1229 (562) 916-121 1 Fax Frank Gonzales City of Oxnard $ 877,199.27 July 01,2002 dxnard, CA 93030 Oxnard Shores Neighborhood Resurfacing Project PWO2-2 1 (805) 385-7860 (805) 385-7833 Fax Matthew G. Winegar 05 West Third Street City of South Pasadena $ 178,883.80 June 30,2002 1414 Mission Street South Pasadena, CA 9 IO30 Street Resurfacing-Stoney Dr., Bonita Dr. and Oneonta Dr. (626) 403-7240 (626) Fax James R. Van Winkle City of Orange $ 438,927.00 June 30,2002 300 E. Chapman Avenue Orange, CA 92866 2001/02 TCRF Street Rehabilitation, Phase 2 (714) 744-5569 Alan Truong City of Orange $ 531,344.00 June 30,2002 300 E. Chapman Avenue Orange, CA 92866 2001102 TCRF Street Rehabilitation, Phase 1 (714) 744-5569 Alan Truong City of Camarillo $1,971,895.60 June 30,2002 601 Carmen Drive Camarillo, CA 93010 2001/2002 Annual Overlay Program, S-01-5 :OS) 388-5345 (805) 388-5387 Fax Sonny Murillo City of Rancho Cucamonga $ 86,896.00 June 30,2002 10500 Civic Center Drive Rancho Cucamonga, CA 9 I730 Baseline Road Pavement Rehabilitation (909) 477-2700 (909) Richard Oaxaca CIP, Pave, ARHM BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) 2004/05 PAVEMENT OVERLAY PROJECT CONTRACT NO. 3667-9 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1 ) Certificates of insurance showing conformance with the requirements herein for each of: Comprehensive General Liability Automobile Liability Workers Compensation Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees andlor premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids, the Standard Specifications for Public Works Construction and the Supplemental Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. Revised 10/08/03 Contract No. 3667-9 Page 29 of 154 Pages PRODUCER Raintroa Insurance Agency License #OS57773 2037 North D street ,none: 909-881-2654 INSURED n Bernardino CA 92405 ilvia Constmction, Inc. Rancho Cucsmonga, CA 91730 007 Center Ave. 8 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDINQ ANY REQUIREMENT. TERM OR CONDITION OF ANY COKTRKT OR OTHER OOCUMENT WITH RESPECT TO WHICH THIS CERTlFlCnTE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRBED HEREIN IS SUBJECT TO ALL THE TERMS. WCLUSIONS AND CONDITIONS OF SUCH POLICIES AQQREOATP LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CIAIMS. THIS CERTIFICATE IS ISSUED AS A MATER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAlC # INSURERP: Interstate Fire 6 Casualty/qRC INSURER 6 Saf eco Insurance company I 24740 INSURERC: State Compensation 1118. Fund, INSURER D; INSURER E! UU 46R TYPE OF INSURANCE GENERAL LIABILITY x 7 COMMERCIAL GENERAL LIABILIIY 1 I CIAIMSMADE OCCUR POLICY NUMBER GL1-1111813 U I x ICONTRACT PROTECT/ ]BROAD FORM FD/ GENL AGGREGATE LIMIT APPLIES PER 1 POLICY @?f LOC AUTOMOBILE LlABlUTY X ANYAUTO - _I ALL OWED AUTOS SCHEDULED AWOS - - X HIREDAUTOS X NON-OWNED AUTOS - - XCU INCLUDED I 01CQ59602410 D(CE99rUMBRELL.A LIABIUTY 3 OCCUR 17 CLAIMS MADE 07/03/05 E.L. EACH ACCIDENT - C s s 1,000,000 DEDUCTIBLE WORKERS COMPENSATION AND EMPLOYERS' Uf&IW ANY PR6PRIETOWPARTNER'EXECUTrVE OFFICERMEMBER EXCLUDED? if es oe~libcunder OTHER 1578590-04 S~E~IAL PROVISIONS tam 10 DAY NOTICE OF NON-PAYMENT OF CANCELLATION FOR PREMIUM * 07/03/04 07/03/04 07/03/04 ENT I SPECIAL PRO LIMITS 1 EACH OCCURRENCE I I1 -000 * 000 07/03/05 COMBINED SINGLE LIMIT (b accident) 1 , 0 0 0 , 000 Is BODILY INJURY (Per ecddent) PROPEm DAMAGE (per accident) AUTO ONLY - E4 ACCIDENT OTHERTHAN S AUTO ONLY: EACHOCCURRENCE AGGREGATE E.L.DtSEAGE-EAEMPLOYEEI S 1,000,000 E.L. DISEASE +POLICY LIMIT 1 S 1, 000, 000 :ontract# 3667-9-PWS04-37ENB: 2004/05 Pavement Overlay Projeat Zity of Carlsbad, ita officials, employees and volunteers are named as Rdditional Insureds. Coverage is Primary and Non-Contributory. Waiver of subrogation applies. CERTIFICATE HOLDER CARLS-1 City of Carlsbad Attn: Purchasing Departmonk 1635 Faraday Ave. Carlsbad, CA 92008 L ACORD 25 (200ll08) CANCELLATION SHOULD Am OF THE ABOM DESCRIBED POLICIES BE CANCELLED BEFORE THE DLPIRATIOh DATE THEREOF, THE ISSUING INSURER WlLL -MAIL '30 DAY6 WWCN NdnCE TO THE CERTIFICATE HOLDER NAMED TO THE LEFr,p 7 /> 0 REPRESENTA'IIVE // QACORD CORPORATION 1988 ALII, 15. 2004 9:52AM RAINTREE INS ADDlTlONAL INSURED POLICY NUMBER: GL1-111813 (Blanket - Contractual) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, In consideration of the premium charged: The following provision is added to Section II, PERSONS INSURED, of the Comprehensive General Liability Coverage Part: (f) any entity the Named Insured is required in a written contract to name as an insured (hereinafter called Additional Insured) is an insured but only with respect to ilability arlslng out of work performed by or on behalf of the Named Insured for the Additional Insured. The insurance afforded by this provision shall be excess over any other insurance. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. GLE-10 14 (3/92)elac.a ps BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) 2004/05 PAVEMENT OVERLAY PROJECT CONTRACT NO. 3667-9 Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? X Yes no If yes, what wadwere the name@) of the agency(ies) and what wadwere the period@) of debarment@)? Attach additional copies of this page to accommodate more than two debarments. N/A N/A party debarred party debarred N/A N/ A agency agency N/A N/ A period of debarment period of debarment BY CONTRAVR: / -1 / / JOSEPH W. SILVIA, PRESIDENT ( p r in t n ame/ti t le) i f' Page 1 of pages of this Re Debarment form It"s Revised 10/08/03 Contract No. 3667-9 Page 30 of 154 Pages BIDDER’S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) 2004/05 PAVEMENT OVERLAY PROJECT CONTRACT NO. 3667-9 Contractors are required by law to be licensed and regulated by the Contractors’ State Lice Bo rd which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors’ State License board, P.O. Box 26000, Sacramento, California 95826. Have you ever had your contractor’s license suspended or revoked by the California Contractors’ State license Board two or more times within an eight year period? X no Has the suspension or revocation of your contractors license ever been stayed? N/A no Have any subcontractors that you propose to perform any portion of the Work ever had their contractor’s license suspended or revoked by the California Contractors’ State license Board two or more times within an eight year period? X Yes no Has the suspension or revocation of the license of any subcontractor’s that you propose to perform any portion of the Work ever been stayed? N7A Yes no If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefor. (If needed attach additional sheets to provide full disclosure.) Page 1 of 1 pages of this Disclosure of Discipline form Revised 10/08/03 Contract No. 3667-9 Page 31 of 154 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) 2004/05 PAVEMENT OVERLAY PROJECT CONTRACT NO. 3667-9 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. N/A (If needed attach additional sheets to provide full disclosure.) BY CONTRAC (print namettitle) Page 1 of pages of this Disclosure of Discipline form @ Revised 10/08/03 Contract No. 3667-9 Page 32 of 154 Pages NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 2004/05 PAVEMENT OVERLAY PROJECT CONTRACT NO. 3667-9 State of California COUn@Of SAX DIEGO ) ss. , being first duly sworn, deposes JOSEPH W. SILVIA (Name of Bidder) and says that he or she is PRESIDENT (Title) of SILVIA CONSTRUCTION, INC. (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under and correct and that this affidavit was executed on the ,20 04. Ob ,20-. JUNE 14th dayof l'' Subscribed and sworn to before me on the (NOTARY SEAL) Revised 10/08/03 "FORX ATTACHED" Signature of Notary Contract No. 3667-9 Page 33 of 154 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF SAN BERNARDINO On appeared JOSEPH W. SILVIA , personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. JUNE 14,2004 , before me, PATRICIA BURKE, NOTARY PUBLIC personally WITNESS m hand and official seal. 2 /&Ad Sgnature of Notary Public CommWon rlt 1491760 Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES: DATE OF DOCUMENT CAPACITY CLAIMED BY SIGNER 0 0 !XI 0 0 0 INDIVIDUAL PARTNER CORPORATE OFFICER PRESIDENT ATTORNEY IN FACT TRUSTEE GUARDIAN OR CONSERVATOR TITLE Other RIGKT T"T OF SIGNER Signer is Representing: SILVIA CONSTRUCTION, INC. NAME OF PERSON(S) OR ENTITY(S) CONTRACT PUBLIC WORKS This agreement is made this a?& day of / 9 20@, by and between the City of Carlsbad, California, a municipalC$orpo&tion, (hereinafter called "City'), and SlLVlA CONSTRUCTION INC whose principal place of business is 9007 CENTER AVENUE, RANCHO CUCAMONGA, CA 91730 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. for: Description of Work. Contractor shall perform all work specified in the Contract documents 2004/05 PAVEMENT OVERLAY PROJECT CONTRACT NO. 3667-9 (hereinafter called "project") 2. equipment, and personnel to perform the work specified by the Contract Documents. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation of Owner Operator/Lessors, Bidder's Statements of Financial Responsibility, Technical Ability and Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Supplemental Provisions, addendum(s) to said Plans and Specifications and Supplemental Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition ,of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specifications for Public Works Construction (SSPWC) 2003 Edition, and the 2004 supplement thereto, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Supplemental Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. e* %# Revised 10/08/03 Contract No. 3667-9 Page 34 of 154 Pages 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 251 17 of the Health and Safety Code, that is required to be removed to a Class I, Class 11, or Class Ill disposal site in accordance with provisions of existing law. B. indicated. Differing Conditions. Subsurface or latent physical conditions at the site differing from those C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 4- k# Revised 10/08/03 Contract No. 3667-9 Page 35 of 154 Pages Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in Resolution No. 91 -403. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. to the City, its officials, employees or volunteers. Any failure to comply with reporting provisions of the policies shall not affect coverage provided d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. e= %# Revised 10/08/03 Contract No. 3667-9 Page 36 of 154 Pages (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after thirty (30) days' prior written notice has been given to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by the City Council in Resolution No. 91 -403. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in the Supplemental Provisions I section. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 201 04.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. e Revised 10/08/03 Contract No. 3667-9 Page 37 of 154 Pages (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims rnade with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.:32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad lo disqualify the Contractor or subcontrac- tor from participating in future contract bidding. (H) Jurisdiction. contractor agrees and hereby stipulates that the p resolution of any disputes between the parties arising out of thi California. ue and jurisdiction for nt is Sari Diego County, I have read and understand all provisions of Section 11 ab 12. Maintenance of Records. Contractor shall ma ake available at no cost to the City, upon request, records in accordance with se ) and 1812 of Part 7, Chapter 1 , Article 2, of the Labor Code. If ,the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. nit CO) init 13. Labor Code Provisions. The provisions of Part 7, Chapter 1 , commencing with section 1720 of the Labor Code are incorporated hemin by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any 'monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 15. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. e= %# Revised 10/08/03 Contract No. 3667-9 Page 38 of 154 Pages 16. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE AlTACHED (CORPORATE SEAL) JOSEPH W. SILVIA, PRESIDENT (print name and title) (sign here) CLAIRE K. KBNCHESTER-WAMEL, SECRETARY n CIT the By: ATTEST: h LORRAINE M. WO&D, City Clerk ' (print name and title) President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL City Attorney By: Deputy City Attorney \ <$ Revised 10/08/03 Contract No. 3667-9 Page 39 of 154 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF SAN BERNARDINO On appeared JOSEPH W. SILVIA , personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. JULY 12,2004 , before me, PATRICIA BURKE, NOTARY PUBLIC personally - d and official seal. h CocllmYorri14017U -0 Ndayrublc-cdkmb 7 Im-coVJy My-BPlrrrrMryaA Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES: DATE OF DOCUMENT CAPACITY CLAIMED BY SIGNER 0 0 IXI 0 0 0 INDIVIDUAL PARTNER CORPORATE OFFICER PRESIDENT ATTORNEY IN FACT TRUSTEE GUARDIAN OR CONSERVATOR Other TITLE RIGHT THUMBPM OF SIGNER Signer is Representing: SILVIA CONSTRUCTION, INC. NAME OF PERSON@) OR ENTITY(S) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF SAN BERNARDINO ~ On JULY 12,2004, before me, PATRICIA BURKE, NOTARY PUBLIC personally appeared CLAIRE R. MANCHESTER-WAMEL, personally know to me to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. ' WITNESSrnv hand and official seal. Signature of Notary Public Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form.. DJSCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DO CUM EN^ A n NUMBER OF PAGES u&) DATE OF DOCUMENT & A& 0 0 w 0 0 0 -\- CAPACITY CLAIMED BY INDIVIDUAL PARTNER CORPORATE OFFICER CORPORATE SECRETARY ATTORNEY IN FACT TITLE TRUSTEE Signer is Representing: SILVIA CONSTRUCTION, INC. NAME OF PERSON(S) OR ENTITY(S) RIGHT TliuImPRMT OF SIGNER BOND# 08739292 PREMIUM: INCLUDED IN PERFORMANCE BOND LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 7004 - 333 ,adopted JUI Y 6, 2004 , has awarded to SlLVlA CONSTRUCTION INC (hereinafter designated as the "Principal"), a Contract for: 2004/05 PAVEMENT OVERLAY PROJECT CONTRACT NO. 3667-9 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, SlLVlA CONSTRUCTION INC , as Principal, (hereinafter designated as the "Contractor"), and FIDELITY AND DEPOSIT COMPANY OF MARYLAND as Surety, are held firmly bound unto the City of Carlsbad HUNDRED ONE E 35/100 Dollars ($ 2,924,901.35 ), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. in the sum of TWO MILLION, NINE HUNDRED TWENTY-FOUR THOUSAND, NINE THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or hidher subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 3181, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 3248. This bond shall inure to the benefit of any of the persons named in California Civil Code section 31 81, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. e* cs Revised 10/08/03 Contract No. 3667-9 Page 40 of 154 Pages In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this day of I 20-. ,-\ CONTRACTOR: JOSPH W. SILVIA (print name here) PRESIDENT (title and organization of signatory) (sign here) (print name here) By: ij? .\72 I& ‘l!dk/?Lil CLAIRE R. MANCHESTER-WAKEL SECRETARY Executed by SURETY this 13TH day of JULY ,203L. SURETY: FIDELITY AND DEPOSIT COMPANY OF MARYLAND 801 NORTH BRA Pame D BLVD., Of Suret S&!Z. PENTHOUSE GLENDALE. CA 91203 (address of Surety) (telephone number of Surety) 818/409-2800 By: MATTHEW P. FLAKE (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (title and organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL Deputy City Attorney 1 4- tg Revised 10/08/03 Contract No. 3667-9 Page 41 of 154 Pages CELIFORNIB BLL-PURPOSE ECKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF ORANGE On 7-13-04 before me, LEXIE SHERWOOD - NOTARY PUBLIC personally appeared MATTHEW P. FLAKE personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person or the entity upon behalf of which the person acted, executed the instrument. WZl"ESS my hand and official seal. S ignamre' 0 f Not af y OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. DESCRIPTION OF ATmCHED DOCUMENT PAYMENT BOND TI- OR TYPE OF NUMBER OF PAGES 2 llA!I'E OF 7-13-04 CAPACITY CLAIMED BY SIGNER 0 INDIVIDUAL 0 CORPORATE OFFICER TITLE(S) 0 PARTNER (S) a ATTORNEY-IN-FACT 0 TRUSTEE (S) Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article V1, Section 2, of the By side hereof and are hereby certified to be in full force and effect o appoint Richard A. COON, Karen CHANDLER, Charles L. F and Lexie SHERWOOD, all execute, seal and deliver, for, the execution of such bonds o of the Company at i Section 2, of the B IN WITNESS affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 23rd day of April, A.D. 2004. nd undertakings, and id Company, as fully ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND T. E. Smith Assistant Secretary Paul C. Rogers Vice President State of Maryland City of Baltimore On this 23rd day of April, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Dennis R. Hayden Notary Public My Commission Expires: February 1,2005 POA-F 012-4150H EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND “Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-president, or any of the Senior Vice-presidents or Vice-presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-presidents, Assistant Vice-presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, ... and to affix the seal of the Company thereto.” CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of ths certificate; and I do firther certify that the Vice-president who executed the said Power of Attorney was one of the additional Vice-presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: “That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-president, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed.“ IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 13TH day of JULY 2004 . , Assistant Secretary CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF SAN BERNARDINO On appeared JOSEPH W. SILVIA , personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. JULY 12,2004, before me, PATRICIA BURKE, NOTARY PUBLIC personally WITNES-d and official seal. Bignature of Notary Public Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES: DATE OF DOCUMENT CAPACITY CLAIMED BY SIGNER 0 INDIVIDUAL, [7 PARTNER CORPORATE OFFICER PRESIDENT TITLE 0 ATTORNEY IN FACT 0 TRUSTEE I GUARDIAN OR CONSERVATOR Signer is Representing: SILVIA CONSTRUCTION. INC. NAME OF PERSON(S) OR ENTITY(S) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF SAN BERNARDINO On JULY 12,2004, before me, PATRICIA BURKE, NOTARY PUBLIC personally appeared CLAIRE R. MANCHESTER-WAMEL, personally know to me to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS-py hand and official seal. &&ahre of Notary Public Commission It 1491 758 NO~puMlc-Cawomk Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form.. DESCRIPTION OF ATTACHED DOCUMENT 0 0 [XI 0 0 0 0 CAPACITY CLAIMED BY SIGNER INDIVIDUAL PARTNER CORPORATE OFFICER CORPORATE SECRETARY ATTORNEY IN FACT TRUSTEE GUARDIAN OR CONSERVATOR Other TITLE Signer is Representing: SILVIA CONSTRUCTION, INC. NAME OF PERSON(S) OR ENTITY(S) RIGHT THUMBPRINTOF SIGNER BOND# 08739292 PREMIUM: $25,937 FAITHFUL PERFORMANCEWARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution NO. 2004 - 277 , adopted JULY 6, 2004 , has awarded to designated as the "Principal"), a Contract for: SlLVlA CONS TRUCT ION INC , (hereinafter 2004/05 PAVEMENT OVERLAY PROJECT CONTRACT NO. 3667-9 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, SlLVlA CONSTRUCTION INC , as Principal, (hereinafter designated as the "Contractor"), and FIDELITY AND DEPOSIT COMPANY OF MARYLAND , as Surety, are held and firmly bound unto the City of Carlsbad, HUNDRED ONE E 35/100 Dollars ($ 2,924,901.35 ), said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. in the sum of TWO MILLION, NINE HUNDRED TWENTY-FOUR THOUSAND, NINE THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. e Revised 10/08/03 Contract No. 3667-9 Page 42 of 154 Pages In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this Executed by SURETY this 13TH day of 04 day of , 20-. JULY ,20- CONTRACTOR: SURETY: FIDELITY AND DEPOSIT COMPANY OF MARYLAND (name of Surety) 801 NORTH BRAND BLVD., SUITE PENTHOUSE GLENDALE, CA 91203 (address of Surety) JOSEPH W. SILVIA 818/409-2800 (print name here) (telephone number of Surety) PRESIDENT By: (Title and Organization of Signatory) MATTHEW P. FLAKE rinted name of Attorney-in-Fact) (sign he re) (print name here) CLAIRE R. MANCHESTER-WAMEL (Attach corporate resolution showing current power of attorney.) SECRETARY (Title and Organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: - Deputy City Attorneb IR. %# Revised 10/08/03 Contract No. 3667-9 Page 43 of 154 Pages CELIFOBIYIB ELL-PURPOSE BCKNOWLEDGMENT I STATE OF CALIFORNIA COUNTY OF ORANGE On 7-13-04 before me, LEXIE SHERWOOD - NOTARY PUBLIC personally appeared MATTHEW P. FLAKE personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person or the entity upon behalf of which the person acted, executed the instrument. d official seal. OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. DESCRIPTION OF ATaCHED DOCUMENT PERFORMANCE BOND TITLF OR TYPE OF DocaMENT NVMREROFPAGES RilTE OF DOcL1"T 7-13-04 CAPACITY CLAIMED BY SIGNER 0 INDIVIDUAL 0 CORPORATE OFFICER TITLE (S) 0 PARTNER(S) ATTORNEY-IN-FACT 0 TRUSTEE (S) 0 OTHER: I SI-R 1s REpmsEWTING: FIDELITY AND DEPOSIT COMPANY OF MARYLAND NAME OF PERSON(S) OR ENTITY(S) II I' Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Laws of said Co side hereof and are hereby certified to be in full force appoint Richard A. COON, Karen CHANDLER, C and Lexie SHERWOOD, all of Anaheim, Califor * execute, seal and deliver, for and on its behalf a the execution of such bon and amply, to all intents a of the Company at i The said Assistant forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By- IN WITNESS W the said Vice-president and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 23rd day of April, A.D. 2004. set forth on the reverse nate, constitute and atthew P. FLAKE nd undertakings, and n said Company, as fully regularly elected officers ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND T. E. Smith Assistant Secretary Paul C. Rogers Vice President State of Maryland ss: On this 23rd day of April, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. City of Baltimore 1 Dennis R. Hayden Notary Public My Commission Expires: February 1,2005 POA-F 0124150H EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND “Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-president, or any of the Senior Vice-presidents or Vice-presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-presidents, Assistant Vice-presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, ... and to affix the seal of the Company thereto.” CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-president who executed the said Power of Attorney was one of the additional Vice-presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: “That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-president, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed.“ IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, ths 13TH dayof JULY , 2004 . Assistanl Secretary THIS IMPORTANT DISCLOSUW NOTICE IS PART OF YOUR BOND - We are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002. No action is required on your part. Disclosure of Terrorism Premium - Tlic premium chargc for risk of loss resulting rrom acts of terrorism (as dcfined in the Act) under this bond is $-waived-. niis amount is rcflcctcd in the total premium for this bond. Disclosure of Availability of Coverap for Terrorism Losses As required by the Terrorism Risk Insurance Act.of 2002, we have made available to you coverage for losses resulting from acts of terrorism (as defined in the Act) with terms, amounts, and limitations that do not differ materially as those for losses arising from events other than acts of terrorism. Disclosure of Federa1 Share of Insurance Company’s Terrorism Losses The Tenorism Risk Insurance Act of 2002 establishes a mechanism by which the United States government will share in insurance company losscs resulting from acts of terrorism (as defined in the.Act) after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002. the insurance company deductible is 1% of direct earned premium in the prior year; for 2003,7% of direct earned premium in the prior year, for 2004, 10% of direct earned premium in the prior year, and for 2005, 15% of dim earned premium in the prior year. The federal share of an insurance company’s losses above its deductible is 90%. In the event the United States government ,articipates in losses, the United States government may direct insurance companies to collect a terrorism surcharge From policyholders, The Act does not currently provide for insurance industry or United States government participation in terrorism losses that exceed S 100 billion in any one calendar year. Definition of Act of Terrorism The Terrorism Risk Insurance Act defines “act of terrorism” as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States: 1. to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life, property or infrastructure; 3. to have resulted in damage within the United States, or outside of the United States in the case of an air carrier (as defined in section 40102 of title 49, United 17 States Code) or a United States flag vessel (or a vessel based principally in the United States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or the premises ofa United States mission; and 4. to have becn committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy Or affect the conduct of the United States Government by coercion. I But, no act shall bc certified by the Secretary as an act of terrorism if the act is committed a$ part ofthe course Ofa war declared by Congress (except for workers’ compensation) or property and casualty insurance losses resulting from the act, in the aggregate, do not exceed $5,000,000. Thse disclosurcs arc informational only and do not modify your bond or affect your rigills under the bond. Copyright Zurich Amencan Insurance Company 2003 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF SAN BERNARDINO On appeared JOSEPH W. SILVIA , personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. JULY 12,2004, before me, PATRICIA BURKE, NOTARY PUBLIC personally Fignature of Notary Public Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES: DATE OF DOCUMENT CAPACITY CLAIMED BY SIGNER 0 IXI 0 0 0 0 INDIVIDUAL PARTNER CORPORATE OFFICER PRESIDENT TITLE ATTORNEY IN FACT TRUSTEE GUARDIAN OR CONSERVATOR Other RIGHT THUMBPRINT OF SIGNER Signer is Representing: SILVIA CONSTRUCTION, INC. NAME OF PERSON(S) OR ENTITY(S) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF SAN BERNARDINO On JULY 12,2004, before me, PATRICIA BURKE, NOTARY PUBLIC personally appeared CLAIRE R MANCHESTER-WAMEL, personally know to me to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS m and and official seal. 2 2- Signature of Notary Public Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form.. DESCRIPTION OF ATTACHED DOCUMENT CAPACITY CLAIMED BY SIGNER 0 w 0 0 0 INDIVIDUAL PARTNER CORPORATE OFFICER CORPORATE SECRETARY ATTORNEY IN FACT TRUSTEE GUARDIAN OR CONSERVATOR TITLE Other RIGHT "HUMBPW OF SIGNER Signer is Representing: SILVIA CONSTRUCTION, INC. NAME OF PERSON(S) OR ENTITY(S) OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and whose address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for the 2004/05 Pavement Overlay Project, Contract No. 3667-9 in the amount of dated (hereinafter referred to as the "Contract"). Alternatively, on written request of the Contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow Agent in connection with the handling of retentions under these sections in an amount not less than $100,000 per contract. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. c$ Revised 10/08/03 Contract No. 3667-9 Page 44 of 154 Pages 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title FINANCE DIRECTOR Name Signature Address For Contractor: For Escrow Agent: Title Name Signature Address Title Name Signature Address At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. 4- %# Revised 10/08/03 Contract No. 3667-9 Page 45 of 154 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: For Contractor: For Escrow Agent: Title MAYOR Name Signature Address Title Name Signature Address Title Name Signature Address e= Revised 10/08/03 Contract No. 3667-9 Page 46 of 154 Pages SUPPLEMENTAL PROVISIONS FOR 2004/05 Pavement Overlay Project CONTRACT NO. 3667-9 CIN OF CARLSBAD SUPPLEMENTAL PROVISIONS TO "GREENBOOK" STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION 2003 EDITION PART 1, GENERAL PROVISIONS SECTION 1 -- TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS Add the following section: 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. Add the following section: 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. Add the following section: 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. Add the following section: 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. @ Revised 10/08/03 Contract No. 3667-9 Page 47 of 154 Pages 1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Agency -the City of Carlsbad, California. City Council -the City Council of the City of Carlsbad. City Manager - the City Manager of the City of Carlsbad or hislher approved representative. Dispute Board - persons designated by the City Manager to hear and advise the City Manager on claims submitted by the Contractor. The City Manager is the last appeal level for informal dispute resolution. Engineer - the City Engineer of the City of Carlsbad or hidher approved representative. The Engineer is the third level of appeal for informal dispute resolution. Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the original Contract Price bid. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 ”own organization” means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor’s Own Organization and will not be included for the purpose of compliance with section 2-3.1 of the Standard Specifications and these Supplemental Provisions. Owner Operatodlessor - Any person who provides equipment or tools with an operator provided who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility. Deputy City Engineer, Construction Management & Inspection - The Construction Manager’s immediate supervisor and second level of appeal for informal dispute resolution. Project Inspector - the Engineer’s designated representative for inspection, contract administration and first level for informal dispute resolution. Construction Manager- the Project Inspector’s immediate supervisor and first level of appeal for informal dispute resolution. 1-3 ABBREVIATIONS 1-3.2 Common Usage, add the following: Abbreviation Word or Words Apts ........................................ Apartment and Apartments Bldg ........................................ Building and Buildings CMWD .................................... Carlsbad Municipal Water District CSSD ..................................... Carlsbad Supplemental Standard Drawings cfs ........................................... Cubic Feet per Second Comm ..................................... Commercial DR .......................................... Dimension Ratio E ............................................. Electric @ Revised 10108103 Contract No. 3667-9 Page 48 of 154 Pages EWA ....................................... Encina Wastewater Authority G ............................................. Gas gal ........................................... Gallon and Gallons Gar ......................................... Garage and Garages GNV Ground Not Visible gpm ........................................g allons per minute IE ............................................ Invert Elevation LW D ..................................... ..Leucadia Wastewater District MSL ........................................ Mean Sea Level (see Regional Standard Drawing M-12) MTBM ..................................... Microtunneling Boring Machine OHE ........................................ Overhead Electric OMWD ................................... Olivenhain Municipal Water District ROW ...................................... Right-of-way S ............................................. Sewer or Slope, as applicable SDNR ..................................... San Diego Northern Railway SDRSD ................................... San Diego Regional Standard Drawings SFM ........................................ Sewer Force Main T ............................................. Te I e p ho ne UE .......................................... Underground Electric W ............................................ Water, Wider or Width, as applicable VW D ....................................... Vallecitos Water District 0 ........................................ NCTD ..................................... North County Transit District SECTION 2 -- SCOPE AND CONTROL OF THE WORK 0 2-3 SUBCONTRACTS. 2-3.1 General, add the following: Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor’s own organization. The City Council shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the City Council and shall be notified ten (1 0) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-4 CONTRACT BONDS, modify the second sentence of paragraph one as follows: Delete, “who is listed in the latest version of U.S. Department of Treasury Circular 570,”. Modify paragraphs three and four to read: The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in a sum not less than one hundred percent of the total amount payable by the terms of this contract. The Contractor shall provide bonds to secure payment of laborers and materials suppliers in a sum not less than one hundred percent of the total amount payable by the terms of this contract. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. Revised 10/08/03 Contract No. 3667-9 Page 49 of 154 Pages The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days atter recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. Add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) An original, or a certified copy, of the un-revoked appointment, power of attorney, by laws, or other 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. instrument entitling or authorizing the person who executed the bond to do so. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General, add the following: The specifications for the work include the Standard Specifications for Public Works Construction, (SSPWC), 2003 Edition, and the 2004 supplements thereto, hereinafter designated "SSPWC", as written and promulgated by Joint Cooperative Committee of the Southern California Chapter American Public Works Association and Southern California Districts Associated General Contractors of California, and as amended by the Supplemental Provisions section of this contract. The construction plans consist of 18 sheets designated as City of Carlsbad Drawing No. 420-1. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad Supplemental Standard Drawings, hereinafter designated as CSSD, as issued by the City of Carlsbad and the Carlsbad Municipal Water District Standard Plans hereinafter designated as CMW DSD, as issued by the Carlsbad Municipal Water District. Add the following section: 2-5.1 -1 Bid Item Descriptions 2-5.2 Precedence of Contract Documents, modify as follows: If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Supplemental Provisions. 3) Plans. 4) Standard Plans. a) City of Carlsbad Supplemental Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) State of California Department of Transportation Standard Plans. 5) Standard Specifications for Public Works Construction. 6) Reference Specifications. 7) Manufacturer's Installation Recommendations. '3 Revised 10/08/03 Contract N 0.3667-9 Page 50 of 154 Pages Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 7) above. Detailed plans and plan views shall have 2-5.3.3 Submittals, add the following: Each submittal shall be consecutively numbered. Resubmittals shall be- labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C' would indicate the third instance that the fourth submittal had been given to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. precedence over general plans. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By: Title: 0 Date: Company Name: Add the following: 2-5.4 Record Drawings, The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (10) days of completion of the work. Payment for performing the work required by section 2-5.4 shall be included in the various bid items and no additional payment will be made therefore. 2-9 SURVEYING 2-9.1 Permanent Survey Markers, Delete sections 2-9.1 and replace with the following: The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by $5 8772 and 8773, et seq. of the California Business and Professions Code. Revised 10/08/03 Contract No. 3667-9 Page 51 of 154 Pages When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within 7 days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service, Delete sections 2-9.2 and replace with the following: The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construction staking, records research and all other surveying work necessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall personally supervise and certify the surveying work. Add the following section: 2-9.2.3 Payment for Survey, Payment for work performed to satisfy the requirements of Sections 2-9.1 through 2-9.3.2 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made. 2-10 AUTHORITY OF BOARD AND ENGINEER. Add the following section: 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor’s or subcontractor’s possession pertaining to the work that the Engineer may request. Add the following section: 2-1 0.2 Audit And Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor’s and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor‘s staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor’s ongoing business operations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. - Revised 10/08/03 Contract No. 3667-9 Page 52 of 154 Pages SECTION 3 -- CHANGES IN WORK 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.2.1 Contract Unit prices, add the following: In the case of an increase or decrease in quantity of a minor bid item in excess of 25 percent of the original quantity bid the adjustment of contract unit price for such items will be limited to that portion of the change in excess of 25 percent of the original quantity listed in the Contractor’s bid proposal for this contract. Adjustments in excess of 25 percent may, at the option of the Engineer, be paid pursuant to section 3-3, Extra Work. 3-3 EXTRA WORK. 3-3.2.2 (c) Tool and Equipment Rental, second paragraph, modify as follows: Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, “Labor Surcharge and Equipment Rental Rates” published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. 3-3.2.3 Markup, Delete sections 3-3.2.3 (a) and (b) and replace with the following: (a) and shall constitute the markup for all overhead and profits: 1) Labor ................................... 20 2) Materials ............................. 15 3) Equipment Rental ................... 15 4) Other Items and Expenditures .. 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as (b) When all or any part of the extra work is performed by a Subcontractor, the markup established in section 3-3.2.3(a) shall be applied to the Subcontractor’s actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor, add the following after the second sentence: Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. Work by Contractor. The following percentages shall be added to the Contractor’s costs compensation for bonding. Work by Subcontractor. 3-4 CHANGED CONDITIONS. Delete the second sentence of paragraph three, delete paragraph five (5), and add the following: The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor’s failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. @ Revised 10/08/03 Contract No. 3667-9 Page 53 of 154 Pages The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-1 2655. ‘The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code sections 12650-1 2655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City’s proposed final estimate in order for it to be further considered.” By: Title: Date: Company Name: The Contractor‘s estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. Add the following: The Contractor shall give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. Delete second sentence of paragraph one and add the following: Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Construction Manager 3. Deputy City Engineer, Construction Management & Inspection 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor’s report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor’s presentation of its report. The Contractor may appeal each level’s position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. @ Revised 10/08/03 Contract No. 3667-9 Page 54 of 154 Pages All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 201 04) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(l) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(l) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of (b)(l) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(l) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. claims. @ Revised 10/08/03 Contract No. 3667-9 Page 55 of 154 Pages (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 11 41.1 0) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 11 41.1 0) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. Revised 10/08/03 Contract No. 3667-9 Page 56 of 154 Pages SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.3.1 General, add the following: The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.4 Test of Materials, delete the phrase, “and a reasonable amount of retesting”, from the third sentence of the first paragraph. add the following: Except as specified in these Supplemental Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor’s expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.6 Trade names or Equals add the following: The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. Add the following section: 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during working hours, as defined in section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a ’ description of the material@) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency’s boundaries the Contractor shall provide the Revised 10/08/03 Contract No. 3667-9 Page 57 of 154 Pages Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor’s responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. SECTION 5 -- UTILITIES 5-4 RELOCATION. Add the following: In conformance with section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer’s approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor’s convenience and no additional compensation will be allowed therefore or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Engineer. 5-6 COOPERATION. Add the following: The Contractor shall cooperate with utility companies so that they may adjust their facilities to grade. The Contractor will place and pave over adjustment rings to within 3/8 of an inch when provided by the utility company. The Contractor will place tabs or markers and pave over the tabs when provided by the utility company. The aforementioned tasks and coordination shall be paid for as part of the bid item for Asphalt Concrete, Asphalt Concrete Leveling Course, and Asphalt Rubber Hot Mix, whichever is being applied to that street. No additional compensation shall be made for this work. SECTION 6 -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete section 6-1 and substitute the following: Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within five (5) calendar days after receipt of the “Notice to Proceed”. Revised 10/08/03 Contract No. 3667-9 Page 58 of 154 Pages Add the following section: 6-1.1 Pre-Construction Meeting. After, or upon, notification of contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor’s management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor’s responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per section 6-4. No separate payment will be made for the Contractor’s attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. I) Add the following section: 6-1.1.1 Baseline Construction Schedule Submittal. The Contractor shall submit the Baseline Construction Schedule at the Pre-Construction Meeting per the submittal requirements of Section 2-5.3. Add the following section: 6-1.2 Measurement And Payment Of Construction Schedule. The Contractor’s preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefore. 6-2 PROSECUTION OF WORK. Add the following section: 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications: Add the.following section: 6-2.3 Project Meetings. The Engineer will establish the time and location of bi-weekly Project Meetings. The Contractor’s Representative shall attend each Project Meeting. The Project Representative shall be the individual determined under section 7-6, ‘The Contractor’s Representative”, SSPW C. No separate payment for attendance of the Contractor, the Contractor’s Representative or any other employee or subcontractor or subcontractor’s employee at these meetings will be made. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.4 Written Notice and Report. Modify as follows: The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor’s opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice@) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefore. a Revised 10/08/03 Contract No. 3667-9 Page 59 of 154 Pages 6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work to completion within 75 working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. Add the following: The hours of work on each street shall be as stated below. No work shall occur on Agency holidays. Construction adjacent to any school on a weekday shall occur between 9:00 a.m. and 2:OO p.m. Hours of work required by the approved Traffic Control Plans will supercede the hours of work listed in this section. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during holidays. This written permission must be obtained at least 48 hours prior to such work. The Engineer may approve work outside the hours and/or days stated herein when, in hidher sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. 0 Rancho Santa Fe Road and El Camino Real: Pavement repairs and cold milling shall be performed Monday through Friday from 8:30 a.m. to 3:30 p.m. Pavement overlay shall be performed on Saturday and Sunday from 7:OO a.m. to 4:OO p.m. Tamarack Avenue, La Costa Avenue, Marron Road, Unicornio Street, Avenida Del Parasio, Las Palmas Drive, Beech Avenue, Dove Lane, and Calavera Parking Lot: All Work shall be performed Monday through Friday from 8:30 a.m. to 3:30 p.m. Video Detection Systems shall be installed Monday through Friday from 7 a.m. to 4 p.m. prior to any cold milling near a signalized intersection. The Contractor shall incorporate the dates, areas and types of work prohibited in this section in the Construction Schedule required by section 6.1. No additional payment, adjustment of bid prices or adjustment of contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. 6-8 COMPLETION AND ACCEPTANCE. Delete the second paragraph and add the following: The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. Delete the first sentence of the third paragraph and substitute the following two sentences: All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. 6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first sentence of the second paragraph and add the following: For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of 500 Dollars ($500.00). a Revised 10/08/03 Contract No. 3667-9 Page 60 of 154 Pages Execution of the Contract shall constitute agreement by the Agency and Contractor that $500 per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 0 SECTION 7 -- RESPONSIBILITIES OF THE CONTRACTOR 7-3 LIABILITY INSURANCE. Modify as follows: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V and are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. 7-4 WORKERS' COMPENSATION INSURANCE. Add the following: All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Delete the first sentence and add the following four sentences: Except as specified herein the Contractor will obtain, at no cost to the Contractor all City of Carlsbad encroachment, right-of-way, grading and building permits necessary to perform work for this contract on Agency property, streets, or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefore. 0 7-7 COOPERATION AND COLLATERAL WORK. Add the following section: 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in hidher sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. Revised 10/08/03 Contract No. 3667-9 Page 61 of 154 Pages 7-8.5 Temporary Light, Power and Water. Add the following: The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefore. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefore. 7-8.6 Water Pollution Control. Add the following: Contractor shall comply with the California State Water Resources Control Board (SWRCB) Order Number 99-08-DWQ National Pollutant Discharge Elimination System (NPDES) General Permit Number CAS000002, Waste Discharge Requirements (W DR’s) for Discharges of Stormwater Runoff associated with Construction Activity (General Permit) and subsequent adopted modifications and with all requirements of the Storm Water Pollution Prevention and Monitoring Plans for this project in accordance with these regulations. Add the following section: 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. add the following: The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City’s contracted waste disposal company, Coast Waste Management at 929-941 7. During paving operations, the Contractor’s schedule shall be designed to provide residents and business owners whose streets are to be paved sufficient paved parking within an 800-foot distance from their homes or businesses. Seventy-two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor’s permanent office or field office and the other number shall be a 24-hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 Ib. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix “A. Revised 10/08/03 Contract No. 3667-9 Page 62 of 154 Pages In addition to the notifications, the contractor shall post no parking signs 48 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 48 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be removed and re-posted 48 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. 7-1 0.3 Street Closures, Detours, Barricades. Modify the second paragraph as follows: After obtaining the Engineers approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1) The Engineer ............................................................................ (760) 602-2720 2) Carlsbad Fire Department Dispatch .................................................. (760) 931 -21 97 3) Carlsbad Police Department Dispatch ............................................... (760) 931 -21 97 4) Carlsbad Traffic Signals Maintenance ............................................... (760) 438-2980 X-2937 5) Carlsbad Traffic Signals Operations., .......................................... (760) 602-2752 6) North County Transit District.. ..................... .; ............................... (760) 967-2828 7) Waste Management ............................................................................ (760) 929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer’s written approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five working days prior to-placing any traffic control that affects bus stops. 0 Add the following: Traffic controls shall be in accordance with the plans, Chapter 5 of the CALTRANS “Traffic Manual”, 1996 edition and these Supplemental Provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at hidher sole option, install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the greater. Add the following section: 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of section 21 4-5.1 .et seq. All temporary reflective channelizers shall conform to the provisions of section 21 4- 5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to section 21 0-1.6for materials and section 31 0-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and Revised 10/08/03 Contract No. 3667-9 Page 63 of 154 Pages from the view of motorists in the traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the traveling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in CALTRANS “Standard Specifications”, except the sleeves shall be 180 mm (7”) long. Personal vehicles of the Contractor‘s employees shall not be parked within the traveled way, including any section closed to public traffic. Whenever the Contractor’s vehicles or equipment are parked on.the shoulder within 1.8 m (6’) of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 7.6 m (25’) intervals to a point not less than 7.6 m (25’) past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a signpost or telescoping flag tree with flags. The signpost or flag tree shall be placed where directed by the Engineer. Add the following section: 7-10.3.2 Maintaining Traffic. The Contractor’s personnel shall not work closer than six feet, nor operate equipment within 2 feet from any traffic lane occupied by traffic. For equipment the two foot clearance shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver, when such reduction is shown on the traffic control plans included in these contract documents, when such reduction is shown on the traffic control plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. During the entire construction, a minimum of one paved traffic lane, not less than 12 feet wide, shall be open for use by public traffic in each direction of travel. Add the following section: 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, CALTRANS ‘‘Traffic Manual”, 1996 edition and provisions under “Maintaining Traffic” elsewhere in these Supplemental Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. a Revised 10/08/03 Contract No. 3667-9 Page 64 of 154 Pages Add the following section: 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under “Traffic Control System for Lane Closure” of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer‘s written approval of said plan. Add the following section: 7-1 0.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in Chapter 5 of the ‘Traffic Manual”, latest edition published by CALTRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. Add the following section: 7-10.3.6 Preparation of Traffic Control Plan Sheets. The Contractor shall submit Traffic Control Plans (TCP) or Traffic Control Staging plans (TCP) for any and all construction activities that are located within the travelled way. The Contractor shall have TCP prepared and submitted at the Pre- Construction Meeting. The Contractor must submit the TCP for the Engineer’s review in conformance with the requirements of section 2-5.3, et seq. and obtain the Engineer’s approval of the TCP prior to implementing them. The minimum 20-day review period specified in section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer’s review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the travelled surface differs from the finished pavement elevation vertical curves must also be shown. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and Chapter 5 of the ‘Traffic Manual”, latest edition as published by CALTRANS. Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, supplements, and/or new designs to the TCP when, in the Engineer’s sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no work shall be commenced that is @ Revised 10/08/03 Contract No. 3667-9 Page 65 of 154 Pages contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of section 2-5.3 Shop Drawings and Submittals. Add the following section: 7-10.3.7 Payment. The Contractor shall provide traffic control at the contract lump sum price bid. The contract lump sum price paid for "traffic control" shall include full compensation for furnishing all labor (including flagging costs), materials (including signs), tools, equipment and incidentals, and for doing all the work involved in preparation, reproduction and changing of traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans and approved additions and modifications, as specified in these supplemental provisions, and as directed by the Engineer. All expenses and time to prepare and review modifications, additions, supplements and/or new TCP designs shall be included in the lump sum bid for traffic control and no additional payment will be made therefore. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control." Contractor will provide traffic control for the City's Inspector to walk the roadways and mark out the areas of repair prior to the start of construction as part of the bid item for Traffic Control. The cost of labor and material for portable concrete barriers will be paid as an incidental to the work being performed and no additional payment will be made therefore. Progress payments for "Traffic Control'' will be based on the percentage of the improvement work completed. Add the following section: 7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and, falling materials. 7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. SECTION 9 -- MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9-1.4 Units of Measurement, modify as follows: The system of measure for this contract shall be the U.S. Standard Measures. 9-3 PAYMENT. 9-3.1 General. Delete the eighth paragraph and substitute the following: Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion". a Revised 10/08/03 Contract No. 3667-9 Page 66 of 154 Pages 9-3.2 Partial and Final Payment. Delete the second paragraph and substitute the following: Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on contract unit prices, completed change order work and as provided for in Section 9-2 of the Standard Specifications (SSPWC). Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor’s information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.01 0 of the Code of Civil Procedure. Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. 0 The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in subsection 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor’s claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. Revised 10/08/03 Contract No. 3667-9 Page 67 of 154 Pages 9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed in the written statement required in subsection 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in subsection 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor .has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor’s claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within 30 calendar days of their resolution for those claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under subsection 3-5, Disputed Work, for those claims remaining in dispute. Add the following section: 9-3.3.1 Delivered Materials. into the work will not be included in the progress estimate. The cost of materials and equipment delivered but not incorporated Add the following section: 9-3.4.1 Mobilization and Preparatory Work. Payment for Mobilization and Preparatory Work will be made at the lump-sum price bid, and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization And Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefore. e Revised 10/08/03 Contract No. 3667-9 Page 68 of 154 Pages SUPPLEMENTAL PROVISIONS TO “GREEN BOOK” STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be Class 2 Aggregate Base per Caltrans Standard Specification, July 1999, Section 26: Aggregate Bases, Subsection 26-1.02A Class 2 Aggregate Base and as specified below in Section 200-2.7 of these Supplemental Provisions. Add the following section: 200-2.7 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be free from organic matter and other deleterious substances, and shall be of such nature that it can be compacted readily under watering and rolling to form a firm, stable base. Aggregate may include material processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials. Aggregate shall conform to the grading and quality requirements shown in the following tables. At the oDtion of the Contractor. the aradina for either the lIM-inch maximum or 3/4 inch maximum shall be’used, except that once a g6ding 7s selected it shall not be changed without the Engineer’s written approval. AGGREGATE GRADING REQUIREMENTS 11/2” Maximum Percentage Passing 3/4” Maximum Sieve Sizes 2“ .................................. 1112” ............................. 1 ” .................................. 314” ............................... No. 4 ............................. No. 30 ........................... No. 200 ........................ Operating Range 1 00 90-1 00 50-85 25-45 10-25 2-9 - Operating Range - - 100 90-1 00 35-60 10-30 2-9 QUALITY REQUIREMENTS Tests Range Resistance (R-value) 78 Min. Sand Equivalent 25 Min. Durability Index 35 Min. Operating The aggregate shall not be treated with lime, cement or other chemical material before the Durability Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for “Operating Range” but meet the “Contract Compliance” requirements, placement of the aggregate base may be continued for the remainder of that day. However, another day‘s work may not be started until tests, or other information, indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirements specified for “Operating Range.” Revised 10/08/03 Contract No. 3667-9 Page 69 of 154 Pages If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for “Contract Compliance,” the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard for such aggregate base left in place. The City may deduct this amount from any moneys due, or that may become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent do not conform to the “Contract Compliance” requirements, only one adjustment shall apply. Type of Construction All Concrete Used Within the Right-of-way Trench Backfill Slurry Street Light Foundations and Survey Monuments No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day’s production, whichever is smaller. Concrete Maximum Class Slump mm (Inches) 330-C-23 (2) (560-C-3250) (’I (1 90-E-400) 1 15-E-3 200 (8”) 330-C-23 100 (4”) SECTION 201 - CONCRETE, MORTAR,’AND RELATED MATERIALS Traffic Signal Foundations Concreted-Rock Erosion Protection 201-1 PORTLAND CEMENT CONCRETE (560-C-3250) (590-C-3750) 350-C-27 100 (4”) 31 0-C-1 7 Der Table 300-1 1.3.1 TABLE 201 -1.1.2(A) Modify as follows: I (520-C-25OOP) I (1) Except that concrete required to be of higher strength by Table 201-1.1.2(A) SSPWC shall be as per Table 201-1.1.2(A) SSPWC. (2) As per Table 201-1.1.2(A) SSPWC. (3) Portions of Table 201 -1.1.2(A) of the Standard Specifications for Public Works Construction not shown herein as changed are not affected by this table. 201-1.2 Materials. 201-1.2.4(a) integral Colored Concrete. Add the following: Integral color shall consist of colored admixtures developed for use in ready mixed concrete. The product shall be made of the highest quality pigments, as well as other ingredients designed to enhance the color and improve the pigment dispersion, workability and finishing performance of the concrete. Integral color pigments shall meet or exceed ASTM-C-979. The coloring method shall be designed for concrete flatwork applications (salt finished, broom finishes, rotary finishes), as well as vertical surfaces, and other types of architectural concrete. Pigment shall be a permanent coloration, uniform throughout the concrete surface and interior, and shall be highly UV and fade resistant. Integral colored concrete shall be cured with QC Color Cure color matched to the concrete (see product information bulletin). Provide sample panel submittals of all colors to be used in the installation on identical surfaces for approval by Resident Engineer. Contractor shall provide a maintenance schedule for integral colored concrete. Revised 10/08/03 Contract No. 3667-9 Page 70 of 154 Pages Admixture for all integral colored concrete paving in medians and other integral colored concrete shall be the following: Color: match existing Curing: Manufacturer: Scofield Colokure Concrete Sealer (or approved equal). See Section 201 of these Supplemental Provisions for Concrete Curing Materials. Scofield Chromix Admixtures for color-conditioned concrete, or approved equal L.M. Scofield Company 6533 Bandini Boulevard Los Angeles, CA 90040 1 -800-800-9900 Admixture products and procedures for installation shall be in strict accordance with the manufacturer’s specifications and recommendations, and those published by the American Concrete Institute (ACI) and the Portland Cement Association (PCA). 201 -1.2.4 Chemical Admixtures. (e) Air-Entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. Add the following: 201-1.6 Finish: match existing Add the following: 201-1.7 Miscellaneous Concrete Finishing Products. 201-1.7.1 Water Base Penetrating Sealer for Integral Colored Concrete. (Scofield Colorcure Concrete Sealer or approved equal) Water base penetrating sealer shall be a sealer designed for the protection of imprinted and natural concrete. Water base penetrating sealer shall be a sealer designed for the protection of imprinted, colored and natural concrete, and other masonry surfaces to preserve the natural appearance of the masonry without darkening or adding gloss to the surface. It shall preserve the natural slip resistance of the concrete, etc. Sealer shall repel spills and soils, minimizing staining and maintenance. Seal shall leave no visible material on the surface and shall be absorbed and locked into the pores of the masonry, repelling liquids and soils but leaving the top surface natural in appearance. Install per manufacturer’s directions. Seal shall be compatible with the surfaces and materials which it is applied. Concrete sealer shall conform to the following specifications: Color: Odor: Flash Point: Specific Grav.: Density: Drying Time: Cure Time: VOC Content: Polymer Type: Coverages (approximate): Smooth Concrete: Rough Concrete: @ Revised 10/08/03 Clear, non-yellowing Mild None (C.O.C. method) 1.03 8.6 pounds per gallon 30 minutes to 60 minutes 24 to 48 hours None (0 g/1) excluding water Proprietary Reactive Resin System 300 to 400 square feet per gallon 200 to 300 square feet per gallon Contract No. 3667-9 Page 71 of 154 Pages Method of Application: Manufacturer: Airless sprayer Scofield Chromix Admixtures for color-conditioned concrete, or approved equal L.M. Scofield Company 6533 Bandini Boulevard Los Angeles, CA 90040 1 -800-800-9900 All materials shall be furnished, prepared, applied, cured, and stored according to the product manufacturer’s direction. 201 -1.2.4 Chemical Admixtures. (e) Air-entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1 /2 percentage points. The air content of freshly mixed concrete will be determined by California Test Method No. 504. 201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS. Add the following: 201 -3.4 Type “A” Sealant (Two-Part Polyurethane Sealant). Add the following: All finished concrete surfaces shall have a %” continuous expansion joint at locations indicated on the plans and notes and shall be located either parallel to perpendicular to the curb line. When not otherwise indicated, all expansion joints located adjacent to colored concrete shall be sealant Type “A” and colored to match the color of the concrete surface. Contractor shall provide joint sealants that have been produced and installed to establish and to maintain watertight and airtight continuous seals without causing staining or deterioration of joint substrates . Contractor shall submit product data from the manufacturer of each joint sealant product required, including instructions for joint preparation and joint sealer application. Contractor shall also submit samples for initial selection purposes in form of manufacturer’s standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view. Samples shall be submitted to Engineer. Submit complete schedule of type (and location where type is to be used) of each sealant. Contractor shall engage an experienced installer who has completed joint sealant applications similar in material, design and extent to that indicated for Project that have resulted in construction with a record of successful in-service performance. Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. Provide color selections made by Engineer from manufacturer’s full range of standard colors for products of type indicated. Sealant color parallel to curbline shall match color of Paving Treatment Type “A” as specified in Section 201 -1.2.4(a) of these Special Provisions. Joint sealants shall be multi-component polyurethane sealant. Except as otherwise indicated, provide manufacturer’s standard, non-modified, 2-or-more-part, polyurethane-based, elastomeric sealant; complying with either ASTM-(2-920-87, Type M, Grade P, Class 25, or FS TT-S 0227E Class A, non-sag, Type II. Revised 10f08103 Contract No. 3667-9 Page 72 of 154 Pages Acceptable Products: “Sonneborn NPII”; Sonneborn Building Products Division; “Scofield Lithoseal Trafficalk 3-G”, L.M. Scofield Company; or equivalent, as approved by the Engineer. Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. Plastic foam joint fillers shall be preformed, compressible, resilient, nonstaining, nonwaxing, nonextruding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell polyethylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polystyrene foam is not acceptable. SECTION 203 - BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. DELETE sections 203-6.2 and 203-6.3.2 and ADD the following: 203-6.1 General. Add the following: The Contractor shall submit a design mix report and verification data for review by the Engineer for each source of supply and type of mixture specified. The design mix report shall indicate the results of all testing requirements identified in sections 203-1.2 and 203-6.3 of the standard specifications for public works construction and these special provisions. 203-6.2 Materials. Add the following: Asphalt concrete shall be class C2-AR-4000 for surface course, and B-AR-4000 for base course. Asphalt concrete shall be class D2-AR-8000 for dikes and class E-AR-8000 ditches. 203-6.3.2 Composition and Grading. Add the following: Evaluation of asphalt concrete shall be determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confirms the production of a particular mix design and verifies using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accordance with Calif. Test 125. When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufficient size samples shall be taken to ensure representative and adequate quantity of material for: 1. Asphalt Content and Gradation of Extraction using Calif. Test 382 or ASTM 21 72, and Calif. Test 202. 2. Stability’ using: a. b. Stabilometer Value2 using Calif. Test 366 and shall be the average of three individual Stabilometer Values And/or Marshall Stability in accordance with the Asphalt Institute’s MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. Stability will be waived provided the extracted asphalt concrete is within +/-.5 of mix design and the extracted gradation complies with Table 203-6.3.2 (A). Use Marshall Stability when the deviation between individual Stabilometer Values are greater than +/-4. 1 2 When using core sample analysis, the samples must be properly prepared to safeguard against influx of outside contaminates and so that the cut surfaces do not influence the test results. Revised 10/08/03 Contract No. 3667-9 Page 73 of 154 Pages The amount of asphalt binder used in asphalt concrete placed in dikes, gutters, gutter flares, overside drains and aprons at the ends of drainage structures shall be increased one percent by mass of the aggregate over the amount of asphalt binder determined for use in asphalt concrete placed on the traveled way. 203-6.3.3 Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the asphalt content is within +/-.5 of the design mix and the gradation conforms to the grading as shown in Table 203-6.3.2 (A). Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix complies with the requirements for Stabilometer Value per Table 203-6.3.2 (A) Marshall Stability using Asphalt Institute MS-2. Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grading as shown in Table 203-6.3.2 (A). 203-6.6.2, Batch Plant Method, modify as follows: Third paragraph, last sentence, delete “and from the Engineer’s field laboratory”. Last paragraph, add after D 2172: “method A or B.” 203-6.7 Asphalt Concrete Storage. add the following: Open graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 18 hours, shall not be used in the work. 203-11 ASPHALT RUBBER HOT MIX (ARHM) WET PROCESS 203-1 1.3 Composition and Grading. Add the following: Asphalt Rubber Hot Mix shall be class ARHM-GG-C. Add the following section: 203-13 ASPHALT PAVEMENT CRACK SEALANTS 203-1 3.1 Elastomeric Sealant. Elastomeric sealant shall be a polyurethane material of a composition that will, within its stated shelf life, cure only in the presence of moisture. No elastomeric sealant shall be incorporated into any portion of the work that is beyond the shelf life recommended by its manufacturer. No elastomeric sealant shall be incorporated into any portion of the work that has been stored under conditions not recommended by its manufacturer. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. The cured sealant shall have the performance characteristics in Table 203-1 3(A). Revised 10/08/03 Contract No. 3667-9 Page 74 of 154 Pages rn Property (ASTM Designation) ASTM D 2240 Rex. Hard ness (indentation) Tensile Strength Elongation 65 - 85 Flex at -40°C Type A, Model 1700 ASTM D 412 Die C, ASTM D 412 Die C, 0.6 mm (25 mil) Free Weathering Resistance Salt-Spray Resistance 3.45 MPa, minimum 400%, minimum No cracks Dielectric Constant Film Bend (1 80") ASTM D 822 TABLE 203-1 3.1(A) ELASTOMERIC SEALANT CHARACTERISTICS Measuring Standard I Results Slight chalking Weatherometer 350 h ASTM B 117 28 days - - 3.45 MPa, minimum ASTM D 150 Elongation Less than 25% change at 38°C I tensile; 400% minimum Cone Penetration Flow, 60°C Resilience Softening Point, Ductility, Flash Point, COC, "C Viscosity, Brookfield Designation) ASTM D 3407, Sec. 5 ASTM D 3407, Sec. 6 ,ASTM D 3407, Sec. 8 25%, min. 25°C ASTM D 36 ASTM D 113 300 mm, min. 25"C, 50 mm/min ASTM D 92 ASTM D 4402 2.5-3.5 Pas No. 27 Spindle, 20 3.5 mm, max. 5 mm, max. 82 "C, min. 288 "C, min. 25"C, 150 g, 5 s Conditions 25°C Q 50% relative h um id itv pulled at 508 mm (20") per minute pulled at 508 mm (20") per minute over 13 mm ('/;) Mandrel Cured 7 days at 25°C 62 50% relative humidity 5% NaCI, Die C, pulled at 508 mm (20") per minute over a temperature range of -30-C to 50mC 203-1 3.2 Asphaltic Emulsion Sealant. Asphaltic emulsion sealant shall conform to the State of California Specification 8040-41 A-15 and shall be used only for filling slots in asphalt concrete pavement. This material shall not be used in slots which exceed 16 rnm (5/8") in width or where the slope causes the material to run from the slot. The material shall not be thinned in excess of the manufacturer's recommendations and shall not be placed when the air temperature is less than 7°C (45°F). 0 203-1 3.3 Hot-Melt Rubberized Asphalt Sealant. Hot-melt rubberized asphalt shall be in solid form at room temperature and fluid at an application temperature of 190°C (375°F) to 205°C (400°F). Fumes from the material shall be non-toxic. Sealant shall be suitable for use in both asphalt concrete and portland cement concrete. Performance characteristics of the cured hot- melt rubberized asphalt shall be as per Table 203-13.3(A). TABLE 203-1 3.3(A) CURED HOT-MELT RUBBERIZED ASPHALT Property I Measuring Standard (ASTM I Results I Conditions Revised 10/08/03 Contract No. 3667-9 Page 75 of 154 Pages SECTION 206 - MISCELLANEOUS METAL ITEMS Add the following section: 206-7 TRAFFIC SIGNS. Add the following section: 206-7.1.1 General. Materials, legend, proportion, size, and fabrication of all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall conform to the requirements of “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993”, Sheets 1 through 5 that accompany “SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993” of dimensions and details, dated April 1987, and “OPAQUE COLOR CHART”, dated February 1980, all published by the State of California, Department of Transportation, Division of Procurement Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 9581 9 and as modified herein. Where the “SPECIFICATION FOR REFLECTIVE SHEETING SIGNS, October 1993” require the Contractor or supplier to notify the Department of Transportation or to certify compliance to said SPECIFICATIONS, to provide a quality control program or to allow testing, approval, observation of manufacturing or assembly operations by the State of California, Department of Transportation and/or its employees or officials, such rights shall be vested in the Engineer. Add the following section: 206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic during the Contractor’s performance of the Work. Temporary traffic signs include both stationary and portable signs. Add the following section: 206-7.2.1 General. Materials, legend, proportion, size, and fabrication of all temporary traffic signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall conform to the requirements of “Specifications For Reflective Sheeting Signs, October 1993”, Sheets 1 through 5 that accompany “Specifications For Reflective Sheeting Signs, October 1993” of dimensions and details, dated April 1987, and “OPAQUE COLOR CHART”, dated February 1980, all published by the State of California, Department of Transportation, Division of Procurement Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 95819 and as modified herein. Where The “Specification For Reflective Sheeting Signs, October 1993” require the Contractor or supplier to notify the Department of Transportation or to certify compliance to said “Specifications For Reflective Sheeting Signs, October 1993”, to provide a quality control program or to allow testing, approval, observation of manufacturing or assembly operations by the State of California, Department of Transportation and/or its employees or officials, such rights shall be vested in the Engineer. Add the following section: 206-7.2.2 Drawings. Modify the “Specifications For Reflective Sheeting Signs, October 1993” as follows: Standard temporary traffic signs shall be as per the most recently approved “Approved Sign Specification Sheets” of the State of California, Department of Transportation. The date of approval shall be the date most closely preceding the date of manufacture of the sign@) or the date of the “Notice to Proceed” of this contract, whichever is most recent. Add the following section: 206-7.2.3 Reflective Sheeting. Modify the “Specifications For Reflective Sheeting Signs, October 1993” as follows: All advisory signs, warning signs and all regulatory signs shall be fabricated with Type Ill encapsulated lens sheeting conforming to the requirements of this specification. @ Revised 10/08/03 Contract No. 3667-9 Page 76 of 154 Pages Add the following section: 206-7.2.4 Substrate. Modify the “Specifications For Reflective Sheeting Signs, October 1 993” as follows: Excepting only construction warning signs used at a single location during daylight hours for not more than five (5) consecutive days, all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall be stationary mounted and shall use aluminum substrate. Add the following section: 206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary traffic signs shall be installed on 1 0-gage and 12-gage cold-rolled steel perforated tubing posts in the same manner shown on the State of California, Department of Transportation “Standard Plans” 1995 edition standard plans numbers RS1, RS2, RS3 and RS4 for installation of roadside signs, except as follows: a) Wood posts shall not be used. b) Back braces and blocks for sign panels will not be required. c) The height to the bottom of the sign panel above the edge of traveled way shall be at least 2.1 m (7’). d) Unless otherwise shown on the plans traffic sign posts shall conform in materials and installation to SDRS drawing M-45 and shall have one post provided for each 0.48 m2 (5 ff-)of sign area, or the signs may be installed on existing lighting standards when approved by the Engineer. e) Sign panels mounted on temporary traffic sign posts shall conform to the requirements specified for aluminum signs in the “Specifications For Reflective Sheeting Signs, October 1 993”. Add the following section: 206-7.2.6 Temporary Traffic Sign Posts. Posts shall be 10-gage or 12-gage cold-rolled steel perforated tubing used for the support and stabilization of stationary mounted temporary signs. Post size and number of posts shall be as shown on the plans, except that when stationary mounted signs are installed and the type of sign installation is not shown on the plans, post size and the number of posts will be determined by the Engineer. Sign panels for stationary mounted signs shall consist of reflective sheeting applied to a sign substrate. Add the following section: 206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of a base, standard or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operation. Sign panels for portable signs shall conform to the requirements of sign panels for stationary mounted signs in the “Specifications For Reflective Sheeting Signs, October 1993, or shall be cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and leg- end requirements for portable signs shall be as described for stationary mounted sign panels in section 206-7.2 of these Supplemental Provisions. The height to the bottom of the sign panel above the edge of traveled way shall be at least 0.3-m (12”). All parts of the sign standard or framework shall be finished with 2 applications of orange enamel which will match the color of the sign panel background. Testing of paint will not be required. @ Revised 10/08/03 Contract No. 3667-9 Page 77 of 154 Pages Add the following section: 206-9 PORTABLE CHANGEABLE MESSAGE SIGN Add the following section: 206-9.1 General. Each portable changeable message sign (PCMS) unit shall consist of a controller unit, a power supply, and a structural support system all mounted on a trailer. The PCMS unit shall be assembled to form a complete self-contained portable changeable message sign, which can be delivered to the site of the work and placed in immediate operation. The complete PCMS unit shall be capable of operating in an ambient air temperature range of -20% (-4°F) to +70% (158QF) and shall not be affected by unauthorized mobile radio transmissions. The trailer shall be equipped so that it can be leveled and plumbed. Full operation height shall be with the bottom of the sign at least 2.1 m (7') above the ground and the top no more than 4.4 m (14.5') above the ground. After initial placement, PCMS shall be moved from location to location as directed by the Engineer Add the following section: 206-9.2 Message Board. The message displayed on the PCMS shall be visible from a distance of 460 m (1500') and shall be legible from a distance of 230 m (750'), at noon on a cloudless day, by persons with vision corrected to 20/20. The sign panel shall be 3-line matrix and shall display not less than 7 characters per line. Sign messages to be displayed shall be as approved by the Engineer. The sign face shall be flat black and shall be protected from glare of the sun by a method which does not interfere with the clarity of the sign message. The sign shall be raised and lowered by means of a power driven lifting mechanism. The matrix sign shall be capable of complete alphanumeric selection. Lamp matrix type signs shall be equipped with an automatic dimming operational mode that automatically compensates for the influence of a temporary light source or other abnormal lighting conditions. The sign shall have manual dimming operation modes of 3 or more different lamp intensities. Matrix signs not utilizing lamps shall be either internally or externally illuminated at night. The controller shall be an all solid-state unit containing all the necessary circuitry for the storage of at least 5 pre-programmed messages. The controller shall be installed in a location allowing the operator to perform all functions from one position. A keyboard entry system shall be provided to allow an operator to generate an infinite number of additional messages over the pre-programmed stored messages. The keyboard shall be equipped with a security lockout feature to prevent unauthorized use of the controller. The controller shall contain a nonvolatile memory to hold the keyboard created messages in memory during periods when the power is not activated. The controller shall provide for a variable message display rate which allows the operator to match the information display to the speed of the approaching traffic. The flashing off time shall be operator adjustable within the control cabinet. Add the following section: 206-9.3 Operation and Maintenance. PCMS shall be furnished, placed, operated, and maintained at locations shown on the traffic control plans, specified herein, and designated by the Engineer. The PCMS will be diligently maintained and repaired by the Contractor throughout the project in accordance with the manufacturer's recommendations. If ownership is transferred to the City (at the end of the job), it must be demonstrated to be in good working condition, and meet the provisions of these specifications, including current registration. Revised 10/08/03 Contract No. 3667-9 Page 78 of 154 Pages Add the following section: 206-9.4 Measurement and Payment. The contract price bid for Traffic Control shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing, placing, operating, maintaining, repairing, replacing, transporting from location to location, and delivery of the PCMS and other signs. The signs will be given to the City at the completion of the construction, in good working order, and as directed by the Engineer, and no other compensation will be made. 0 SECTION 209 - ELECTRICAL COMPONENTS 209 ELECTRICAL COMPONENTS. Modify as follows: Section 209, “Signals, Lighting and Traffic Electrical Systems”, herein, shall replace Section 209, “Electrical Components”, of the SSPWC in all matters pertaining to the specifications for measurement, payment, warranty, and materials and methods of construction for all elements of street lighting and traffic signals. For electrical components provided and installed in systems not including street lighting and traffic signals section 209 SSPWC is unmodified except as specified in sections other than section 209, “Signals, Lighting and Electrical Systems”, herein. For section 209, “Signals, Lighting and Traffic Electrical Systems”, for all elements of street lighting and traffic signals both construction materials and construction methods have been combined into a single section. SECTION 209 - SIGNALS, LIGHTING AND TRAFFIC ELECTRICAL SYSTEMS 209-1 GENERAL 209-1.01 Description. Signals, lighting and electrical systems work shall consist of furnishing and installing, modifying or removing one or more traffic signals, traffic signal master controller assemblies and interconnection facilities, flashing beacon systems, lighting systems, sign illumination systems, traffic monitoring stations, communication systems, electrical equipment in structures, falsework lighting, provisions for future systems, or combinations thereof, all as shown on the plans, and as specified in these special provisions. The locations of signals, beacons, standards, lighting fixtures, signs, controls, services and appurtenances shown on the plans are approximate and the exact locations will be established by the Engineer in the field. All systems shall be complete and in operating condition at the time of acceptance of the contract. 209-1.01 5 Definitions. The following definitions pertain only to Section 209, “Signals, Lighting and Traffic Electrical Systems.” Actuation. - The operation of any type of detector. Burn-In Procedure. -The procedure by which each LED signal module is energized for a minimum of 24 hours at operating voltage at a 100% duty cycle, and in an ambient temperature of 60% (1 4OQF). Candlepower Values. - Luminous intensity expressed in candelas (cd). Channel. - A discrete information path. Revised 10/08/03 Contract No. 3667-9 Page 79 of 154 Pages Chromaticity (Color). - The color of the light emitted by a signal module, specified as x-y chromaticity coordinates on the chromaticity diagram according to the 1931 Commission Internationale d’Eclairage standard observer and coordinate system. The measured chromaticity coordinates shall fall within the limits specified in VTCSH Section 8.04 “Limits of Chromaticity Coordinates.” Controller Assembly. - The complete assembly for controlling the operation of a traffic signal or other system, consisting of a controller unit, and all auxiliary equipment housed in a rainproof cabi- net. Controller Unit. -That part of the controller assembly which performs the basic timing and logic functions. Detector. - A device for indicating the passage or presence of vehicles or pedestrians. Duty Cycle. - The amount of illuminated on-time a signal module is energized, expressed as a percent of signal cycle time period. Electrolier. - The complete assembly of lighting standard, luminaire, ballast and lamp. Flasher. - A device used to open and close signal circuits at a repetitive rate. Flashing Beacon Control Assembly. - A complete electrical mechanism for operating a warning beacon or intersection control beacon. Inductive Loop Vehicle Detector. -A detector capable of being actuated by the change of inductance caused by a vehicle passing over or standing over the loop. Integrating Photometer. - An instrument used in measuring the intensity of light that enables total luminous flux to be determined by a single measurement. LED Light Source. - An individual light emitting diode. LED Signal Module. - A sealed circular ball or arrow that includes the lens and utilizes LED devices as the light source. An LED signal module may directly replace an existing traffic signal lamp and lens combination. Lighting Standard.- The pole and mast arm which support the luminaire. Luminaire.- The assembly which houses the light source and controls the light emitted from the light source. Magnetic Vehicle Detector.- A detector capable of being actuated by the induced voltage caused by the passage of a vehicle through the earth’s magnetic field. Magnetometer Vehicle Detector.- A detector capable of being actuated by the magnetic disturbance caused by the passage or presence of a vehicle. Major Street.- The roadway approach or approaches at an intersection normally carrying the major volume of vehicular traffic. Minimum Intensity. - In accordance with the values in Table 1 of the existing “Vehicle Traffic Control Signal Heads”, hereinafter VTCSH standard, the minimum intensity values below which no LED signal modules will be released from the supplier. Minor Street.- The roadway approach or approaches at an intersection normally carrying the minor volume of vehicular traffic. Pedestrian Detector.- A detector, usually of the push button type, capable of being operated by hand. @ Revised 10/08/03 Contract No. 3667-9 Page 80 of 154 Pages Plans. - For this Section (Section 209) plans shall include all documents listed in Section 2.5, “Plans and Specifications”, et seq. as well as the “STANDARD PLANS”, 1995 edition as promulgated by the State of California, Department of Transportation. Power Consumption. - The rms electrical power (watts) consumed by an LED signal module when operated at rated voltage. Pre-timed Controller Assembly.- A controller assembly for operating traffic signals in accordance with a pre-determined cycle length. Rated Initial Intensity. - The light intensity of a new LED signal module, operated at rated voltage, measured after the burn-in procedure with an integrating photometer. Rated Voltage. -The ac rms voltage at which light output performance and power consumption are specified (1 17 VAC at 60 Hz). Signal Face.-That part of a signal head provided for controlling traffic in a single direction and consisting of one or more signal sections. Signal Head.- An assembly containing one or more signal faces. Signal Indication.-The illumination of a signal section or other device, or of a combination of sections or other devices at the same time. Signal Section.- A complete unit for providing a signal indication consisting of a housing, lens, reflector, lamp receptacle and lamp. Sun Phantom. - The effect of an outside light source entering the signal assembly and being returned in such a manner as to present the appearance of the signal assembly being illuminated. Traffic-Actuated Controller Assembly. - A controller assembly for operating traffic signals in accordance with the varying demands of traffic as registered with the controller unit by detectors. Traffic Phase.- The right of way, change and clearance intervals assigned to a traffic movement or combination of movements. Vehicle.- Any motor vehicle normally licensed for highway use. VTCSH Standard. - The definitions and practices described in “Vehicle Traffic Control Signal Heads” published in the “Equipment and Materials Standards” of the Institute of Transportation Engineers. 209-1.02 Regulations and Code. All electrical equipment shall conform to the standards of the National Electrical Manufacturers Association (NEMA), the Underwriters’ Laboratories Inc. (UL), the Electrical Testing Laboratories (ETL), the National Electrical Testing Association, Inc. (NETA), or the Electronic Industries Association (EIA), wherever applicable. In addition to the requirements of the plans, these special provisions, all materials and workmanship shall conform to the requirements of the National Electrical Code 1996 edition, hereinafter referred to as the Code; California Code of Regulations, Title 8, Chapter 4, Subchapter 5, Electrical Safety Orders; Rules for Overhead Electrical Line Construction, General Order No. 95 of the Public Utilities Commission; Standards of the American Society for Testing and Materials (ASTM); American National Standards Institute (ANSI); and any local ordinances which may apply. Wherever reference is made to any of the standards mentioned above, the reference shall be construed to mean the code, order, or standard that is in effect on the day the Notice to Contractors for the work is dated. a Revised 10/08/03 Contract No. 3667-9 Page 81 of 154 Pages 209-1.03 Equipment List and Drawings. Unless otherwise permitted in writing by the Engineer, the Contractor shall, within 15 days following award of the contract, submit to the Engineer for review a list of equipment and materials which the Contractor proposes to install as specified in Section 2- 5.3, “Shop Drawings and Submittals.” The list shall be complete as to name of manufacturer, size and identifying number of each item. The list shall be supplemented by such other data as may be required, including schematic wiring diagrams and scale drawings of cabinets showing location and spacing of shelves, terminal blocks and equipment, including dimensioning. All of the above data shall be submitted, install as specified in Section 2-5.3, “Shop Drawings and Submittals”, for review. Where electrical equipment is constructed as detailed on the plans, the submission of detailed drawings and diagrams will not be required. The Contractor shall furnish 5 sets of controller cabinet schematic wiring diagrams made by (1) wet blueprint, white background process using iron-sensitized paper, (2) the offset lithograph process, or (3) the electrostatic process. The diagrams shall show the location of the installation and shall list all equipment installed in each controller cabinet. In addition, for each signal installation, the Contractor shall furnish an intersection sketch showing poles, detectors, field wire connection terminals and phasing as shown on the plans. All schematic wiring diagrams of the controller units and auxiliary equipment, all cabinet diagrams, and all operation manuals shall be submitted at the time the controller assemblies are delivered for testing. The schematic wiring diagram shall show in detail all circuits and parts. All parts shown thereon shall be identified by name or number and in such manner as to be readily interpreted. All diagrams, plans and drawings shall be prepared using graphic symbols shown in ANSI publication Y32.2, entitled “IEEE Standard and American National Standard Graphic Symbols for Electrical and Electronic Diagrams.” 209-1.04 Warranties, Guaranties and Instruction Sheets. Manufacturers’ warranties and guaranties furnished for materials used in the work and instruction’ sheets and parts lists supplied with materials shall be delivered to the Engineer prior to acceptance of the project. 209-1.05 Maintaining Existing and Temporary Electrical Systems. Existing electrical systems (traffic signal, street lighting, flashing beacon, traffic monitoring, sign illumination and other facilities), or approved temporary replacements thereof, shall be kept in effective operation for the benefit of the traveling public during the progress of the work, except when shutdown is permitted, to allow for alterations or final removal of the systems. The traffic signal shutdowns shall be limited to normal working hours. Lighting system shutdowns shall not interfere with the regular lighting schedule, unless otherwise permitted by the Engineer. The Contractor shall notify the Engineer prior to performing any work on existing systems. The Contractor shall notify the local traffic enforcement agency prior to any operational shutdown of a traffic signal. Where an existing system or temporary system is being modified, work not shown on the plans or specified in these special provisions and which is considered by the Engineer as necessary to keep all or any part of the system in effective operation will be paid for as extra work as provided in Section 3-3 “Extra Work.”. The Agency will: 1 ) Continue the operation and maintenance of existing electrical facilities. 2) Continue to provide for electrical energy for the operation of existing electrical facilities. 3) Repair or replace existing facilities damaged by public traffic. 4) Pay the cost of electrical energy for the operation of existing or new facilities that are undergoing the functional tests described in Section 209-2.1 4C, “Functional Testing.” The Contractor shall ascertain the exact location and depth of existing detectors, conduits, pull boxes and other electrical facilities before using any tools or equipment that may damage those facilities or interfere with any electrical system. Where damage is caused by the Contractor’s operations, the Contractor shall, at the Contractor‘s expense, repair or replace damaged facilities promptly in @ Revised 10/08/03 Contract No. 3667-9 Page 82 of 154 Pages accordance with these specifications. If any existing loop conductor, including the portion leading to the detector hand hole or termination pull box, is damaged by the Contractor‘s operations, the Contractor shall immediately notify the Engineer. The affected detectors shall be replaced at the Contractor’s expense and as directed by the Engineer within 24 hours. If the Contractor fails to complete the repairs within this period, the repairs will be made by Agency forces at the Contractor’s expense. Should the Contractor fail to perform the required repairs or replacements, the cost of performing the repairs or replacements will be deducted from any moneys due or to become due the Contractor. Where roadways are to remain open to traffic and existing lighting systems are to be modified, the lighting systems shall remain in operation and the final connection to the modified circuit shall be made so that the modified circuit will be in operation by nightfall of the same day. Temporary electrical installations shall be kept in effective operation until the temporary installations are no longer required for the traveling public. Removal of temporary installations shall conform to the provisions in Section 209-7, “Removing, Reinstalling or Salvaging Electrical Equipment.” These provisions will not relieve the Contractor in any manner of the Contractor’s responsibilities as provided in Sections 4-1.1, ”General” and 4-1.2, “Protection of Work and Materials.” During traffic signal system shutdown the Contractor shall place “STOP AHEAD” and “STOP” signs to direct vehicle and pedestrian traffic through the intersection. All signal faces shall be covered when the system is shut down overnight. Temporary “STOP AHEAD” and “STOP signs shall be either covered or removed when the system is turned on. “STOP AHEAD’’ and “STOP” signs shall be furnished by the Contractor and shall conform to the provisions in Section 7-10.3, “Street Closures, Detours, Barricades.” Minimum size of “STOP” signs shall be 750 mm (30”). One “STOP AHEAD” sign and one “STOP” sign shall be placed for each direction of traffic. For two, or more, lane approaches, two “STOP” signs shall be placed for each direction of traffic. Location of the signs shall be as directed by the Engineer. 209-1.06 Scheduling of Work. No above ground work, except service equipment, shall be performed until the Contractor has all materials on hand to complete that particular signal location or lighting circuit. Work shall be so scheduled that each traffic signal, lighting and sign illumination system shall be completed and ready for operation prior to opening the corresponding section of the roadway to traffic. Traffic signals shall not be placed in operation for use by public traffic without the written approval of the Engineer. The Contractor shall obtain the written approval of the Engineer no less than three days prior to placing any traffic signal in operation. Traffic signals shall not be placed in operation for use by public traffic without the energizing of street lighting at the intersection to be controlled if street lighting exists or is being installed in conjunction with the traffic signals. Traffic signals shall not be placed in operation until the roadways to be controlled are open to public traffic, unless otherwise directed by the Engineer. Lighting and traffic signals shall not be placed in operation, including flashing operation, prior to commencement of the functional test period specified in Section 209-2.1 4, “Testing,” unless ordered otherwise by the Engineer. Conductors shall not be pulled into conduit until pull boxes are set to grade, crushed rock sumps installed and metallic conduit bonded. In vehicular undercrossings, soffit lights shall be placed in operation as soon as practicable after falsework has been removed from the structure. Lighting for pedestrian structures shall be placed in operation prior to opening the structure to pedestrian traffic. If the Engineer orders soffit lights or lighting for pedestrian structures placed in operation before permanent power service is available, the cost of installing and removing temporary power service will be paid for as extra work as provided in Section 3-3, “Extra Work.” e Revised 10/08/03 Contract No. 3667-9 Page 83 of 154 Pages The initial turn-on shall be made only between the hours of 9:00 a.m. and 2:OO p.m. and Tuesday through Thursday unless otherwise approved, in writing, by the Engineer. Prior to turn-on, all equipment as shown on the plans shall be installed and operable including pedestrian signals, pedestrian push buttons, vehicle detectors, lighting, signs and pavement delineation. All louvers, visors, and signal faces shall be directed to provide maximum visibility. Functional tests shall start on any working day except Friday, or the day preceding a legal holiday. 209-1.07 Safety Precautions. Attention is directed to Section 7-1 0.4.1, “Safety Orders.’’ Before starting work on existing series street lighting circuits, the Contractor shall obtain daily a safety circuit clearance from the serving utility. By-pass switch plugs shall be pulled and “Men at Work signs posted at switch boxes before any work is done. 209-2 MATERIALS AND INSTALLATION 209-2.01 Excavating and Backfilling. The excavations required for the installation of conduit, foundations, and other appurtenances shall be performed in such a manner as to avoid any unnecessary damage to streets, sidewalks, landscaping, and other improvements. The trenches shall not be excavated wider than necessary for the proper installation of the electrical appurtenances and foundations. Excavation shall not be performed until immediately before installation of conduit and other appurtenances. The material from the excavation shall be placed in a position that will not cause damage or obstruction to vehicular and pedestrian traffic nor interfere with surface drainage. Unless otherwise permitted in writing by the Engineer, all surplus excavated material shall be removed and disposed of, within 48 hours, outside the public right of way in accordance with the provisions in Sections 7-8.1, “Cleanup and Dust Control”, 300-1.3, “Removal and Disposal of Materials” and 302-6, “Surplus Material”, depending on the origin and nature of the materials to be removed and disposed. The excavations shall be backfilled in conformance with the provisions ,in Sections 300-3.5, “Structure Backfill” or 306-1.3, “Backfill and Densification,” depending on the nature of the structure or conduit that the excavation being backfilled accommodates. Excavations after backfilling shall be kept well filled and maintained in a smooth and well-drained condition until permanent repairs are made. All excavations shall be filled, and sidewalks, pavement, and landscaping restored at each intersection prior to excavating at any other intersection, unless otherwise permitted by the Engineer. Excavations in the street or highway shall be performed in such a manner that not more than one traffic lane is restricted at any time, unless otherwise approved by the Engineer. 209-2.02 Removing and Replacing Improvements. In addition to the requirements of sections 7-9, “Protection and Restoration of Existing Improvements” and 306-1.5, ‘Trench Resurfacing” Improvements such as sidewalks, curbs, gutters, portland cement concrete and asphalt concrete pavement, underlying material, lawns and plants, and any other improvements removed, broken or damaged by the Contractor’s operations, shall be replaced or reconstructed with the same kind of material as found on the work or with materials of equal quality. The new work shall be left in a serviceable condition. Whenever a part of a square or slab of existing concrete sidewalk, curb, gutter, or driveway is broken or damaged, the entire square, section or slab shall be removed and the concrete reconstructed as above specified. The outline of all areas to be removed in portland cement concrete sidewalks and driveways and in pavements shall be cut to a minimum depth of 50 mm (2) with an abrasive type saw prior to removing the sidewalk, driveways and pavement material. Cuts shall be neat and true along score lines, with no shatter outside the removal area. a Revised 10/08/03 Contract No. 3667-9 Page 84 of 154 Pages 209-2.03 Foundations. Portland cement materials and construction methods shall conform to Section 201, “Concrete, Mortar and Related concrete Materials,” for Materials and Section 303, ‘‘Concrete and Masonry Construction,” for construction methods. Concrete foundations shall rest on firm ground. Except when located on structures, foundations for posts, standards, and pedestals, not shown on the plans to have mortar pads, shall be placed “in the solid” and monolithic except for the top 50 mm (2”) which shall be placed after the post, standard or pedestal is in proper position. After each post, standard, or pedestal on structures, and each standard shown on the plans to have mortar pads, is in proper position, mortar shall be placed under the base plate as shown on the plans. The exposed portions shall be formed to present a neat appearance. Mortar shall consist of one part by volume of portland cement and 3 parts of clean sand, shall contain only sufficient moisture to permit packing and shall be cured by keeping it damp for 3 days. Reinforced cast-in-drilled-hole concrete pile foundations for traffic signal and lighting standards shall conform to the provisions in Section 205-3.3, “Cast-in-Place Concrete Piles,” except that material resulting from drilling holes shall be disposed of as provided in Section 209-2.01, “Excavating and Backfilling.” The exposed portions of the foundation shall be formed to present a neat appearance. Forms shall be true to line and grade. Tops of foundations for posts and standards, except special foundations, shall be finished to curb or sidewalk grade or as directed by the Engineer. Forms shall be rigid and securely braced in place. Conduit ends and anchor bolts shall be placed in proper position and to proper height, and shall be held in place by means of a template until the concrete sets. Anchor bars or studs and nuts, except for Type 30 and Type 31 lighting standards, shall conform to ASTM Designation: A 307. Headed anchor bolts for foundations shall conform to the specifications of ASTM Designation: A 307, Grade B with S1 supplementary requirements. At the option of the Contractor, nonheaded anchor bolts for foundations shall conform either to the specifications of ASTM Designation: A 307, Grade C or to the provisions in AASHTO Designation: M 314, Grade 36 or 55 with S1 supplementary requirements. When nonheaded anchor bolts conforming to the specifications of ASTM Designation: A 307, Grade C are furnished, the end of each fabricated anchor bolt shall be either coded by end stamping as required in ASTM Designation: A 307 or the end that projects from the concrete shall be permanently coded with a green color by the manufacturer. High strength anchor bolts, bars, or studs for Type 30 and Type 31 lighting standards shall conform to ASTM Designation: A 325, A 325M or A 449 and shall comply with the mechanical requirements of ASTM Designation: A 325 or A 325M after galvanizing. Nuts and washers for high strength anchor bolts shall conform to ASTM Designations: A 563 or A 563M, and F 476 or F 476M, respectively. In addition to the requirements of ASTM Designation: A 449, studs shall be marked on either end as required for bolt heads. All steel parts shall be galvanized in accordance with the provisions in Section 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 each. Anchor bars or studs shall be provided with 3 nuts and washers each. Welding shall not be performed on any portion of the body of high-strength anchor bolts, anchor bars, or studs. Plumbing of the standards shall be accomplished by adjusting the leveling nuts before placing mortar or before the foundation is finished to final grade. Shims, or other similar devices shall not be used for plumbing or raking of posts, standards or pedestals. @ Revised 10/08/03 Contract No. 3667-9 Page 85 of 154 Pages Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before placing concrete. Forms shall not be removed until the concrete has thoroughly set. Ordinary surface finish, as specified in Section 303-1.9.2, “Ordinary Surface Finish,” shall be applied to exposed surfaces of concrete, Where obstructions prevent the construction of a planned foundation, the Contractor shall construct an effective foundation as directed by the Engineer. The foundations shown on the plans shall be extended if conditions require additional depth, and the additional work, if ordered by the Engineer, will be paid for as extra work as provided in Section 3-2, “Changes Initiated By The Agency.” Unless otherwise specified or shown on the plans, foundations not to be reused shall be removed. When a foundation is shown on the plans to be abandoned, the top of foundation, anchor bolts, and conduits shall be removed to a depth of not less than 1.0 m (3‘) below surface of sidewalk or unimproved ground. The resulting hole shall be backfilled with material equivalent to the surrounding material. Unless otherwise shown on the plans, all standards to be relocated shall be provided with new foundations and anchor bolts of the proper type and size. Posts, poles, standards, pedestats, and cabinets shall not be erected until the foundation has set at least 7 days, and shall be plumbed or raked, as directed by the Engineer. In unpaved areas, a 1 .O m (3‘) square, 100 mm (4”) thick or of the size shown on the plans, whichever is the larger, raised pad of portland cement concrete shall be placed in front of each controller cabinet. 209-2.04 Standards, Steel Pedestals and Posts. Standards for traffic signals and lighting, and steel pedestals for cabinets and other similar equipment shall be located as shown on the plans. Workmanship and finish shall be equal to the best general practice of metal fabrication shops. All welding shall conform to AWS D1.1, “Structural Welding Code,” and to the requirements in this Section 209-2.04. All welds joining the shafts of the standards and mast arms to their base plates shall be as shown on the plans, however, alternative weld joint details may be approved by the Engineer. Approval of alternative weld joint details will be contingent upon the proposed weld joint passing both weld procedure and nondestructive testing as deemed necessary by the Engineer. All costs of the supplemental testing shall be borne by the Contractor. All standards except Type 1, and all signal mast arms, shall have an aluminum identification plate, as noted on the plans, attached with stainless steel rivets or screws. Type 1 standards and steel pedestals for controller cabinets shall be constructed of 3 mm (.125“) or thicker galvanized steel; or 100 mm (4“) standard weight galvanized, steel pipe or Size 103, Type 1 conduit, with the top designed for post-top slip-fitter. Standard weight galvanized, steel pipe shall conform to the specifications of ASTM Designation: A 53. Materials and construction methods for all ferrous metal parts of standards, with shaft length of 4.6 m (15‘) and longer, shall conform to the details shown on the plans, the requirements of Sections 206, “Miscellaneous Metal Items,” for Materials and Section 304, “Metals Fabrication and Construction,” for construction methods except as otherwise noted, and the following requirements: Except as otherwise specified, standards shall be fabricated from sheet steel of weldable grade having a minimum yield strength, after fabrication, of 276 Mpa (40,000 psi). Certified test reports which verify conformance to the minimum yield strength requirements shall be submitted to the Engineer. The test reports may be the mill test reports for the as-received steel or, when the as- received steel has a lower yield strength than required, the Contractor shall provide supportive test data which provides assurance that the Contractor’s method of cold forming will consistently increase the tensile properties of the steel to meet the specified minimum yield strength. The supportive test data shall include tensile properties of the steel both before and after cold forming for specific heats and thicknesses. Revised 10/08/03 Contract No. 3667-9 Page 86 of 154 Pages When a single-ply 8 mm (0.3125") thick pole is specified, a 2-ply pole with equivalent section modulus may be substituted. Standards may be fabricated of full-length sheets or shorter sections. Each section shall be fabricated from not more than 2 pieces of sheet steel. Where 2 pieces are used, the longitudinal welded seams shall be directly opposite one another. When the sections are butt-welded together, the longitudinal welded seams on adjacent sections shall be placed to form continuous straight seams from base to top of standard. Butt-welded transverse joints shall be strengthened by inserting a metal sleeve at each joint. The sleeve shall be 3 mm (0.120") nominal thickness, or thicker, steel having the same chemical composition as the steel in the standard. When the sections to be joined have different specified minimum yield strengths, the steel in the sleeve shall have the same chemical composition as the higher minimum yield strength steel to be joined. The metal sleeve shall have a minimum length of 25 mm. The sleeve shall be centered at the joint and have the same taper as the standard with the outside of the sleeve in full contact with the inside of the standard throughout the sleeve length and circumference. All welds shall be continuous. The weld metal at the transverse joint shall extend to the sleeve, making the sleeve an integral part of the joint. Longitudinal welds in steel tubular sections will be tested in accordance with California Test 664. The sampling frequency shall be as determined by the Engineer. The welds may be made by the electric resistance welding process. All exposed welds, except fillet and fatigue resistant welds and welds on top of mast arms, shall be ground flush with the base metal. All exposed edges of the plates which make up the base assembly shall be finished smooth and all exposed corners of the plates shall be neatly rounded unless otherwise shown on the plans. Shafts shall be provided with slip-fitter shaft caps. Standards shall be straight, with a permissive variation not to exceed 25 mm (1") measured at the midpoint of a 9 m (30') or 11 m (36') standard and not to exceed 20 mm (3/411) measured at the midpoint of a 5 m (17') through 6 m (20') standard. Variation shall not exceed 25 mm (1") at a point 4.5 m (15') above the base plate for Type 35 and Type 36 All galvanized nuts, used on assemblies with a specified preload or torque, shall be lubricated in accordance with the requirements specified for galvanized Grade DH nuts in ASTM Designation: A 563 or A 563M. Standards with an outside diameter of 300 mm (12") or less shall be round. Standards with an outside diameter greater than 300 mm (12") shall be round or multisided. Multisided standards shall have a minimum of 10 sides which shall be convex and shall have a minimum bend radius of 100 mm (4"). Mast arms for standards, shall be fabricated from material as specified for standards and shall conform to the dimensions shown on the plans. The cast steel option for slip bases shall be fabricated from material conforming to the requirements of ASTM Designation: A 27/A 27M, Grade 70-40. Other comparable material may be used if written permission is given by the Engineer. The casting tolerances shall be in accordance with the Steel Founder's Society of America recommendations (green sand molding). One casting from each lot of 50 castings or less shall be subject to radiographic inspection, in accordance with the provisions in ASTM Designation: E 94. The castings shall comply with the acceptance criteria severity level 3 or better for all types and categories of discontinuities as specified in ASTM Designations: E 186 and E 446. If the one casting fails to pass the inspection, 2 additional castings shall be radiographed. Both of these castings shall pass the inspection or the entire lot of 50 will be rejected. Material certifications consisting of physical and chemical properties, and radiographic films of the castings shall be filed at the manufacturer's office. These certifications and films shall be available for inspection upon request. High-strength bolts, nuts and flat washers used to connect slip base plates shall conform to ASTM Designation: A 325 or A 325M and shall be galvanized as specified in Section 210-3.6, "Galvanizing for Traffic Signal Facilities." 0 standards. 0 Revised 10/08/03 Contract No. 3667-9 Page 87 of 154 Pages Plate washers shall be fabricated by saw cutting and drilling steel plate conforming to AIS1 Designation: 101 8, and be galvanized as specified in Section 210-3.6, “Galvanizing for Traffic Signal Facilities .” Standard Type Torque (Newton-meters) 15-SB 200 30 200 31 275 36-20A 225 Torque Foot- Pounds 150 150 200 165 Holes left in the shafts of existing standards, due to removal of equipment or mast arms, shall be repaired by welding in a suitable disk, grinding smooth, and painting as provided for repairing damaged galvanized surfaces in Section 21 0-3.6, “Galvanizing for Traffic Signal Facilities.” When directed by the Engineer, existing standards to be relocated or reused in place shall be repaired. Large dents shall be removed, shafts shall be straightened, and portions which are in poor condition due to corrosion or damage, shall be replaced. Extent of repairs or replacements will be determined by the Engineer and the repairs or replacements ordered by the Engineer will be paid for as extra work as provided in Section 3-2, “Changes Initiated By The Agency.” Revised 10/08/03 Contract No. 3667-9 Page 88 of 154 Pages Anchor bolts or bars and nuts required for relocating existing standards shall be furnished by the Contractor. When a standard or mast arm is relocated, or when a used standard or mast arm is Agency-furnished, new nuts, bolts, cap screws and washers shall be provided and, if the standard has a slip base, a new keeper plate shall be provided. New hardware shall conform to the requirements for hardware used with new standards. New standards, mast arms, posts and other ferrous materials shall be galvanized as provided in Section 21 0-3.6, “Galvanizing for Traffic Signal Facilities.” 209-2.05 Conduit. All conductors shall be run in conduit, except overhead and temporary installations, and where conductors are run inside poles. Conduit shall be of the sizes shown on the plans and as specified in this .Section 209-2.05. In addition, the Contractor may, as an option at the Contractor’s expense, use conduit of a larger size than that shown or specified, provided the larger size is used for the entire length of the run from outlet to outlet. Reducing couplings will not be permitted. New conduit shall not pass through foundations for standards. 209-2.05A Materials. Conduit and conduit fittings shall be UL or ETL listed and shall conform to the following: Type 1. Hot-dip galvanized rigid steel conduit conforming to the requirements in UL Publication UL 6 for Rigid Metallic Conduit. The zinc coating will be tested in accordance with ASTM Designation: A 239. Type 2. Hot-dip galvanized rigid steel conduit conforming to Type 1 above and coated with polyvinyl chloride or polyethylene. The exterior thermoplastic coating shall have a minimum thickness of 0.9 rnm (35 mils). Type 3. Rigid non-metallic conduit conforming to the requirements in the UL Standard for Rigid Non- Metallic Conduit (Publication UL 651). Type 3 conduit shall be installed at all underground loca- tions. Type 4. Liquid tight flexible metal conduit shall consist of conduit with a liquid tight, non-metallic, sunlight-resistant jacket over an inner flexible metal core. Type 4 conduit shall be UL listed for use as the grounding conductor. Type 5. Intermediate steel conduit (IMC) conforming to the requirements in UL Publication 1242 for Intermediate Metallic Conduit. Type 5 conduit shall only be used when specified. Bonding bushings to be installed on metal conduit shall be insulated and shall be the galvanized or zinc alloy type. All conduit installed underground shall be Type 3, rigid non-metallic conduit. Type 3 conduit shall be installed at underground locations only. 209-2.058 Use. Exposed conduit installed on a painted structure shall be painted the same color as the structure. Unless otherwise indicated, the minimum metric trade size of conduit shall be: 1) From an electrolier to the adjacent pull box shall be Size 41 (1 ’/$ dia). 2) From a pedestrian push button post to the adjacent pull box shall be Size 27 (1” dia). 3) From a signal standard to the adjacent pull box shall be Size 53 (2” dia). 4) From a controller cabinet to the adjacent pull box shall be Size 78 (3” dia). 5) For detector runs shall be Size 41 (1 ’1; dia). 6) Not otherwise specified shall be Size 41 (1’/; dia). a Revised 10108103 Contract No. 3667-9 Page 89 of 154 Pages 209-2.05C Installation. Conduit shall be installed in conformance with the codes and regulations listed in Section 209-1.02, “Regulations and Code.” Conduit runs shown on the plans may be changed to avoid underground obstructions with written approval by the Engineer. The ends of all conduits, whether shop or field cut, shall be reamed to remove burrs and rough edges. Cuts shall be made square and true. Slip joints or running threads will not be permitted for coupling conduit. When a standard coupling cannot be used for coupling metal type conduit, a UL or ETL listed threaded union coupling shall be used. All couplings for metal type conduit shall be tightened to provide a good electrical connection throughout the entire length of the conduit run. Conduit shall be tightened into couplings or fittings using strap wrenches or approved groove joint pliers. Conduit threads and damaged surfaces on metal conduit shall be painted with 2 applications of approved unthinned zinc-rich primer (organic vehicle type) conforming to the requirements in Section 21 0-3.6, “Galvanizing for Traffic Signal Facilities.” Aerosol cans shall not be used. The ends of conduit shall be threaded and shall be capped with standard pipe caps or “pennies” to protect the raceway against dirt and concrete until wiring is started. When caps or “pennies” are removed, the ends of conduit and conduit fittings shall be provided with conduit bushings. Conduit terminating in pull boxes or foundations shall be provided with insulated bonding bushings Conduit bends, except factory bends, shall have a radius of not less than 6 times the inside diameter of the conduit. Where factory bends are not used, conduit shall be bent, without crimping or flattening, using the longest radius practicable. A No. 12 copper pull wire or a pull rope shall be installed in all conduits which are to receive future conductors. The pull rope shall be nylon or polypropylene with a minimum tensile strength of 2225 N (500 pounds). At least 0.6 m (2’) of pull wire or rope shall be doubled back into the conduit at each termination. Existing underground conduit to be incorporated into a new system shall be cleaned with a mandrel or cylindrical wire brush and blown out with compressed air. Conduit shall be laid to a depth of not less than 460 mm (18“) below grade in portland cement concrete sidewalk areas and curbed paved median areas, and not less than 750 mm (30“) below finished grade in all other areas. Conduit may be laid on top of the existing pavement within new curbed medians being constructed on top of the existing pavement. Conduit couplings shall be located at least 150 mm (6“) from face of foundation. Unless “Trenching In Pavement Method” is specifically allowed or required on the plans or in these special provisions, conduit shall be placed under existing pavement by jacking or drilling methods. Pavement shall not be disturbed without permission from the Engineer. In the event obstructions are encountered, upon approval of the Engineer, small holes may be cut in the pavement to locate or remove obstructions. Jacking or drilling pits shall be kept 0.6 m (2‘) clear of the edge of any type of pavement wherever possible. Excessive use of water, such that pavement might be undermined or subgrade softened, will not be permitted. Conduit to be placed as part of the completed work shall not be used for drilling or jacking. When ‘Trenching in Pavement Method” is specifically allowed or required on the plans or in these special provisions, installation of conduit under pavement shall conform to the following: Conduit shall be placed under existing pavement in a trench approximately 50 mm (2“) wider than the outside diameter of the conduit to be installed. Trench shall not exceed 150 mm (6”) in width. Trench depth shall not exceed 300 mm (12“) or conduit metric trade size plus 250 mm (lo”), whichever is greater, except that at pull boxes the trench may be hand dug to required depth. The top of the installed conduit shall be a minimum of 230 mm (9“) below finished grade. In areas where additional pavement is to be placed, trenching installation shall be completed prior to placing the final pavement layer. Revised 10/08/03 Contract No. 3667-9 Page 90 of 154 Pages The outline of all areas of pavement to be removed shall be cut to a minimum depth of 75 mm (3") with a rock cutting excavator specifically designed for this purpose. Cuts shall be neat and true with no shatter outside the removal area. The conduit shall be placed in the bottom of the trench and the trench shall be backfilled with trench backfill slurry concrete. Concrete backfill shall be placed to the pavement surface except, when the trench is in asphalt concrete pavement and additional pavement is not being placed, the top 30 mm (0.10') of the trench shall be backfilled with asphalt concrete produced from commercial quality paving asphalt and aggregates. Prior to spreading asphalt concrete, paint binder (tack coat) shall be applied as specified in Section 302-5.4, "Tack Coat." Spreading and compacting of asphalt concrete shall be performed by any method which will produce an asphalt concrete surfacing of uniform smoothness, texture, and density. All excavated areas in the pavement shall be backfilled, except for the top 30 mm (0.1 0'), by the end of each work period. The top 30 mm (0.1 0') shall be placed within 3 calendar days after trenching. Conduit to be placed beneath railroad tracks shall comply with the following: The conduit shall be Size 41 (1'1; dia.) minimum, and shall be placed to a minimum depth of 900 mm (3') below bottom of tie. The near side of each conduit jacking pit shall be constructed not less than'4 m (12') from the centerline of track. When the jacking-pit is to-be left overnight, it shall be covered with substantial planking. Conduit terminating in standards or pedestals shall extend not more than 50 mm (2") vertically above the foundation and shall be sloped towards the handhole opening. Conduit entering through the side of non-metallic pull boxes shall terminate not more than 50 mm (2") inside the box wall and not less than 50 mm (2") above the bottom, and shall be sloped toward top of box to facilitate pulling of conductors. Conduit entering through the bottom of a pull box shall terminate 50 mm (2") above the bottom and shall be located near the end walls to leave the major portion of the box clear. At all outlets, conduits shall enter from the direction of the run. Conduit runs from underground, including under sidewalks, which are adjacent to gasoline service stations or other installations of underground gasoline or diesel storage, piping, or pumps, and which lead to a controller cabinet, circuit breaker panel, service, or any enclosure where an arc may occur during normal operations, shall be sealed if the conduit is within the limits specified in the National Electrical Code for Class 1, Division 1, Hazardous Locations. Type 1 or Type 2 conduit shall be used for these runs. Conduit for future use in structures shall be threaded and capped. Conduit leading to soffit, wall or other lights or fixtures below the grade of the pull box shall be sealed by means of a sealing fitting and sealing compound, except that sealing fitting and sealing compound will not be required where conduit terminates in a No. 9 or No. 9A pull box. Conduits in or on walls or bridge superstructures shall be supported as shown on the plans, in conformance with the followina: @ Revised 10/08/03 Contract No. 3667-9 Page 91 of 154 Pages Steel hangers, steel brackets, and other fittings shall conform to the materials and construction methods provisions in Sections 206-1 , “Structural Steel, Rivets, Bolts, pins and Anchor Bolts”, for materials and 304-1 , “Structural Steel” for construction methods. Cast-in-place metal inserts for hangers or brackets shall be capable of developing 135 Mpa (20,000 pounds per square inch) in tension on the net section of the bolt or threaded rod. Precast concrete conduit cradles shall conform to the dimensions shown on the plans and shall be constructed of commercial quality concrete containing not less than 350 kg of portland cement per cubic meter (564 Ibs. per cubic yard) and commercial quality welded wire fabric. The cradles shall be moist cured for not less than 3 days. Precast concrete cradles shall be bonded to the structure with epoxy adhesive conforming to the provisions in Section 21 4-6.2.2, “Standard Set Epoxy Adhesive for Pavement Markers,” or Section 21 4-6.2.1, “Rapid Set Epoxy Adhesive for Pavement Markers’’ or conforming to State of California specification 8040-21 M-08, Type I when cure temperatures are above 15-C (59-F) or to State of California specification 8040-21 M-08, Type I when cure temperatures are below 15-C (59-F). Openings for conduits through bridge superstructure concrete shall be formed or may consist of pipe sleeves. Where conduits pass through the abutment concrete, the conduits shall be wrapped with 2 layers of asphalt-felt building paper, securely taped or wired in place. The space around conduits through bridge abutment walls shall be filled with portland cement mortar conforming to the provisions in Section 201 -5, “Cement Mortar,” except that the proportion of cement to sand shall be one to 3. When the bridge superstructure is to be prestressed, the space around conduits through abutments shall not be filled until the prestressing has been completed. Conduit which is surface mounted shall be run straight and true, horizontal or vertical on the walls and parallel to walls on ceilings or other similar surfaces. Conduit shall be supported at intervals of not more than 1.5 m (S), and closer where necessary to prevent vibration or unsightly deflection. The supports shall consist of galvanized malleable iron conduit clamps and clamp backs secured with expansion anchorage devices conforming to the requirements for concrete anchorage devices in Sections 206-1, “Structural Steel, Rivets, Bolts, pins and Anchor Bolts”, for materials and 304-1, “Structural Steel” for construction methods. Threaded studs shall be galvanized and shall be of the largest diameter that will pass through the mounting hole in conduit clamp. Attention is directed to Section 209-2.10, “Bonding and Grounding.” Where pull boxes are placed in conduit runs, the conduit shall be fitted with threaded bushings and bonded. The location of ends of all conduits in structures, or terminating at curbs, shall be marked by a Y‘ at least 75 mm (3“) high cut into the face of curb, gutter, or wall, directly above the conduit and above grade line. 209-2.05D Expansion Fittings. Expansion fittings shall be installed where the conduit crosses any expansion joint in the structure. Each expansion fitting for metal conduit shall be provided with a copper bonding jumper having the ampacity required by the Code. Each expansion-deflection fitting for expansion joints of 38 mm (1’/<) movement rating shall be watertight and shall consist of a molded neoprene sleeve, a bonding jumper and 2 silicon bronze or zinc-plated iron hubs. Each fitting shall permit a minimum of 19 mm (3/4(r) expansion and contraction and a minimum of 19 mm (3/4.) lateral deflection. Details of expansion-deflection fittings for joints of movement rating of more than 38 mm (1‘/2(‘) shall be as shown on the plans and specified in these special provisions. @ Revised 10/08/03 Contract No. 3667-9 Page 92 of 154 Pages 209-2.06 Pull Boxes. Pull boxes shall be installed at the locations shown on the plans or as specified. The Contractor may, as an option, at the Contractor's expense, use pull boxes of a larger standard size than that shown or specified. 209-2.06A Materials. Pull boxes, covers and extensions for installation in the ground or in sidewalk areas shall be of the sizes and details shown on the plans and shall be precast of reinforced portland cement concrete (PCC) or of non-PCC material. Non-PCC material shall be fire resistant and shall not burn at a rate greater than 8 mm (0.3") per minute per 2.5 mm (0.1") of thickness when tested in accordance with ASTM Designation: D 635. The non-PCC material shall show no appreciable change in physical properties with exposure to the weather. Non-PCC material shall be dense and free of voids or porosity, and shall be a gray or brown color. Top dimensions of non-PCC pull boxes shall not exceed the bottom dimensions by more than 25 mm (1"). Extensions for non-PCC pull boxes shall be of the same material as the pull boxes, and shall be attached to the pull boxes in a manner that will maintain the minimum combined depths shown on the plans. Non-PCC pull boxes shall be of sufficient rigidity that when a designated concentrated force is applied perpendicularly to the midpoint of one of the long sides at the top while the opposite long side is supported by a rigid surface, it shall be possible to remove the cover without the use of tools. The designated concentrated force shall be 650 N (150 Ibs.) for a No. 3112 pull box and shall be 450 N (100 Ibs.) for a No. 5 or No. 6 pull box. When a vertical force of 6500 N (1,500 Ibs.) is applied, through a 13 mm (l//pl') x 75 mm (3") x 150 mm (6") steel plate, to a non-PCC cover in place on a pull box, the cover shall not fail and shall not deflect more than 6 mm (l/41)). The steel plate shall be centered on the cover with its longitudinal axis coinciding with the longitudinal axis of the cover. Where a ballast or transformer or other device is to be placed in a non-metallic pull box, the box shall be provided with recesses for a hanger. Pull boxes and covers for installation in structures shall be of the sizes and details shown on the plans. Each No. 7 ceiling pull box located near a flush soffit fixture and to be used to house the ballast for the fixture shall be provided with mounting brackets for the ballast and any required capacitors. Covers, except covers for ceiling pull boxes, shall be secured with 9 mm (3/<) bolts, cap screws, or studs, and nuts which shall be of brass, stainless steel or other non-corroding metal material. Stainless steel holddown bolts, cap screws or studs, and nuts and washers shall have a chromium content of not less than 18 percent and a nickel content of not less than 8 percent. . All ferrous metal parts shall be galvanized in accordance with the provisions in Section 210-3.6, "Galvanizing for Traffic Signal Facilities." 209-2.068 Cover Marking. Covers for pull boxes, except covers for ceiling pull boxes, shall be marked as shown on the plans. Marking shall be clearly defined and uniform in depth and may be placed parallel to either the long or short sides of the cover. Marking letters shall be between 25 mm (1") and 75 mm (3") high. Marking shall be applied to each steel or cast iron cover prior to galvanizing by one of the following methods: (a) Cast iron strips, at least 6 mm (I/:) thick, with the letters raised a minimum of 1.5 mm (l/l;). Strips shall be fastened to covers with 6 mm (I/:) flathead stainless steel machine bolts and nuts. Bolts shall be peened after tightening. (b) Sheet steel strips at least 0.7 mm (22 ga.) with the letters raised a minimum of 1.5 mm above the surrounding surface of the strips. Strips shall be fastened to covers by spot welding, tack welding or brazing, with 6 mm (I/<) stainless steel rivets, or with 6 mm (l/i1) roundhead stainless steel machine bolts and nuts. Bolts shall be peened after tightening. (c) Bead welding the letters on the covers. The letters shall be raised at least 2 mm (3/32"). Revised 10/08/03 Contract No. 3667-9 Page 93 of 154 Pages 209-2.06C Installation and Use. Pull boxes shall be installed at the locations shown on the plans and, in conduit runs exceeding 60 m(200’), shall be spaced at not over 60 m (200‘) intervals. The Contractor may, at the Contractor’s expense, install additional pull boxes to facilitate the work. The bottoms of pull boxes installed in the ground or in sidewalk areas, shall be bedded in crushed rock as shown on the plans. 209-2.08 Conductors. Conductors shall be copper of the gage shown on the plans, unless specified otherwise. Copper wire shall conform to the specifications of ASTM Designations: B 3 and B 8. Wire sizes, other than conductors used in loop detector lead-in cable, shall be based on American Wire Gage (AWG), except that conductor diameter shall be not less than 98 percent of the specified AWG diameter. Conductors for branch circuits shall be sized to prevent a voltage drop exceeding 3 percent at the furthest connected load, while drawing the combination of all connected loads capable of simultaneous operation. The maximum voltage drop for both feeders and branch circuits shall not exceed 5 percent at the furthest connected load, while drawing the combination of all connected loads capable of simultaneous operation. Conductors used in loop detector lead-in cable shall conform to the specifications of ASTM Designation: B 286. A Certificate of Compliance conforming to the provisions in Section 4-1 -5, “Certification,” shall be submitted by the manufacturer with each type of cable to be used on a project. 209-2.08A Conductor Identification. All single conductors in cables, except detector lead-in cables, shall have clear, distinctive and permanent markings on the outer surface throughout the entire length showing the manufacturer’s name or trademark, insulation type letter designation, conductor size, voltage rating and the number of conductors if a cable. Conductor insulation shall be of a solid color or of basic colors with a permanent colored stripe as detailed in the following table unless otherwise specified. Solid or basic colors shall be homogeneous through the full depth of insulation. Identification stripes shall be continuous over the entire length of the conductor. For conductor sizes No. 2 and larger, the insulation may be black and the ends of the conductors shall be taped with electrical insulating tape of the required color for a minimum of 500 mm (20”). All single conductors in cables shall be marked as shown in Table 209-2.08A (A): Revised 10/08/03 Contract No. 3667-9 Page 94 of 154 Pages TABLE 209-2.08A (A) Vehicle Signals (Note 4) Pedestrian Signals (Note 4) CONDI P,6 .................................... 4,8 .................................... 1 ,5 .................................... 3,7 .................................... 3p,6p ................................ 4p,8p ................................ 1 p15p ................................ 3p,7p ................................ TORS Insulation Colors Identification Lighting Lighting ~~ Circuit Jngrounded-Line 2 .......... J ng rounded to Photoelectric Unit (PEU) Signal Phase or Function I Lighting Lighting Jngrounded-Line 2 .......... J ng rounded to Photoelectric Unit (PEU) F-Location No. (See Note 3) .. No band requirec No band requirec No band requirec c-3 ................... No band requirec I ........................ I-F .................... I-D2 .................. I-D3 .................. 1-0 .................... R ...................... No band requirec, t3p17p ................................ Traffic Signal ngrounded between Serv'ice Controller Cabinet witch & Cabinet .............. Highway Lighting Jngrounded-Line 1 .......... Pull Box to Jngrounded-Line 2 .......... 14 14 10 12 14 14 14 14 14 14 14 14 14 Interconnect Railroad Pre-Emption .... Control witching leg from PEU unit or SM transformer ......... .......... ngrounded-Line 2 .......... ngrounded between Flasher (Note 8) Flashing Beacons -ighting Control ................ Multiple Service ................ Sommon ........................... =lash ................................ 3ial 2 ................................ 3ial 3 ................................ Offset ................................ Spares ........................... I Notes: Base ied, Yellow, Brown led, Yellow, Brown ied, Yellow, Brown led, Yellow, Brown Red, Brown Red, Brown Red, Brown Red, Brown Blue Blue Blue ~ .. Blue Black ~ ~~ Red Black Red White Black Red Black Red Black Red (Note 10) Black Red Red or Yellow White White White White White White Orange Orange Orange Orange Black Black Stripe :Note 1) Black Orange None Purple Black Orange None Purple Black Orange None Purple None None None None None None None None None None None None None None Black None None None None None None None None None None None - 7 3,7 .................... 4p,8p ................ 1 p,5p ................ ................ 14 P-2,P-6 ............ 14 ............ 14 P-1 .P-5 ............ 14 P-3,P-7 ............I 14 CON-1 ............. I 6 CON-2 ............. ML1 .................. ML2 .................. c1 .................... . 1. On overlaps, insulation is striped for first phase in designation, for example, a phase (2+3) conductor is striped as for phase 2. 2. Band for overlap and special phases as required. 3. Flashing beacons having separate service do not require banding. 4. These requirements do not apply to signal cable. 5. "S" if circuit is switched on line side of service equipment by utility. 6. Band conductors in each pull box and near ends of termination points. On signal light circuits, a single band may be placed around 2 or 3 ungrounded conductors comprising a phase. 7. Ungrounded conductors between service switch and flasher mechanism shall be black and banded as indicated in this column. 8. Conductors between ballasts and sign lighting lamps shall be No. 16 and color shall correspond to that of the ballast leads. 9. Both conductors between external H.I.D. ballast and lamp socket shall be black. 10. Black acceptable for size No. 2 and larger. Tape ends for 500 mm (20") with indicated color. 11. Wire sizes listed are minimums. Ampacity requirements of specific circuits or voltage drop may necessitate larger conductors. Revised 10/08/03 Contract No. 3667-9 Page 95 of 154 Pages 209-2.088 Multiple Circuit Conductors. Conductors for multiple circuits shall be UL or ETL listed and rated for 600-volt operation. The insulation for No. 14 through No. 4 conductors shall be one of the following: Type TW polyvinyl chloride conforming to the requirements of ASTM Designation: D 221 9. Type THW polyvinyl chloride. Type USE, Type RHH or Type RHW cross-linked polyethylene. At any point, the minimum thickness of any Type TW, THW, USE, RHH or RHW insulation shall be 1 .O mm (40 mils) for conductor sizes No. 14 to No. 10, inclusive, and 1.3 mm (54 mils) for No. 8 to No. 2, inclusive. The insulation for No. 2 and larger conductors shall be one of the types listed above or shall be Type THWN. Conductors for wiring wall luminaires shall be stranded copper, with insulation rated for use at temperatures up to 125°C. Overhead lighting conductors shall be No. 8, or larger, medium hard drawn copper with weatherproof covering. 209-2.08C Series Circuit Conductors. Conductors for series circuits shall be No. 8, shall be rated for 5000-volt operation and shall be insulated with 3.7 mm (150 mils) minimum thickness polyvinyl chloride compound conforming to the specifications of ASTM Designation: D 221 9, or polyethylene conforming to the specifications of ASTM Designation: D 1351. 209-2.080 Signal Cable. Siqnal cable shall be installed. Individual conductors are not allowed. Signal cable shall conform to the following: The cable jacket shall be black polyethylene with an inner polyester binder sheath, and shall be rated for 600- volt and 75°C. All cables shall have clear, distinctive, and permanent markings on the outer surface throughout the entire length of the cable showing the manufacturer’s name or trademark, insulation designation, number of conductors, conductor sizes, and the voltage rating of the jacket. Filler material, if used, shall be polyethylene material. Individual conductors in the cable shall be solid copper with Type THWN insulation, and shall conform to the requirements in Section 209-2.08, “Conductors,” and ASTM Designation: B 286. The minimum thickness of Type THWN insulation, at any point, shall be 0.3 mm ( 13 mils) for conductor sizes No. 14 and No. 12, and 0.4 mm (18 mils) for conductor size No. 10. The minimum thickness of the nylon jacket shall be 0.1 mm (4 mils) at any point. Three-Conductor Cable (3CSC). The 3-conductor signal cable shall consist of three No. 14 conductors. The cable jacket shall have a minimum average thickness of 1.1 mm (45 mils) and a minimum thickness at any point of 0.9 mm (36 mils). The nominal outside diameter of the cable shall not exceed 10 mm (0.10”). The color code of the conductors shall be blue/black stripe, blue/orange stripe, and white/black stripe. The 3 conductor cable shall be used for pedestrian push buttons and a spare. FiveConductor Cable (SCSC). The 5-conductor signal cable shall consist of five No. 14 conductors. The cable jacket shall have a minimum average thickness of 1.1 mm (45 mils) and shall have a minimum thickness at any point of 0.9 mm (36 mils). The nominal outside diameter of the cable shall not exceed 13 mm (0.50”). The color code of the conductors shall be red, yellow, brown, black, and white. Nine-Conductor Cable (9CSC). The 9-conductor cable shall consist of eight No. 14 conductors and one No. 12 conductor. The cable jacket shall have a minimum average thickness of .5 mm (60 mils) and shall have a minimum thickness at any point of 1.2 mm (48 mils). The nominal outside diameter of the cable shall not exceed 17 mm (0.70”). The color code for the No. 12 conductor shall be white. The color code for the No. 14 conductors shall be as Table 209-2.08D(A): Revised 10/08/03 Contract No. 3667-9 Page 96 of 154 Pages TAB LE 209-2.08 D(A) yellow brown redblack striDe NINE-CONDUCTOR CABLE SIGNAL CABLE a Insulation Colors brownlblack stripe black white/black striDe . - -. -. .. - . . - . . - . - I red I vellow/black sthe Twelve-Conductor Cable (12CSC). The 12-conductor signal cable shall consist of eleven No. 14 conductors and one No. 12 conductor. The cable jacket shall have a minimum average thickness of 1.5 mm (60 mils) and shall have a minimum thickness at any point of 1.2 mm (48 mils). The nominal outside diameter of the cable shall not exceed 17 mm (0.70"). The color code for the No. 12 conductor shall be white. The color code and functional connections for the No. 14 conductors shall be as Table 209-2.08D(B), unless otherwise approved by the Engineer: TABLE 209-2.08D(B) TWELVE -CONDUCTOR CABLE SIGNAL CABLE 0 The 12-conductor cable shall be used for vehicle signals, pedestrian signals, spares and the signal common. Twenty Eight-Conductor Cable (28CSC). The 28-conductor signal cable shall consist of 27 No. 14 conductors and one No. 10 conductor. The cable jacket shall have a minimum average thickness of 2 mm (80 mils) and shall have a minimum thickness at any point of 1.6 mm (64 mils). The nominal outside diameter of the cable shall not exceed 23 mm (0.90"). The color code for the No. 10 conductor shall be white. The color code and functional connections for the No. 14 conductors shall be as Table 209-2.08D(C): It"s Revised 10108103 Contract No. 3667-9 Page 97 of 154 Pages TABLE 209-2.08D(C) TWENTY EIGHT - CONDUCTOR CABLE SIGNAL CABLE 1) The signal commons in each 28-conductor cable shall be kept separate except at the signal controller. 2) Each 28-conductor cable shall be labeled in each pull box “Cl” or “C2”,. 3) The cable identified “C1” shall be used for signal Phases 1, 2, 3 and 4. The cable identified “C2” shall be used for signal Phases 5, 6,7 and 8. 4) Each signal cable, except 28-conductor, shall be marked, in each pull box, showing the signal standard to which it is connected. 209-2.08E Signal Interconnect Cable (SIC). Signal Interconnect Cable shall consist of six or twelve No. 20, minimum, stranded tinned copper conductors as shown on the plans or required herein. Each conductor shall be insulated with 0.33 mm (0.01 37, minimum nominal thickness, color coded, polypropylene material. Conductors shall be in twisted pairs. Color coding shall distinguish each pair. Each pair shall be wrapped with an aluminum polyester shield and shall have a No. 22 or larger, stranded, tinned copper drain wire inside the shielded pair. The cable jacket shall be black, high density polyethylene, rated for a minimum of 300- volts and 60°C, and shall have a nominal wall thickness of 1.0 mm (40 mils), minimum. The cable jacket or the moisture-resistant tape directly under the outer jacket shall be marked with the manufacturer’s name, insulation type designation, number of conductors and conductor size, and voltage and temperature ratings. Splices shall be made only where shown on the plans or in controller cabinets. A minimum of one meter (3’) of slack shall be provided at each splice and 2 m (6‘) at each controller cabinet. Splices of conductors shall be insulated with heat-shrink tubing of the appropriate size and shall overlap the conductor insulation at least 15 mm (0.5”). The overall cable splice shall be covered with heat-shrink tubing, with at least 40 mm (1 1/2L‘) of overlap of the cable jacket. @ Revised 10/08/03 Contract No. 3667-9 Page 98 of 154 Pages 209-2.09 Wiring. All conductors shall be run in conduit, except overhead and temporary installations and where conductors are run inside poles. Wiring shall be done in conformance with the regulations and code listed in Section 209-1.02, “Regulations and Code,” and the following additional requirements: 209-2.09A Circuitry. Sufficient traffic signal light conductors shall be provided to perform the functional operation of the signal and, in addition thereto, 3 spare conductors shall be provided in all conduits containing traffic signal light conductors, unless shown otherwise on the plans. Traffic signal light conductors shall not run to a terminal block on a standard unless they are to be connected to a signal head that is mounted thereon. Connection to each terminal of a pedestrian push button shall be by a single conductor. The common for pedestrian push button circuits shall be separate from the traffic signal light circuit grounded conductors. Where ballasts or transformers are used, series conductors shall be run from ballast to ballast, transformer to transformer, and from ballast or transformer to service. 209-2.098 Installation. A UL or ETL listed inert lubricant shall be used in placing conductors in conduit. Conductors shall be pulled into conduit by hand and the use of winches or other power actuated pulling equipment will not be permitted. All conductors shall be Dulled directly from the s~ool into the conduit and shall not be dranned on the around as to cause damaqe to the conductors. When new conductors are to be added to existing conductors in a conduit, all conductors shall be removed; the conduit shall be cleaned as provided in Section 209-2.05C, “Installation”; and both old and new conductors shall be pulled into the conduit as a unit. Where traffic signal light conductors are run in lighting standards containing street lighting conductors from a different service point, either the traffic signal light conductors or the lighting conductors shall be encased in flexible or rigid metal conduit, to a point where the 2 types of conductors are no longer in the same raceway. Temporary conductors less than 3 m (IO‘) above grade shall be enclosed in flexible or rigid metal conduit. At least 0.3 m (1 ‘) of slack shall be left for each conductor at each signal or lighting standard, or combined standard, and at least one meter (3’) of slack at each pull box. At least one meter (3’) of slack shall be left for each conductor at each splice. Ends of spare conductors or conductors terminated in pull boxes shall be taped to provide a watertight seal. Conductors within fixtures or service cabinets shall be neatly arranged and shall be cabled together with self-clinching nylon cable ties, or other method approved by the Engineer. Traffic signal light conductors, interconnect conductors, service conductors, detector conductors and cables in controller cabinets and flashing beacon cabinets shall be neatly arranged, and shall be cabled together with self-clinching nylon cable ties, or enclosed in plastic tubing or raceway. Conductor identification shall be provided under the following conditions: Where signal phase or circuit are not clearly indicated by conductor insulation color and stripe as detailed in the conductor table in Section 209-2.08, “Conductors,” or when identification stripes are not available, marking shall be as detailed in the conductor table for special and overlap phases. Where metered and unmetered conductors occupy the same pull box, the unmetered circuit conductors shall be identified, “UNMETERED-STREET LTG,” “UNMETERED-COUNT STATION,” or as appropriate to describe the unmetered circuit. @ Revised 10/08/03 Contract No. 3667-9 Page 99 of 154 Pages Conductors shall be permanently identified as to function. Identification shall be placed on each conductor, or each group of conductors comprising a signal phase, in each pull box and near the end of terminated conductors. Identification shall be by direct labeling, tags or bands fastened to the conductors in such a manner that they will not move along the conductors. Labeling shall be by mechanical methods. 209-2.09C Connectors and Terminals. Conductors shall be joined by the use of UL or ETL listed crimp type connectors as shown on the plans. Connectors and terminals shall be applied with the proper type tool as recommended by the manufacturer of the connector or terminal being used. Finished connections and terminals shall comply with the requirements of Military Specification MIL- T-7928. All stranded conductors smaller than No. 14 shall be terminated in crimp style terminal lugs. All connectors and terminal lugs for conductor sizes No. 8 and smaller shall be soldered by the hot iron, pouring or dipping method. Open flame soldering will not be permitted. 209-2.09D Splicing and Terminations. Unless specified otherwise or permitted by the Engineer, splices shall conform to the details shown on the plans and will be permitted only in the following types of circuits at the following locations: Grounded conductors in pull boxes. Pedestrian push button conductors in pull boxes. Multiple or series lighting conductors in the pull box adjacent to each electrolier or luminaire location or in the bases of Type 21 standards. Where electroliers are more than 120 m (400') apart, splices will be permitted in pull boxes at 120 m (400'), or greater, intervals. When traffic signals are being modified, ungrounded traffic signal light conductors may be spliced in pull boxes at locations shown on the plans. Ungrounded traffic signal light conductors to a terminal compartment or signal head on a standard may be spliced to through conductors of the same phase in the pull box adjacent to the standard. All splices and terminal lugs for conductor sizes No. 8 and smaller shall be soldered by the hot iron, pouring or dipping method. Open flame soldering will not be permitted. 209-2.09E Splice Insulation. All splices shall be capable of satisfactory operation under continuous submersion in water. Multi-conductor cables shall be spliced and insulated to provide a watertight joint and to prevent absorption of moisture by the cable. Where more than one conductor enters the sleeve of a ballast installed in a pull box, the insulation and taping shall be applied between the conductors in such a manner as to provide a watertight joint. Splice insulation shall conform to the details shown on the plans. Low-voltage tape shall be UL or ETL listed and shall be the following types: Self-fusing, oil and flame-resistant, synthetic rubber. Pressure-sensitive, adhesive, polyvinyl chloride, 0.1 5 mm (0.007") minimum thickness. Tape for insulating splices in high-voltage (over 600 V) circuits shall be designed for use on 5-kvolt circuits and shall be resistant to ozone, corona and water. Insulating pad shall be composed of a laminate of 2 mm (0.085") thickness of electrical grade polyvinyl chloride and a 3 mm (0.125") thickness of butyl splicing compound with removable liner. Heat-shrink tubing shall be medium or heavy wall thickness, irradiated polyolefin tubing containing an adhesive mastic inner wall. Minimum wall thickness prior to contraction shall be one millimeter (39 mils). Revised 10/08/03 Contract No. 3667-9 Page 100 of 154 Pages When heated, the inner wall shall melt and fill all crevices and interstices of the object being covered while the outer wall shrinks to form a waterproof insulation. Each end of the heat shrink tube or the open end of the end cap of heat-shrink tubing shall, after contraction, overlap the conductor insulation at least 38 mm (1%”). Heat-shrink tubing shall conform to the requirements of UL Standard 468D and ANSI C119.1, for extruded insulated tubing at 600-V. All heat-shrink tubing shall also meet the requirements of Table 209-2.09E(A): Property Shrinkage Ratio Dielectric Strength Resistivity Tensile Strength Operating Temperature Requirement 33 percent, maximum, of supplied diameter when heated to 125°C and allowed to cool to 25°C. 140 kV per 10 mm, minimum. 1013 4 mm, minimum. 14 MPa, minimum. -40°C to 90°C (1 35°C Emergency). ~~ Water Absorption I 0.5 percent, maximum. When three or more conductors are to be enclosed within a single splice using heat-shrink tubing, mastic shall be placed around each conductor, prior to being placed inside the heat-shrink tubing. The mastic shall be the type recommended by the manufacturer of the heat-shrink tubing. After contraction, the ends and seams of heat-shrink tubing shall be painted with electrical insulating coating. Heat-shrink tubing shall not be heated with an open flame. A heating device designed for the purpose is required. The Contractor may, at the Contractor’s option, use either of the following splice insulation methods: 1) “Method B” as shown on the plans. A minimum of 2 thicknesses of electrical insulating pad shall be used. Pads shall be applied to the splice in accordance with the manufacturer’s recommendations. 2) Heat-shrink tubing as provided above. 209-2.095 Fused Splice Connectors. In the pull box adjacent to each luminaire a fused disconnect splice connector shall be installed in each ungrounded conductor between the line and the ballast. The connector shall be readily accessible in the pull box regardless of whether the ballast is remote or is integral with the luminaire. For 240-volt and 480-volt circuits, each connector shall be designed so that both ungrounded conductors are disconnected simultaneously. The connector shall have no exposed metal parts, except the head of a stainless steel assembly screw may be exposed. The head of the metal assembly screw shall be recessed a minimum of 0.8 mm below the top of a plastic boss which surrounds the head. The splice connector shall completely enclose the fuse and shall protect the fuse against damage from water and weather. The contact between the fuse and fuse holder shall be by spring pressure. The terminals of the splice connector shall be rigidly crimped, using a tool of the type recommended by the manufacturer of the fused splice connector, onto the line conductors and the conductors to the ballasts and shall be insulated and made waterproof in accordance with the splice connector manufacturer’s recommendations. Fused splice connectors shall not be used in series circuits. Fuses shall be standard midget, ferrule type, with “Non-Time-Delay” feature, and shall be 10 mm (l3I321() x 38 mm (l’/;). @ @ Revised 10/08/03 Contract No. 3667-9 Page 101 of 154 Pages 209-2.10 Bonding and Grounding. Metallic cable sheaths, metal pull box covers, metal conduit, equipment grounding conductors, ballast and transformer cases, service equipment, sign switches, and metal poles and pedestals shall be made mechanically and electrically secure to form a continuous system, and shall be effectively grounded. Bonding jumpers shall be copper wire or copper braid of the same cross sectional area as No. 6 for series lighting systems and No. 8 or larger for all other systems. The jumper size shall be increased to match the load or the circuit breaker size, or shall be as shown on the plans. Equipment grounding conductors shall be color coded to Code requirements or shall be bare. The bonding jumper in standards with handholes shall be attached by a 4.5 mm (3/1<) or larger brass bolt and shall be run to the conduit or bonding wire in the adjacent pull box. Standards without handholes shall be bonded by a jumper attached to all anchor bolts, and shall be run to the conduit or bonding wire in the adjacent pull box. Grounding jumper shall be visible after cap has been placed on foundation. Where slip base standards or slip base inserts are installed, the bonding jumper shall not intrude into the slip plane. Bonding shall be accomplished by a bonding strap to all anchor bolts or a 4.5 mm (3/1() or larger brass bolt installed in the bottom slip base plate. One side of the secondary circuit of series-multiple and step-down transformers shall be grounded. Grounding of metal conduit, service equipment and the grounded conductor at service point shall be accomplished as required by the Code and the serving utility, except that grounding electrode conductor shall be No. 6, or larger. For equipment grounding purposes in Type 3 conduit, a No. 6 copper wire shall be run continuously in circuits used for series lighting, and a No. 8, minimum, copper wire shall be run continuously in all other circuits. The bonding wire size shall be increased to match the circuit breaker size, or shall be as shown on the plans. Where Type 3 conduit is to be installed for future conductors, the copper wire may be omitted. Equipment bonding and grounding conductors are not required in conduits which contain only loop lead-in cable or signal interconnect cable or both. At each multiple service disconnect location, a ground electrode shall be furnished and installed. Ground electrodes shall be one-piece lengths of galvanized steel rod or pipe not less than 19 mm (3/;) in diameter, or of copper clad steel rod not less than 15 mm ('/<) in diameter. Ground electrodes shall be installed in accordance with the provisions of the Code. The service equipment shall be bonded to the ground electrode by use of a ground clamp or exothermic weld and No. 6 or larger copper wire, enclosed in a size 16 or larger diameter conduit. Ground clamp for service grounding and for grounding of equipment on wood poles shall be Size 16 galvanized, malleable iron conduit hub with swivel feature. On wood poles, all metallic equipment mounted less than 2.4 m (8') above ground surface shall be grounded. Bonding of metallic conduit in non-metallic pull boxes shall be by means of bonding bushings and bonding jumpers. Bonding of metallic conduit in metal pull boxes shall be by means of locknuts, one inside and one outside of the box. 209-2.1 1 Service. Electrical service installation and materials shall conform to the requirements of the serving utility. When the service equipment is to be installed on a utility-owned pole, the Contractor shall furnish and install conduit, conductors and all other necessary material to complete the installation of the service. The position of the riser and equipment will be determined by the utility. Service conduit shall conform to the requirements of the serving utility and shall be not less than Size 41 (1 '/2)1 dia.). e Revised 10/08/03 Contract No. 3667-9 Page 102 of 154 Pages Where a kilowatt-hour meter is required, a meter socket with sealing ring, as approved by the serving utility, shall be furnished and installed. Where a meter socket is installed, the meter enclosure shall be provided with factory installed test bypass facilities as required by the serving utility. Service equipment shall be installed as soon as possible to enable the utility to schedule its work well in advance of the completion of the project. Each service shall be provided with a circuit breaker which shall simultaneously disconnect all ungrounded service entrance conductors. All circuit breakers shall be quick-break on either automatic or manual operation. The operating mechanism shall be enclosed and shall be trip-free from the operating handle on overload. Circuit breakers shall be trip-indicating, shall have frame size plainly marked and shall have trip rating clearly indicated on the operating handle. Overload tripping of breakers shall not be influenced by an ambient temperature range of from -18°C to 50°C. Multiple-pole breakers shall be the internal trip type. All circuit breakers shall be listed by UL or ETL. Current rating of breakers shall be as shown on the plans. Circuit breakers used as service disconnect equipment shall have a minimum interrupting capacity of 10 000 A, rms. Circuit breakers shall be enclosed in a NEMA.rain tight enclosure with dead-front panel and hasp with a 11 mm (7/,6‘‘) hole for a padlock. The padlock will be furnished by others. Service equipment enclosures, except Types II and Ill, shall be galvanized. Types II and Ill service equipment enclosures shall be fabricated from galvanized sheet steel or fabricated from sheet steel and zinc or cadmium plated after fabrication, or shall be fabricated from aluminum. Fabrication of service equipment enclosures shall conform to the requirements of Section 209-3.04A, “Cabinet Construction.” Steel enclosures shall be painted in accordance with the provisions in Section 209-2.1 6, “Painting.” All overlapping exterior seams and doors shall meet the requirements for Type 3R enclosures specified in the NEMA Enclosure Standards. Except for falsework lighting and power for the Contractor’s operations, upon written request by the Contractor, the Engineer will arrange with the serving utility to complete service connections for both temporary and permanent installations and the Agency will pay all costs and fees required by the utility. The request shall be submitted not less than 15 days before service connections are required. Except for falsework lighting and power for the Contractor’s operations, upon written request by the Contractor, the Engineer will arrange for furnishing electrical energy. Energy used prior to completion of the contract will be charged to the Contractor, except that the cost of energy used for public benefit, when an operation is ordered by the Engineer, will be at the expense of the Agency. Full compensation for furnishing and installing Agency-owned or permanent service poles, service equipment, conduit, conductors and pull boxes (including equipment, conduit, and conductors placed on utility-owned poles) shall be considered as included in the contract item of electrical work involved and no additional compensation will be allowed therefore. Where the service point is indeterminate and is shown on the plans as an “approximate location” or “service point not yet established”, the labor and materials required for making the connection between the service point, when established, and the nearest pull box shown on the plans will be paid for as extra work as provided in Section 3-3, “Extra Work.” 209-2.12 Wood Poles. Wood poles for service or temporary installations shall be ANSI Class 5, or larger. Poles shall not have more than 180 degrees twist in grain over the full length. Sweep shall be no more than 100 mm (4”). Tops of poles shall be beveled. Poles shall be placed in the ground to a depth of at least 1.8 m (6’). The lengths of poles shall be 7.6 m (25‘) for service poles and 10.7 m (35‘) for other poles, unless otherwise specified. After each wood pole is set in the ground, the space around the pole shall be backfilled with selected earth or sand, free of rocks and other deleterious material, placed in layers approximately 100 mm (4“) thick. Each layer shall be moistened and thoroughly compacted. Revised 10/08/03 Contract No. 3667-9 Page 103 of 154 Pages Mast arms for wood pole installations shall be fabricated from standard pipe, free from burrs. Each mast arm shall be provided with an insulated wire inlet and wood pole mounting brackets for mast arm and tie-rod cross arm. Tie rods shall be of structural steel and pipe. Mast arms for luminaires shall be mounted to provide a mounting height of 9.1 m (30’). Mast arms for traffic signals and flashing beacons shall provide a minimum vertical clearance of 5.2 m (17‘) from bottom of equipment to the pavement. Wood poles, not to be painted, shall be pressure treated after fabrication with creosote, pentachlorophenol (oil borne) or copper naphthenate as provided in Section 204-2, ‘Treatment With Preservatives.” All wood poles shall be pressure treated after fabrication with ammoniacal copper arsenate, chromated copper arsenate or ammoniacal copper zinc arsenate as provided in Section 204-2, “Treatment With Preservatives.” The minimum retention for water borne preservatives shall be that specified for posts. 209-2.13 Sign Control. Each sign illumination installation shall be provided with a disconnect circuit breaker mounted on the sign standard or structure, as shown on the plans. Where the sign lighting is served from a series lighting circuit through a series-multiple transformer, the circuit breaker shall be installed in the secondary circuit. Where the sign lighting is served through a multiple-multiple transformer, the circuit breaker shall be installed in the primary circuit. Circuit breakers shall meet the requirements for circuit breakers in Section 209-2.1 1, “Service.” Enclosure for the circuit breaker shall be NEMA Type 3R, shall be galvanize? or shall be cadmium plated, and shall be provided with dead front panel and a hasp with a 11 mm ( Il6‘‘) diameter hole for a padlock. Padlocks will be furnished by others. When the sign structure is to be painted, the circuit breaker or sign switch enclosure shall be painted the same color as the sign structure on which it is mounted. 209-2.14 Testing. Attention is directed to Section 4-1.4, ‘Test of Materials.” Testing shall conform to the following: 209-2.14A Materials Testing. Material and equipment to be tested shall be delivered to a testing location designated by the Engineer. Testing will be performed by the Agency. Testing and quality control procedures for Model 170 and Model 2070 controller assemblies shall conform to the requirements in ‘Transportation Electrical Equipment Specifications,” and “Traffic Signal Control Equipment Specifications,’’ issued by the State of California, Department of Transportation, and to all addendums thereto current at the time of project advertising. Testing and quality control procedures for all other traffic signal controller assemblies shall conform to the requirements in the NEMA TS Standards for Traffic Control Systems. In the event equipment submitted for testing does not comply with specifications, the Contractor shall remove the equipment for repair within 5 working days after notification that the equipment is rejected. In the event the equipment is not removed within that period, it may be shipped to the Contractor at the Contractor’s expense. The Contractor shall allow 30 days for Agency testing from the time the material or equipment is delivered to the Agency test site. When equipment being tested has been rejected for failure to comply with the specifications, the Contractor shall allow 30 days for Agency retesting. The retesting period shall begin when the corrected equipment is made available at the test site. All testing subsequent to rejection of the equipment for failure to comply with specification requirements will be at the expense of the Contractor. Deductions to cover the cost of that testing will be made from any moneys due or which may become due the Contractor under the contract. The Contractor will be notified when testing of the equipment has been completed and it shall be the Contractor’s responsibility to deliver the equipment to the site of the work or, at the Contractor’s request and the Agency’s convenience, the Agency will pack and ship the equipment to the Contractor or to the site of work. The sum of $100 or the actual cost of packing and shipping, whichever amount is greater, will be deducted, for each unit of equipment shipped by the Agency, from any moneys due to the Contractor under the contract. @ Revised 10/08/03 Contract No. 3667-9 Page 104 of 154 Pages 209-2.148 Field Testing. Prior to start of functional testing, the Contractor shall perform the following tests on all circuits, in the presence of the Engineer. 209-2.1 4B(1) Continuity. Each circuit shall be tested for continuity. 0 209-2.148(2) Ground. Each circuit shall be tested for grounds. 209-2.148(3) Insulation Resistance. An insulation resistance test at 500 volts DC shall be made on each circuit between the circuit and a ground. The insulation resistance shall not be less than 10 MO on all circuits, except for inductive loop detector circuits which shall have an insulation resistance value of not less than 100 Ma. The insulation resistance test shall not be performed on magnetometer sensing elements. Splices in the pull box adjacent to the magnetometer sensing elements shall not be made prior to performing the test on the lead-in conductors between the pull box and the controller cabinet field terminals. 209-2.1 4C Functional Testing. Attention is directed to Section 209-1 -06, “Scheduling of Work,” regarding requirements for test periods. A functional test shall be made in which it is demonstrated that each and every part of the system functions as specified. The functional test for each new or modified system shall consist of not less than 5 days of continuous, satisfactory operation. If unsatisfactory performance of the system develops, the condition shall be corrected and the test shall be repeated until the 5 days of continuous, satisfactory operation is obtained. Turn-on of new or modified traffic signals shall be made only after all traffic signal circuits have been thoroughly tested as specified above. Except for new or modified portions of existing lighting circuits and sign illumination systems, The Agency will maintain the system or systems during the test period and will pay the cost of electrical energy for the operation of all of the facilities that are undergoing testing. The cost of any necessary maintenance performed by the Agency on new circuits or on the portions of existing circuits modified under the contract, except electrical energy, shall be at the Contractor’s expense and will be deducted from any moneys due, or to become due, the Contractor. A shutdown of the electrical system resulting from damage caused by public traffic, from a power interruption or from unsatisfactory performance of Agency-furnished materials shall not constitute discontinuity of the functional test. 209-2.15 Galvanizing. Galvanizing shall be in accordance with the provisions in Section 21 0-3.6, “Galvanizing for Traffic Control Facilities,” except that cabinets may be constructed of material galvanized prior to fabrication in conformance with the specifications of ASTM Designation: A 525 or A 525M, Coating Designation G 90, in which case all cut or damaged edges shall be painted with at least 2 applications of approved unthinned zinc-rich primer (organic vehicle type) conforming to the requirements in Section 210-3.5, “Repair of Damaged Zinc Coating.” Aerosol cans shall not be used. Other types of protective coating shall be approved by the Engineer prior to installation. Iron or steel pipe standards and pipe mast arms shall be hot-dip galvanized after fabrication in conformance with the specifications of ASTM Designation: A 53. Galvanized surfaces shall have spurs removed. Tie-rods, bolts, nuts, washers, clamps and other miscellaneous ferrous parts shall be hot-dip galvanized after fabrication in accordance with the provisions in Section 21 0-3.6, “Galvanizing for Traffic Control Facilities.” Not less than 250 mm (IO“) of the upper end of the anchor bolts, anchor bars, or studs, and all nuts and washers shall be galvanized in accordance with the provisions in Section 21 0-3.6, “Galvanizing for Traffic Control Facilities.” After galvanizing, the bolt threads shall accept galvanized standard nuts without requiring tools or causing removal of protective coatings. Revised 10/08/03 Contract No. 3667-9 Page 105 of 154 Pages Galvanizing of existing materials in an electrical installation will not be required. 209-2.1 6 Painting. Painting of electrical equipment and materials shall conform to the provisions in Section 31 0, “Painting,” with the following additions and modifications. Paint materials for electrical installations, unless otherwise specified, shall conform to the provisions in Section 21 0, “Paint and Protective Coatings.” Factory or shop cleaning methods for metals will be acceptable if equal to the methods specified herein. In lieu of the temperature and seasonal restrictions for painting as provided in Section 310, “Painting,” paint may be applied to equipment and materials for electrical installations at any time permitted by the Engineer. All ungalvanized ferrous surfaces to be painted shall be cleaned prior to applying the prime coat. Blast cleaning will not be required. If an approved prime coat has been applied by the manufacturer, and it is in good condition, the first primer application by the Contractor will not be required. Existing equipment to be painted in the field, including Agency-furnished equipment, shall be washed with a stiff bristle brush using a solution of water containing 7.5 ml. of heavy duty detergent powder per liter (2 tablespoons per gallon). After rinsing, all surfaces shall be wire brushed with a coarse, cup shaped, power-driven brush to remove all poorly bonded paint, rust, scale, corrosion, grease or dirt. Any dust or residue remaining after wire brushing shall also be removed prior to priming. Immediately after cleaning, all galvanized surfaces and all non-ferrous metal surfaces shall be coated with one application of Primer (Wash) Pre-Treatment, Section 21 0-1.5 or wash primer conforming to the requirements of Military Specification MIL-P-15328D. The wash primer shall be applied by spraying or brushing to produce a uniform wet film on the surface. Galvanized equipment and wood poles for traffic signal or flashing beacon installations shall not be painted. New galvanized metal surfaces to be painted in the field shall be cleaned as specified for existing equipment before applying the prime coats specified. Wire brushing of new galvanized surfaces will not be required. After erection, all exterior surfaces shall be examined for damaged primer and the damaged surfaces shall be cleaned and spot coated with primer. Galvanized metal guard posts shall not be painted. Painting of Agency-furnished controller cabinets will not be required. Types II and Ill steel service equipment enclosures shall be painted with a polymeric or an enamel coating system conforming to Color No. 14672 (light green) of Federal Standard 595B. All coatings shall be commercially smooth, substantially free of flow lines, paint washout, streaks, blisters, and other defects that would impair serviceability or detract from general appearance. The coatings shall comply with the following requirements: 1) Coating Hardness - The finish shall have a pencil lead hardness of HB minimum using an Eagle Turquoise pencil. 2) Salt Spray Resistance - The undercutting of the film of the coating system shall not exceed 3 mm average, from lines scored diagonally and deep enough to expose the base metal, after 250 hours exposure in a salt spray cabinet in accordance with ASTM Designation: B 11 7. 3) Adherence - There shall be no coating loss when tested by California Test 645. Compliance of the coating system to the above requirements may be determined by the application of the coating, to 100 mm (4’) x 200 mm (8”) x 0.6 mm (0.0236”) test specimens of the same material as the cabinets, in the same manner as applied to the cabinets. A Certificate of Compliance shall be furnished in accordance with the provisions of Section 4-1.5, ‘Certification,” certifying that the coating system furnished complies in all respects with these requirements. Interior of metal signal visors, louvers and front faces of back plates shall be finished with 2 applications of lusterless black exterior grade latex paint formulated for application to properly prepared metal surfaces, except that factory finish in good condition will be acceptable. @ Revised 10/08/03 Contract No. 3667-9 Page 106 of 154 Pages Metal signal sections, signal head mountings, brackets and fittings, outside of visors, pedestrian push button housings, pedestrian signal sections and visors, and back faces of back plates, shall be finished with 2 applications of lusterless black or dark olive green exterior grade latex paint formulated for application to properly prepared metal surfaces. Dark olive green color shall match Color Chip No. 68 on file at the CALTRANS Transportation Laboratory. Conduit and conduit fittings above ground shall be prepared and finished in the same manner as the adjacent standard or post. Relocated, reset or modified equipment previously finished as specified in this Section 209-2.1 6, except for galvanized standards previously finished with traffic signal yellow enamel, shall be given a spot finishing application on newly primed areas, followed by one finishing application over the entire surface. If any signal faces or mounting brackets are required to be painted under this Section, all signal faces and mounting brackets on the same mounting shall be repainted. Small rusted or repaired areas of relocated or reset galvanized equipment shall be cleaned and painted as provided in Section 21 0-3.6, “Galvanizing for Traffic Control Facilities,”for repairing damaged galvanized surfaces. Equipment number shall be neatly stenciled on the standard or adjacent structure. The number designation will be determined by the Engineer. All paint shall be applied either by hand brushing or by spraying machines in the hands of skilled operators. The work shall be done in a neat and workmanlike manner. The Engineer reserves the right to require the use of brushes for the application of paint, should the work done by the paint spraying machine prove unsatisfactory or objectionable, as determined by the Engineer. 209-3 CONTROLLER ASSEMBLIES 209-3.01 Controller Assembly. A controller assembly shall consist of a complete mechanism for controlling the operation of traffic signals or other systems, including the controller unit and all necessary auxiliary equipment, mounted in a cabinet. All equipment required to provide the operation shown on the plans and as specified shall be provided. All field conductors No. 12 and smaller shall terminate with spade type terminals. All field conductors No. 10 and larger shall terminate in spade type or ring type terminals. 209-3.02 Type 90 Controller Assembly. Deleted 209-3.03 Model 170 and Model 2070 Controller Assemblies. Model 170 and Model 2070 (Model 170/2070) controller assemblies shall consist of a Model 170, 170E or 2070 controller unit, a wired cabinet and all auxiliary equipment required to control the system as shown on the plans, and as specified in these special provisions. Model 170/2070 controller assemblies shall conform to the requirements in ‘Transportation Electrical Equipment Specifications,” (TEES) and ‘Traffic Signal Control Equipment Specifications” (TSCES), issued by the State of California, Department of Transportation, and to all addendums thereto current at the time of project advertising. Unless otherwise specified or shown on the plans, controller assembly cabinets (housing) shall be Type 1 as shown in the TSCES. In addition to the requirements found in TEES and TSCES, Model 170/2070 controller assemblies shall conform to the following: 209-3.04 Controller Cabinets. Unless otherwise specified, controller cabinets for Model 170/2070 controllers shall conform to the following: 1) Controller cabinets shall be fabricated from aluminum sheet per the TSCES. 2) Controller cabinets shall have a single front door equipped with a Best Company lock core and lock. No other manufacturers shall be accepted. Revised 10/08/03 Contract No. 3667-9 Page 107 of 154 Pages 209-3.05 assembly for Model 170/2070 controllers: Cabinet Accessories. The following accessories shall be furnish with each cabinet 0 1) Controller cabinets shall have a pull-out type document tray. 2) Each cabinet shall be provided with a fluorescent lighting fixture mounted on the inside top of the cabinet near the front edge. Fixture shall be provided with an F15T8, cool white lamp operated from a normal power factor UL or ETL listed ballast. The “on-off” switch for the lighting fixture shall be a door-actuated switch that turns the light on when either door is open and off when either door is closed. An uninterruptible power system (UPS) shall be installed in each cabinet using a swing- away type mounting. The UPS shall be Clary SP 1000 series or approved equal and shall provide a minimum of eight (8) hours of continuous red flash operation at intersections using red LED signal indications and provide power conditioning to the controller. Batteries for the UPS shall be housed in a NEMA 3R rated cabinet mounted to the side of the Model 332 cabinet per Caltrans specifications. 3) 209-4 TRAFFIC SIGNAL FACES AND FllTlNGS 209-4.01 Each vehicle signal face shall be of the adjustable type conforming to the provisions in Institute of Traffic Engineers (ITE) Publication: ST-O08B, “Vehicle Traffic Control Signal Heads.’’ Plastic signal sections shall meet the requirements of California Test 605. Any fracture within the housing assembly, or a deflection of more than 10 degrees in either the vertical or horizontal plane after the wind load has been removed from the front of the signal face, or a deflection of more than 6 degrees in either the vertical or horizontal plane after the wind load has been removed from the back of the signal face will, be considered structural failure. Vehicle signal faces, except arrow and “X faces, shall meet the requirements of California Test 604. Adjustment shall permit rotation of 360 degrees about a vertical axis. Vehicle Signal Faces. The number and type of sections shall be as specified herein or as shown on the plans. Each vehicle signal face shall be installed at the location and mounted in the manner shown on the plans. Unless otherwise shown on the plans, all vehicle signal faces shall contain 3 sections arranged vertically; red-top, yellow-center, green-bottom. All new vehicle signal faces, except programmed visibility type, installed at any one intersection shall be of the same manufacture and of the same material. 209-4.01A Optical Units. arrow, shall conform to the provisions in Section 209-4.02, “Light Emitting Diode Signal Module”. 209-4.01 B Signal Sections. Each signal section housing shall be structural plastic. Signal sections shall conform to the following: 1. 2. 3. 4. 5. 6. 7. Each optical unit for green, yellow and red sections, circular ball or Maximum height of a signal section shall be 375 mm (143/4“) for each 300 mm (12“) section. The housing of each signal section shall be provided with a one-piece, hinged, square-shaped door designed to permit access to the section for relamping without the use of tools. The door shall be secured by a method that will hold the door closed during the loading tests specified in this Section. The lens shall be mounted in the door in a watertight manner. All exposed hardware, such as hinge pins and door latching devices, shall be Type 304 or 305 stainless steel. All interior screws and fittings shall be stainless steel. An opening shall be provided in the top and bottom of each signal section to receive 40 mm (I 1/2Li) pipe. @ Revised 10/08/03 Contract No. 3667-9 Page 108 of 154 Pages 8. The 300 mm (12") signal sections of an individual manufacturer shall be capable of joining to form a signal face in any combination. This interchangeability is not required between metal and plastic signal sections. All gaskets, including those for the door, lens, reflector and lamp holder, shall be made of a material that is not affected when installed in a signal section with a metal or plastic housing that is operated continuously for 336 hours. 9. 209-4.01B(2) Plastic Signal Sections. Housings shall be either molded in one piece or shall be fabricated from 2 or more pieces joined into a single piece. The plastic shall have ultraviolet stability, shall be unaffected by the heat of the lamp used and shall be self-extinguishing. Housings and doors shall be colored throughout and shall be black matching Color No. 17038, 27038 or 37038 of Federal Standard 595B. Each section in a face shall be joined to the adjacent section by one of the following methods: 1. A minimum of 4 machine screws for 300 mm (12") sections, installed through holes near the front and rear of the housings. Machine screws shall be No. 10 and each shall be provided with a nut, flat washer and lock washer. Two machine screws (each with a nut, flat washer and lock washer) installed through holes near the front of the housings, plus a fastening through the 40 mm (I1/;) pipe openings. The fastening shall consist of two large flat washers to distribute the load around the pipe opening and three carriage bolts, each with a nut and lock washer. Minimum size of machine screws shall be No. 10. Minimum size of carriage bolt shall be 6 mm ('/2-20). 2. The supporting section of each signal face supported solely at the top or bottom shall be provided with reinforcement. Reinforcement plates shall be either sheet aluminum, galvanized steel, or cast aluminum. Each plate shall be not less than 2.7 mm (0.1 IO") thick and shall have a hole concentric with the 40 mm (1 1/2'') pipe mounting hole in the housing. Sheet aluminum reinforcement plates shall be placed both inside and outside the housing; galvanized steel reinforcement plates shall be placed inside only; and cast aluminum reinforcement plates shall be placed outside only. Reinforcement plates placed outside of the housing shall be finished to match the color of the signal housing and shall be designed to permit the proper serrated coupling between signal face and mounting hardware. A minimum of three No. 10 machine screws shall be installed through holes in the plates and matching holes in the housing. Each screw shall have a round or binder head and shall be provided with a nut and lock washer. Where a signal face is to be supported by a Type MAS side attachment slip-fitter inserted between 2 sections, a spacer or spacers shall be placed between the 2 sections. The vertical dimension of spacers shall permit proper seating of the serrations between the slip-fitter and the 2 sections. Holes in spacers shall align with the front holes in the section housings. In addition to the fastening through the large openings in the housings, the 2 sections shall be joined with at least 2 machine screws through holes near the front of the housings and the spacers, and through matching holes in a reinforcing plate installed in each housing. Machine screws shall be No. 10 minimum size. Spacers shall be made of the same material as the signal housings. Reinforcing plates and machine screws shall be as specified above. Reinforcing plates will not be required where the housing is provided with reinforcing webs connecting the rear of the housing with the top, bottom and sides. Holes for machine screws shall be either cast or drilled during fabrication of the signal section. Each hole shall be surrounded by a 3 mm ('/gLI) minimum width boss to permit contact between signal sections about the axis of the hole. Each plastic signal face shall be provided with plastic or metal visors. Plastic signal faces which require backplates shall be provided with plastic backplates. A serrated nylon washer shall be inserted between each plastic signal section and a metal mounting assembly. Each washer shall be not less than 4 mm (3/1<) nor more than 6 mm thick. Serrations shall match those on the signal section and the mounting assembly. a Revised 10/08/03 Contract No. 3667-9 Page 109 of 154 Pages 209-4.01 C Electrical Components. Lamp receptacles and wiring shall conform to ITE Publications: ST-008B. The metal portion of the medium base lamp socket shall be brass, copper or phosphor bronze. Each lamp receptacle shall be wired with a conductor, connected to the shell of the receptacle, with black insulation or with insulation color-coded. These conductors shall, in turn, be connected to a terminal block mounted inside at the back of the housing. The terminal block shall have sufficient screw type terminals or NEMA type tab connectors to terminate all field conductors and lamp conductors independently. The terminals to which field conductors are attached shall be permanently identified or conductors shall be color coded to facilitate field wiring. Lamp receptacle conductors shall be No. 18 or larger, 600-V, appliance wiring material (AWM), with 0.75 mm (30 mil) thickness insulation rated 105°C or with insulation that conforms to the requirements in Military Specification MIL-W-l6878D, Type B, with vinyl nylon jacket rated 11 5°C. The manufacturer’s name or trademark, conductor size, insulation type letter designation and temperature rating shall be marked on the insulation or a Certificate of Compliance conforming to the provisions in Section 6-1.07, “Certification of Compliance”, shall be submitted by the manufacturer with each shipment of traffic signal faces. 209-4.01 D Visors. Each signal section shall be provided with a removable visor conforming to ITE Publication: ST-008B. Visors are classified, on the basis of lens enclosure, as full circle, tunnel (bottom open), or cap (bottom and lower sides open). Unless otherwise specified, visors shall be the full circle type. The visor shall be a minimum of 240 mm (9’1211) in length for nominal 300 mm (12“) round lenses, with a downward tilt between 3 degrees and 7 degrees. Plastic visors shall conform to the following: 1. Visors shall be either formed from sheet plastic or assembled from one or more injection, rotational or blow molded plastic sections. 2. Sections shall be joined using thermal, chemical or ultrasonic bonding or with aluminum rivets and washers permanently colored to match the visor. 3. Visors shall be of black homogeneous colored material with a lusterless finish. 4. Each visor shall be secured to its door in a manner that will prevent its removal or permanent deformation when the wind load specified in California Test 605 for plastic visors is applied to the side of the visor for 24 hours. 209-4.02 Light Emitting Diode Signal Modules. Each light emitting diode (LED) signal module shall be Type 2 and consist of an assembly that utilizes light emitting diodes as the light source in lieu of an incandescent lamp for use in traffic signal sections and conform to the following: 1. Each Type 2 LED signal module shall be designed to mount in the standard lamp socket normally used with an incandescent lamp. When a Type 2 LED signal module is used, a standard traffic signal lens in the doorframe shall be used or, at the option of the Contractor, the standard lens may be replaced with a translucent or clear lens to seal the signal section from weather. The installation of a Type 2 LED signal module shall not require any modification to the standard lamp socket or reflector. 2. LED signal modules shall be from the same manufacturer, and each size shall be the same model. 3. Type 2 LED signal modules shall be a sealed unit containing all components necessary for operation except, at the option of the Contractor, use of a corresponding lens mounted in the doorframe will be allowed. @ Revised 10/08/03 Contract No. 3667-9 Page 1 10 of 154 Pages 4. Type 2 LED signal modules shall not require a specific mounting orientation or have a variance in light output, pattern or visibility for any mounting orientation. The LEDs utilized in the modules shall be Aluminum Indium Gallium Phosphide (AllnGaP) technology for red indications and Gallium Nitride (GaN) technology for green indications, and shall be the ultra bright type rated for 100,000 hours of continuous operation from -40% to +74". 5. 0 6. The individual LEDs shall be wired such that a catastrophic failure of one LED will result in the loss of not more than 5 percent of the signal module light output. The failure of an individual LED in a string shall only result in the loss of that LED, not the entire string or indication. 209-4.02A Physical and Mechanical Requirements. LED traffic signal modules shall be designed as retrofit replacements for existing optical units of signal lamps and shall not require special tools for installation. LED signal modules shall fit into existing traffic signal section housings without any modification to the.housing. Installation of a LED signal module shall only require the removal of the optical unit components, Le., lens, lamp module, gaskets, and reflector; shall be weather tight and fit securely in the housing; and shall connect directly to electrical wiring. The arrow modules shall meet or exceed specifications stated in Section 9.01 of the ITE Publication: Equipment and Materials Standards, Chapter 2 (Vehicle Traffic Control Signal Heads) for arrow indications. The LEDs shall be spread evenly across the illuminated portion of the arrow area. 209-4.02A(l) LED Signal Module Lens. The LED signal module shall be capable of replacing the optical unit. The lens may be tinted or may use transparent film or materials with similar characteristics to enhance ON/OFF contrasts. The use of tinting or other materials to enhance ON/OFF contrasts shall not affect chromaticity and shall be uniform across the face of the lens. If a polymeric lens is used, a surface coating or chemical surface treatment shall be used to provide front surface abrasion resistance. 209-4.02A(2) Environmental Requirements. The LED signal module shall be rated for use in the operating temperature range of -40% (-40") to +74% (+165"). The LED signal module shall be protected against dust and moisture intrusion per the requirements of NEMA Standard 250-1 991 for Type 4 enclosures to protect all internal components. The LED signal module lens shall be UV stabilized and shall be capable of withstanding ultraviolet (direct sunlight) exposure for a minimum period of 60 months without exhibiting evidence of deterioration. 209-4.02A(3) Construction. The LED signal module shall be a single, self-contained device, not requiring on-site assembly for installation into an existing traffic signal housing. The power supply for the LED signal module shall be integral to the unit. The assembly and manufacturing process for the LED signal assembly shall be designed to assure all internal components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. 209-4.02A(4) Materials.. Material used for the lens and signal module construction shall conform to ASTM specifications for the materials where applicable. Enclosures containing either the power supply or electronic components of the signal module shall be made of UL94VO flame retardant materials. The lens of the signal module is excluded from this requirement. Revised 10/08/03 Contract No. 3667-9 Page 11 1 of 154 Pages 209-4.02A(5) Module Identification. Each LED signal module shall have the manufacturer's name, trademark, and other necessary identification permanently marked on the back of the module. Each individual LED signal module shall be identified with serial number for warranty purposes. The following operating characteristics shall be identified: rated voltage, power consumption, and voltampere. 209-4.02B Photometric Requirements. The minimum initial luminous intensity values for the modules shall be as stated in Table 209-4.028(1) and Table 209-4.028(3) at 25%. The modules shall meet or exceed the illumination values as shown in Table 209-4.028(2) and Table 209-4.028(4), throughout the useful life based on normal use in a traffic signal operation over the operating temperature range. The measured chromaticity coordinates of the modules shall conform to the chromaticity requirements of Table 209-4.028(5), throughout the useful life over the operating temperature range. The LED signal modules tested or submitted for testing shall be representative of typical average production units. Circular modules shall be tested according to California Test No. 604. All optical testing shall be performed with the module mounted in a standard traffic signal section but without a visor or hood attached to the signal section. The LEDs shall be spread evenly across the illuminated portion of the arrow area. Arrow modules shall be tested according to California Test No. 3001. All optical testing shall be performed with the module mounted in a standard traffic signal section but without a visor or hood attached to the signal section. Each LED arrow signal section indication shall provide a minimum average luminous intensity as listed in Table 209-4.02B(3). All measurements shall be performed at rated operating voltage of 120 VAC. @ Revised 10/08/03 Con tract N 0. 3667-9 Page 1 12 of 154 Pages Table 209-4.02B(l) Minimum Initial Intensities for Circular Indications (in cd) Revised 10/08/03 Contract No. 3667-9 Page 11 3 of 154 Pages Table 209-4.028(2) Maintained Minimum Intensities for Circular Indications (in cd) Arrow Indication Table 209-4.028(3) Minimum Initial Intensities for Arrow Indications (in cd/m2) Red Yellow & Green 5,500 11,000 Arrow Indication Red Yellow & Green 5,500 11,000 Red Yellow I 0.452 1 Y: not less than 0.506-0.51 9x, nor less than 0.1 50+1.068x, Green Y: not greater than 0.308, or less than 0.998-x Y: not less than 0.41 1, nor less than 0.995-x, nor less than 1 nor more than 0.730-x @ Revised 10/08/03 Contract No. 3667-9 Page 1 14 of 154 Pages 209-4.02C Electrical. Maximum power consumption requirements for LED signal modules shall be as listed in Table 209-4.02C. Table 209-4.02C Maximum Power Consumption (in Watts) LED signal modules shall operate from a 60 Hz +.3 Hz AC line over a voltage ranging from 80 volts to 135 volts. The LED circuitry shall prevent perceptible flicker over the voltage range specified above. The fluctuations of line voltage shall have no visible effect on the luminous intensity of the indications. Rated voltage for all measurements shall be 120 volts. The signal module on-board circuitry shall include voltage surge protection to withstand high-repetition noise transients as stated in Section 2.1.6 of NEMA Standard TS-2, 1992. LED signal modules shall be operationally compatible with currently used controller assemblies (solid state load switches, flashers, and conflict monitors). When a current of 20 ma AC (or less) is applied to the unit, the voltage read across the two leads shall be 15 VAC or less. LED signal modules and associated on-board circuitry must meet Federal Communications Commission (FCC) Title 47, Subpart B, Section 15 regulations concerning the emission of electronic noise. The LED signal module shall provide a power factor of 0.90 or greater. Total harmonic distortion (current and voltage) induced into an AC power line by an LED signal module shall not exceed 20 percent. 209-4.02D Quality Assurance. LED signal modules shall be manufactured in accordance with a vendor quality assurance (QA) program. The QA program shall include two types of quality assurance: (1 ) design quality assurance and (2) production quality assurance. The production quality assurance shall include statistically controlled routine tests to ensure minimum performance levels of LED signal modules built to meet this specification. QA process and test results documentation shall be kept on file for a minimum period of seven years. LED signal module designs not satisfying design qualification testing and the production quality assurance testing performance requirements described below shall not be labeled, advertised, or sold as conforming to this specification. 209-4.02D(l) Manufacturer’s Serial Numbers. Identification of the component and sub- assembly level may be required if the reliability and performance of the module must be traceable to the original item manufacturers of the module components and subassemblies. 209-4.02D(2) Production Quality Assurance Testing. The following Production Quality Assurance tests shall be performed on each new LED signal module prior to shipment. Failure to meet requirements of any of these tests shall be cause for rejection. The manufacturer for warranty purposes shall retain test results for seven years. Each LED signal module shall be tested for rated initial intensity after burn-in. Burn-in period shall consist of each signal module being energized at rated voltage for a 30 minutes stabilization period before the measurement is made. A single point measurement with a correlation to the intensity requirements of Table 209-4.028(1) for circular modules may be used. The ambient temperature for this measurement shall be +25% (+779F). Each LED signal module not meeting minimum luminous intensity requirements per Table 209- 4.02B(1) or Table 209-4.028(3) shall be a cause for rejection. 0 @ Revised 10/08/03 Contract No. 3667-9 Page 1 15 of 154 Pages Each LED signal module shall be tested for required power factor after burn-in. Each LED signal module shall be measured for current flow in amperes after burn-in. The measured current values shall be compared against current values resulting from design qualification measurements under "Design Qualification Testing". The current flow shall not exceed the rated value. The measured ampere values with rated voltage shall be recorded as volt-ampere (VA) on the product labels. Each LED signal modules shall be visually inspected for any exterior physical damage or assembly anomalies. Careful attention shall be paid to the surface of the lens to ensure there are no scratches (abrasions), cracks, chips, discoloration, or other defects. Any such defects shall be cause for rejection. 209-4.021)(3) Design Qualification Testing. Design Qualification testing shall be performed on new LED signal module designs, and when a major design change has been implemented on an existing design. The minimum sample quantity of LED signal modules shall be as stated for each test. Failure to meet requirements for any of these tests shall be cause for rejection. A random sample of six LED signal modules shall be energized for a minimum of 24 hours, at 100 percent on-time duty cycle, in a temperature of 74% (+I 65") before performing any design qualification testing. Any failure within an LED signal module after burn-in shall be cause for rejection. 209-4.02Dt4) Rated Initial Luminous Intensity. After burn-in, a sample of six LED signal modules shall be tested for rate initial intensity per the requirements of "Photometric Requirements". Before measurement, each LED signal module shall be energized at rated voltage, with 100 percent on-time duty cycle, for a time period of 30 minutes. The ambient temperature for this measurement shall be 25% (779F). The test results for this test shall have recorded the current voltage, total harmonic distortion (THD), and power factor (PF) associated with each measurement. 209-4.020(5) Chromaticity (Color). A sample of two LED signal modules shall be measured for chromaticity (color) per the requirements of "Chromaticity requirements under "Photometric Requirements." A spectra radiometer shall be used for this measurement. The ambient temperature for this measurement shall be 2FC (77"). e 209-4.02D(6) Electrical. A sample of six LED signal modules shall be measured for current flow in amperes. The measured current values shall be used for quality comparison of Production Quality Assurance current measurement on production modules. A sample of six LED signal modules shall be measured for power factor. A commercially available power factor meter may be used to perform this measurement. A sample of six LED modules shall be measured for total harmonic distortion. A commercially available total harmonic distortion meter may be used to perform this measurement. A sample of six LED signal modules shall be tested per the requirements of "Electrical", with reference to Class A emission limits referenced in Federal Communications Commission (FCC) Title 47, Subpart B, Section 15. A sample of six LED signal modules shall be tested for compatibility with the controller unit, conflict monitor, and load switch. Each signal module shall be connected to any AC voltage supply between the values of 80 and 135 VAC. The AC voltage developed across each LED signal module so 0 connected shall not exceed 10 volts rms as the input AC voltage is varied from 80 volts to 135 volts rms. @ Revised 10/08/03 Contract No. 3667-9 Page 116 of 154 Pages A sample of six LED modules shall be tested for transient immunity per "Electrical" using the procedure described in NEMA Standard TS-1992. Mechanical vibration testing shall be performed on a sample of three LED signal modules per MIL- STD-883, Test Method 2007, using three 4 minute cycles along each x, y, and z axis, at a force of 2.5 Gs, with a frequency sweep from 2 Hz to 120 Hz. The loosening of the lens, of any internal components, or other physical damage shall be cause for rejection. 0 Temperature cycling shall be performed on a sample of three LED signal modules per MIL-STD-883, Test method 101 0. The temperature range shall be per "Environmental Requirements". A minimum of 20 cycles shall be performed with a 30 minute transfer time between temperature extremes and a 30 minute dwell time at each temperature. Signal under test shall be non-operating. Failure of a module to function properly or any evidence of cracking of the module lens or housing after temperature cycling shall be cause for rejection. Moisture resistance testing shall be performed on a sample of three LED signal modules per NEMA Standard 250-1991 for Type 4 enclosures. Any evidence of internal moisture after testing shall be cause for rejection. 209-4.02D(7) Certificate of Compliance. The Contractor shall provide the Engineer a Certificate of Compliance from the manufacturer in accordance with the provisions of Section 6-1.07, "Certificates of Compliance," of the Caltrans Standard Specifications. The certificate shall certify that the LED signal modules comply with the requirements of these specifications. The certificate shall also include a copy of all applicable test reports on the LED signal modules. LED signal modules shall be guaranteed by the Contractor for a period of one year starting on the day after the project is accepted by the Engineer. Modules that fail during this period shall be replaced at no cost to the City, except that City forces will change out the modules in the field. The replacement modules shall be delivered to the Public Works Department at 405 Oak Avenue within five working days after notification. The failed modules will be made available to the Contractor at the above address at the same time as the replacement is delivered. The manufacturer shall provide a written warranty against defects in materials and workmanship for the LED signal modules for a period of 36 months after installation of the modules. Replacement modules shall be provided promptly after receipt of modules that have failed at no cost to the State except cost of shipping of the failed modules. All warranty documentation shall be given to the Engineer prior to installation. The replacement modules shall be delivered to the Public Works Department at 405 Oak Avenue. 209-4.03 Directional Louvers. Where shown on the plans, directional louvers shall be furnished and installed in signal visors. Directional louvers shall be so constructed as to have a snug fit in the signal visors. The outside cylinder shall be constructed of 0.75 mm (0.030") nominal thickness, or thicker, sheet steel and the vanes shall be constructed of 0.4 mm (0.016") nominal thickness, or thicker, sheet steel or the cylinder and vanes shall be constructed of 5052-H32 aluminum alloy of equivalent thickness. Dimensions of louvers and arrangements of vanes shall be as shown on the plans. @ Revised 10/08/03 Contract No. 3667-9 Page 1 17 of 154 Pages 209-4.04 Backplates. Where shown on the plans, backplates shall be furnished and installed on signal faces. Dimensions, materials and installation details shall be as shown on the plans. No background light shall show between the backplate and the signal face or between sections. Plastic backplates shall be supplied and either formed from sheet plastic or assembled from extruded, molded or cast sections. Sections shall be factory joined using (1) an appropriate solvent cement, (2) aluminum rivets and washers painted or permanently colored to match the backplate, or (3) No. 10 machine screws with washer, lock washer and nut, painted to match the backplate. Backplates shall be of black homogeneous colored material with a lusterless finish. Each plastic backplate shall be secured to the plastic signal face in a manner that will prevent its removal or permanent deformation when the wind-load test is applied to either the front or the rear of the signal face. The permanent deformation of any portion of the backplate shall not exceed 5 degrees forward or backward after the wind loading has been applied for 24 hours. When a plastic backplate requires field assembly, it shall be joined with at least four No. 10 machine screws at each field assembled joint. Each machine screw shall be provided with an integral or captive flat washer, a hexagonal head slotted for a standard screwdriver, and either (1 ) a locking nut with an integral or captive flat washer, or (2) a nut, flat washer and lockwasher. Machine screws, nuts and washers shall be stainless steel. Where a metal backplate consists of 2 or more sections, the sections shall be fastened with rivets or with aluminum bolts peened after assembly to prevent loosening. In lieu of the screws shown on the plans, plastic backplates may be fastened to the plastic signal face using self-threading No. 10 stainless steel screws. The screws shall have an integral or captive flat washer and a hexagon head slotted for a standard screwdriver, and shall be stainless steel. 209-4.05 Programmed Visibility Vehicle Signal Faces. Each programmed visibility signal face and the installation thereof shall conform to the provisions in Sections 209-4.01, “Vehicle Signal Faces,” 209-4.03, “Backplates,” and 209-4.06, “Signal Mounting Assemblies,” except that the provisions in Section 209-4.01 A, “Optical Units,” shall not apply. Each programmed visibility signal section shall provide a nominal 300 mm (12”) diameter circular or arrow indication. Color and arrow configuration shall conform to ITE Publication: ST-008B. Each section shall be provided with a cap visor. Each signal section shall be provided with an adjustable connection that permits incremental tilting from 0 to 10 degrees above or below the horizontal while maintaining a common vertical axis through couplers and mountings. Terminal connection shall permit external adjustment about the mounting axis in 5 degree increments. The signal shall be mountable with ordinary tools and capable of being serviced without tools. Adjustment shall be preset at 4 degrees below the horizontal, unless otherwise specified. The visibility of each programmed visibility signal face shall be capable of adjustment or programming within the face. When programmed, each signal face’s indication shall be visible only in those areas or lanes to be controlled, except that during dusk and darkness a faint glow to each side will be permissible. Prior to programming, each signal section with a yellow indication shall provide a minimum luminous intensity of 2500 cd on the optical axis, and a maximum intensity of 100 cd at 15 degrees horizontal from the axis. Each signal section with a yellow indication shall be capable of having its visibility programmed to achieve the following luminous intensities: a minimum of 2500 cd on the optical axis, a maximum of 100 cd at from 0.5 to 2 degrees horizontal from the axis and a maximum of 10 cd at from 2 to 15 degrees horizontal from the axis. Under the same conditions, the intensities of the red indication and the green indication shall be at least 19 and 38 percent, respectively, of the yellow indication. Each signal face or each signal section shall include integral means for regulating its luminous intensity between limits in proportion to the individual background luminance. Lamp intensity shall not be less than 97 percent of uncontrolled intensity at 10 000 Ix, and shall reduce to 15 Q percent of maximum intensity at less than 10 Ix. The dimming device shall operate over an applied voltage range of 95 to 130 V, 60 Hz and a temperature range of -40°C to 74°C. The Contractor shall program the head as recommended by the manufacturer and as directed by the Engineer. @ Revised 10/08/03 Contract No. 3667-9 Page 1 18 of 154 Pages 209-4.06 Pedestrian Signal Faces. Message symbols for pedestrian signal faces shall be white WALKING PERSON and Portland orange UPRAISED HAND conforming to the requirements of the Institute of Transportation Engineers Standards: "Pedestrian Traffic Control Signal Indications" and the "Manual on Uniform Traffic Control Devices." The height of each symbol shall be not less than 250 mm (1 0") and the width of each symbol shall be not less than 165 mm (6l/;). The luminance of the UPRAISED HAND symbol shall be 3750 cd/m2 (1 ,100 foot-lamberts), minimum, and the luminance of the WALKING PERSON symbol shall be 5300 cd/m2 (1,550 foot-lamberts), minimum, when tested in accordance with California Test 606. The uniformity ratio of an illuminated symbol shall not exceed 4 to 1 between the highest luminance area and the lowest luminance area. The luminance difference between a nonilluminated symbol and the background around the symbol shall be less than 30 percent when viewed with the front screen in place and at a low sun angle. Brightness measurements for signals designed for an incandescent lamp will be made when the signal is equipped with an A-21 traffic signal lamp operated at a voltage to produce 665 lumens. Each housing, including the front screen, shall have maximum overall dimensions of 470 mm (181/2'') width, 483 mm (19") height and 292 mm (1 11/211) depth. All new pedestrian signal faces installed at any one intersection shall be the same make and type. Each pedestrian signal face shall be installed at the location and mounted in the manner shown on the plans. 209-4.06A Types. Pedestrian signal faces shall be Type A and shall conform to the following: Each Type A signal shall consist of a housing, two-color message plate, a reflector assembly, two light emitting diode modules conforming to the provisions in Section 209-4.07, "Light Emitting Diode Pedestrian Signal Modules", with sockets and a front screen. Each message plate shall be one piece and shall be made 4.7 mm (3/16(L) tempered glass. The symbols shall be applied to the inside smooth surface of the message plate. Each reflector assembly shall consist of a double reflector or 2 single reflectors. Each reflector shall be made of either aluminum or plastic. All reflectors shall conform to the provisions in Institute of Traffic Engineers Publication: ST-O08B, "Vehicle Traffic Control Signal Heads." Plastic reflectors shall consist of molded or vacuumformed plastic with a vacuum-deposited aluminum reflecting surface. The plastic material shall not distort when the reflector is used with the lamp of the wattage normally furnished with the signal. In addition, the UL nonmechanical loading temperature of the material shall exceed, by at least 10°C, the maximum temperature in the signal section with the lamp "ON" and measured in an ambient air temperature of 25°C in accordance with UL Publication UL 7466. Each completed reflector shall, when operated with the appropriate lamp and lens, provide the message brightness specified. 209-4.068 Front Screen. The front screen provided on each Type A signal shall have a 38 mm (1'/;) deep eggcrate or Z-crate type screen of 0.8 mm (0.03") nominal thickness polycarbonate. The screening shall be mounted in a frame constructed of 1.0 mm (0.04") minimum thickness polycarbonate. The screen shall be installed parallel to the face of the message plate and shall be held in place by the use of stainless steel screws. The front screen shall not fracture, separate at the welds, or compress more than 3 mm ('/gLI) when a 75 mm (3") diameter, 1.8-kg (41b.) steel ball is dropped onto the screen from a height of 1.2 m (4') above the screen. The screen will be lying in a horizontal position and supported on its edges for this test. The message plate will be removed from the pedestrian signal housing, when the pedestrian housing is used to support the front screen during the test, so there will be no back support for the screen. The screen and frame shall be fabricated from aluminum anodized flat black, or finished with lusterless black exterior grade latex paint formulated for application to properly prepared metal surfaces, or shall be fabricated from flat black plastic. Alternate methods of screening may be substituted for the above screens provided that the results are at least esual to those obtained with the above specified screens as determined by the Engineer. 0 Revised 10/08/03 Contract No. 3667-9 Page 119 of 154 Pages 209-4.06C 209-4.01 B, "Signal Sections." Housing. Pedestrian signal housings shall conform to the provisions in Section 209-4.06E Finish. The exterior of each housing and visor and the interior of visors shall be painted in accordance with the provisions in Section 209-2.1 6, "Painting." 209-4.06F Controls. All pedestrian signals shall be capable of being controlled by the solid-state switching devices specified for traffic signal controller assemblies. 209-4.06G Terminal Blocks. Each pedestrian signal face shall be provided with a light duty terminal block conforming to the provisions in Section 209-4.01 C, "Electrical Components." All field wiring shall connect to this terminal block. 209-4.07 Light Emitting Diode Pedestrian Signal Modules. For Type A pedestrian signal faces, the pedestrian signal face "Upraised Hand" & "Walking Person" module shall utilize light emitting diode. Each light emitting diode (LED) pedestrian signal face "Upraised Hand" & "Walking Person" module shall consist of an assembly that utilizes light emitting diodes as the light source in lieu of an incandescent lamp for use in pedestrian signal faces and shall conform to the following: 1. 2. 3. 4. 5. 6. 7. LED Pedestrian signal face "Upraised Hand" & "Walking Person" module shall be designed to mount in the standard existing Type "A" Housing. Pedestrian signal face modules shall be designed to mount behind or replace the existing face plate of existing Type "A" housing as specified by the requirements of the ITE Standards: "Pedestrian Traffic Control Signal Indications" and the MUTCD. The design of the modules shall require a specific mounting orientation. LED pedestrian signal module used on this project shall be from the same manufacturer. The circuit board and power supply shall be contained inside the module. Circuit boards shall conform to Chapter 1, Section 6 of the "Transportation Electrical Equipment Specifications". LED pedestrian signal modules shall fit into the existing type "A" housing and shall not require a specific mounting orientation or have a variance in light output, pattern or visibility for any mounting orientation. The LEDs for "Upraised Hand" symbol shall utilize AllnGaP technology and shall be the ultra bright type rated for 100,000 hours of continuous operation from -40% to 74%. The individual LEDs shall be wired such that a catastrophic failure of one LED will result in the loss of not more then 5 percent of the signal module light output. The failure of an individual LED in a string shall only result in the loss of that LED, not the entire string or indication. The LED ped modules tested or submitted for testing shall be representative of typical average production units. LED ped modules shall be tested according to California Test No. 610 and as described herein. All optical testing shall be performed with the module mounted in a standard Type "A" Pedestrian Housing but without a visor or hood attached to the housing. @ Revised 10/08/03 Contract No. 3667-9 Page 120 of 154 Pages 8. The luminance of the UPRAISED HAND symbol shall be 3750 cd/m2 minimum. The color of UPRAISED HAND should be Portland orange conforming to the requirements of the institute of Transportation Engineers Standards: "Pedestrian Traffic Control Signal Indications" and the "Manual on Uniform Traffic Control Devices." The height of each symbol shall be not less than 250 mm and the width of each symbol shall not be less than 165 mm. 0 9. The luminance of the WALKING PERSON symbol shall be 5300 cd/m2 minimum. The color of WALKING PERSON should be White conforming to the requirements of the Institute of Transportation Engineers Standards: "Pedestrian Traffic Control Signal Indications" and the "Manual on Uniform Traffic Control Devices." The height of each symbol shall be not less than 250 mm and the width of each symbol shall not be less than 165 mm. 10. The uniformity ratio of an illuminated symbol shall not exceed 4 to 1 between the highest luminance area and the lowest luminance area. 11, LED ped module shall be rated for a minimum useful life of 48 months and shall maintain not less than 85 percent of 3750 cd/m2 for UPRAISED HAND & 5300 cd/m2 for WALKING PERSON after 48 months of continuous use in a traffic signal operation over the temperature range of -40% to +74%. 209-4.07A Physical And Mechanical Requirements. LED ped module traffic signal modules shall be designed as retrofit replacements for existing optical units of signal lamps and shall not require special tools for installation. LED ped module shall fit into existing traffic signal section housings built to the VTCSH without modification to the housing. Installation of an LED ped module shall require the removal of the lens, reflector and lamps. 209-4.07A(l) Environmental Requirements, operating temperature range of -40% (-40") to +74% (+165"). LED ped modules shall be rated for use in the 209-4.07A(2) Construction. LED ped modules shall be a single, self-contained device, not requiring on-site assembly for installation into an existing Type "A" housing. The power supply for the LED ped module shall be integral to the unit. The assembly and manufacturing process for the LED ped module assembly shall be designed to assure all internal components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. 209-4.07A(3) Materials. Material used for the LED ped module construction shall conform to ASTM specifications for the materials where applicable. Enclosures containing either the power supply or electronic components of the LED ped module shall be made of UL94VO flame retardant materials. 209-4.07A(4) Module Identification. Each LED ped module shall have the manufacturer's name, trademark, and other necessary identification permanently marked on the back of the module. Each individual LED ped module shall be identified for warranty purposes. The following operating characteristics shall be identified: rated voltage, power consumption, and volt-ampere. If a specific mounting orientation is required, each module shall have prominent and permanent marking(s) for correct indexing and orientation within a signal housing. The marking shall consist of an up arrow, or the word "UP" or "TOP". Type A Pedestrian Signal Face (Combination Raised HandNValking Person section) housing without the reflector shall be utilized for LED combo modules. e- \# Revised 10/08103 Contract No. 3667-9 Page 121 of 154 Pages 209-4.078 Photometric Requirements. An LED ped module shall meet at least 85 percent of the minimum 3750 cd/m2 for UPRAISED HAND & 5300 cd/m2 for WALKING PERSON while operating throughout the operating temperature range of -409C to 74%. The minimum initial luminous intensity values for UPRAISED HAND LED ped modules shall be 3750 cd/m2 at 25%. The minimum initial luminous intensity values for WALKING PERSON LED ped modules shall be 5300 cd/m2 at 25%. The measured chromaticity coordinates of LED ped modules shall conform to the chromaticity requirements of Section 5.3.2.1 and Figure C of the VTCSH standards. 209-4.07C Electrical. Maximum power consumption requirements for LED signal modules shall be as follows: LED pedestrian signal modules shall operate from a 60 +3 Hz AC line over a voltage ranging from 95 V to 135 V. The LED ped module circuitry shall prevent perceptible flicker over the voltage range specified above. The fluctuations of line voltage shall have no visible effect on the luminous intensity of the indications. Rated voltage for all measurements shall be 120 V. The LED ped module on- board circuitry shall include voltage surge protection to withstand high-repetition noise transients as stated in Section 2.1.6 of NEMA Standard TS-2, 1992. The LED circuitry shall prevent perceptible flicker to the unaided eye over the voltage range specified above. All wiring and terminal blocks shall meet the requirements of Section 13.02 of ITE Publication: Equipment and Material Standards, Chapter 2 (Vehicle Traffic Control Signal Heads). LED ped modules shall be operationally compatible with currently used controller assemblies (solid state load switches, flashers, and conflict monitors). When a current of 20 ma AC (or less) is applied to the unit, the voltage read across the two leads shall be 15 VAC or less. LED ped modules and associated on-board circuitry must meet Federal Communications Commission (FCC) Title 47, Subpart 6, Section 1 5 regulations concerning the emission of electronic noise. The LED ped module shall provide a power factor of 0.90 or greater. Total harmonic distortion (current and voltage) induced into an AC power line by an LED ped module shall not exceed 20 percent. 209-4.07D Quality Assurance. LED ped modules shall be manufactured in accordance with a vendor quality assurance (QA) program. The QA program shall include two types of quality assurance: (1 ) design quality assurance and (2) production quality assurance. The production quality assurance shall include statistically controlled routine tests to ensure minimum performance levels of LED ped modules built to meet this specification. QA process and test results documentation shall be kept on file for a minimum period of seven years. LED ped module designs not satisfying design qualification testing and the production quality assurance testing performance requirements described below shall not be labeled, advertised, or sold as conforming to this specification. 209-4.07D(l ) Manufacturer's Serial Numbers. Identification of the component and sub- assembly level may be required if the reliability and performance of the module must be traceable to the original item manufacturers of the module components and subassemblies. Revised 10/08/03 Contract No. 3667-9 Page 122 of 154 Pages 209-4.07D(2) Production Quality Assurance Testing. The following Production Quality Assurance tests shall be performed on each new LED ped module prior to shipment. Failure to meet requirements of any of these tests shall be cause for rejection. The manufacturer for warranty purposes shall retain test results for seven years. Each LED ped module shall be tested for rated initial intensity after burn-in. Burn-in period shall consist of each signal module being energized at a rated voltage for a 30 minute stabilization period before the measurement is made. Each LED ped module not meeting 3750 cd/m2 for UPRAISED HAND & 5300 cd/m2 for WALKING PERSON luminous intensity requirements shall be cause for rejection. Each ped module shall be tested for required power factor after burn-in. Each LED ped module shall be measured for current flow in amperes after burn-in. The measured current values shall be compared against current values resulting from design qualification measurements under "Design Qualification Testing". The current flow shall not exceed the rated value. The measured ampere values with rated voltage shall be recorded as volt-ampere (VA) on the product labels. Each LED ped module shall be visually inspected for any exterior physical damage or assembly anomalies. Careful attention shall be paid to the surface of the lens to ensure there are no scratches (abrasions), cracks, chips, discoloration, or other defects. Any such defects shall be cause for rejection. 209-4.07D(3) Design Qualification Testing. Design qualification testing shall be performed on new LED ped module designs, and when a major design change has been implemented on an existing design. The minimum sample quantity of LED ped modules shall be as stated for each test. Failure to meet requirements for any of these tests shall be cause for rejection. A random sample of six LED ped modules shall be energized for a minimum of 24 hours, at 100 percent on-time duty cycle, in a temperature of 74% (+165") before performing any design qualification testing, Any failure within an LED ped module after burn-in shall be cause for rejection. 209-4.07D(4) Rated Initial Luminous Intensity. After burn-in, a sample of six LED ped modules shall be tested for rated initial intensity per the requirements of "Photometric Requirements". Before measurement, each LED ped module shall be energized at rated voltage, with 100 percent on-time duty cycle, for a time period of 30 minutes. The ambient temperature for this measurement shall be 25% (77°F). The test results for this test shall have recorded the current voltage, total harmonic distortion (THD), and power factor (PF) associated with each measurement. 209-4.07D(5) Chromaticity (Color). A sample of two LED ped modules shall be measured for chromaticity (color) per the requirements of "Chromaticity requirements under "Photometric Requirements." A spectraradiometer shall be used for this measurement. The ambient temperature for this measurement shall be 25% (77°F). 209-4.07D(6) Electrical. A sample of six LED ped modules shall be measured for current flow in amperes. The measured current values shall be used for quality comparison of Production Quality Assurance current measurement on production modules. A sample of six LED ped modules shall be measured for power factor. A commercially available power factor meter may be used to perform this measurement. A sample of six LED ped modules be measured for total harmonic distortion. A commercially available total harmonic distortion meter may be used to perform this measurement. A sample of six LED ped modules shall be tested per the requirements of "Electrical", with reference to Class A emission limits referenced in Federal Communications Commission (FCC) Title 47, Subpart 9, Section 15. tQ Revised 10/08/03 Contract No. 3667-9 Page 123 of 154 Pages A sample of six LED ped modules shall be tested for compatibility with the controller unit, conflict monitor, and load switch. Each signal module shall be connected to any AC voltage supply between the values of 80 and 135 VAC. The AC voltage developed across each LED ped module so connected shall not exceed 10 volts rms as the input AC voltage is varied from 80 V rms to 135 V rms. A sample of six LED ped modules shall be tested for transient immunity per "Electrical" using the procedure described in NEMA Standard TS-1992. Mechanical vibration testing shall be performed on a sample of three LED ped modules per MIL-STD-883, Test Method 2007, using three 4 minute cycles along each x, y, and z axis, at a force of 2.5 g, with a frequency sweep from 2 Hz to 120 Hz. The loosening of the lens, of any internal components, or other physical damage shall be cause for rejection. Temperature cycling shall be performed on a sample of three LED ped modules per MIL-STD-883, Test method 1010. The temperature range shall be per "Environmental Requirements". A minimum of 20 cycles shall be performed with a 30 minute transfer time between temperature extremes and a 30 minute dwell time at each temperature. Signal under test shall be non-operating. Failure of a module to function properly or any evidence of cracking of the module lens or housing after temperature cycling shall be cause for rejection. Moisture resistance testing shall be performed on a sample of three LED ped modules per NEMA Standard 250-1991 for Type 4 enclosures. Any evidence of internal moisture after testing shall be cause for rejection. 209-4.07D(7) Certificate of Compliance. The Contractor shall provide the Engineer a Certificate of Compliance from the manufacturer in accordance with the provisions of Section 6-1.07, "Certificates of Compliance," of the Standard Specifications. The certificate shall certify that the LED ped modules comply with the requirements of these specifications. The certificate shall also include a copy of all applicable test reports on the LED ped modules. 209-4.07D(8) Guarantee. The Contractor shall guarantee LED ped modules for a period of one year starting on the day after the Engineer accepts the project. Modules that fail during this period shall be replaced at no cost to the State, except that State forces will change out the modules in the field. The replacement modules shall be delivered to the Engineer, or to the Public Works Department at 405 Oak Avenue, within five working days after notification. The failed modules will be made available to the Contractor at the above address at the same time as the replacement is de livered. 209-4.07D(9) Warranty. The manufacturer shall provide a written warranty against defects in materials and workmanship for the LED ped modules for a period of 36 months after installation of the modules. Replacement modules shall be provided promptly after receipt of modules that have failed at no cost to the State except cost of shipping of the failed modules. All warranty documentation shall be given to the Engineer prior to installation. 209-4.08 Signal Mounting Assemblies. Signal mounting assemblies shall consist of 40 mm (11/211) standard weight steel galvanized pipe conforming to the specifications of ASTM Designation: A 53, necessary fittings, slip-fitters and terminal compartments. Pipe fittings shall be ductile iron, galvanized steel, aluminum alloy Type AC-84B No. 380, or bronze. Mast arm slip-fitters shall be cast bronze or hot-dip galvanized ductile iron. Post top slip-fitters and terminal compartments shall be cast bronze, Type 356-T6 aluminum or hot-dip galvanized ductile iron. After installation, any exposed threads of galvanized pipe brackets and all areas of the brackets damaged by wrench or vise jaws shall be cleaned with a wire brush and painted with 2 applications of approved unthinned zinc-rich primer (organic vehicle type) conforming to the requirements in Section 21 0, "Paint and Protective Coatings." Aerosol cans shall not be used. m %$ Revised 10/08/03 Contract No. 3667-9 Page 124 of 154 Pages Each terminal compartment shall be fitted with a terminal block containing a minimum of 12 poles, each with 2 screw type terminals. Each terminal shall be designed to accommodate at least 5 No. 14 conductors. A cover shall be provided on the compartment to give ready access to the terminal block. Where used to bracket mount signals, the terminal compartment shall be designed to bolt securely to a pole or standard. The horizontal dimension of mounting assembly members between the vertical centerline of the terminal compartment or slip-fitter and the vertical centerline of each signal face, shall not exceed 280 mm (ll”), except where required to provide proper signal face alignment or permit programming of programmed visibility signal faces or when otherwise directed by the Engineer. Each mounting assembly shall be oriented to provide maximum horizontal clearance to the adjacent roadway. All mounting assembly members shall be either plumb or level, symmetrically arranged and securely assembled. Construction shall be such as to permit all conductors to be concealed. Mounting assemblies shall be watertight and free of sharp edges or protrusions which might damage conductor insulation. For post-top mounting of signals, a slip-fitter shall be used. Slip-fitter shall fit over a 115 mm (41/2‘‘) outside diameter pipe or tapered standard end. Each slip-fitter shall be provided with cadmium- plated steel set screws, arranged as shown on the plans. Each slip-fitter used to post-top mount signals with brackets shall be provided with an integral terminal compartment. Each mounting assembly shall be provided with positive locking, serrated fittings, which when mated with similar fittings on the signal faces shall prevent faces from rotating. Fittings shall permit fastening at increments of not more than 7 degrees. Signal faces shall not be installed at any intersection until all other signal equipment, including the complete controller assembly, is in place and ready for operation at that intersection, except that the signal faces may be mounted if they are not directed toward traffic or if they are covered. 209-4.09 Flashing Beacons. Each beacon shall consist of a single section traffic signal face, conforming to the provisions in Section 209-4.01, “Vehicle Signal Faces,” with yellow or red lens as shown on the plans. The beacon flasher unit shall be independent of the intersection flasher unit. Reflective sheeting for W41 “Signal Ahead” signs, mounted on flashing beacons, shall be prismatic lens reflective sheeting (Diamond Grade or equal). 209-4.09A Backplates. Each beacon shall be provided with a backplate conforming to the requirements in Section 209-4.03, “Backplates.” 209-4.098 Visors. Each beacon shall be provided with a full circle type visor conforming to the requirements in Section 209-4.01 D, “Visors.” 209-4.09C Flashing Beacon Control Assembly. Each flashing beacon control assembly shall consist of switches, circuit breakers, terminal blocks, flasher, dimming relay, wiring and electrical components necessary to provide proper operation of the beacons, all housed in a single enclosure. 209-4.09C(l) Enclosure. The enclosure shall be NEMA Type 3R, and shall be provided with dead front panel and a hasp to permit padlocking of the cover. The padlock will be furnished by others. The enclosure shall be hot-dip galvanized or, at the option of the Contractor, shall be provided with a factory applied rust resistant prime coat and finish coat. 209-4.09C(2) Circuit Breakers and Switches. A 15-A circuit breaker shall be installed to control each ungrounded conductor entering the enclosure. A switch to permit manual operation of the sign lighting circuit shall be provided. Switches shall be of the single-hole-mounting toggle type, single- pole, single-throw, rated at 12 A, 120 V. Switches shall be furnished with an indicating nameplate reading “Auto - Test” and shall be connected in parallel with the load contacts of the photoelectric control circuit. A 15-A circuit breaker may be used in place of the toggle switch. em $4 Revised 10/08/03 Contract No. 3667-9 Page 125 of 154 Pages 209-4.09C(3) Flasher. The flasher shall meet the requirements of Section 8, “Solid-State Flashers,” of NEMA Standards Publication No. TS 1. The flasher shall be a solid-state device with no contact points or moving parts. The flasher shall provide 2 output circuits to permit alternate flashing of signal faces and shall be capable of carrying a minimum of 10 A per circuit at 120 V. 209-4.096(4) Wiring. Conductors and wiring in the enclosure shall conform to the requirements in Section 209-3.04C, “Cabinet Wiring.” 209-4.09C(5) Terminal Blocks. Terminal blocks shall be rated at 25 A, 600 V, shall be molded from phenolic or nylon material and shall be the barrier type with plated brass screw terminals and integral type marking strips. 209-4.09C(6) Dimming Relay. A heavy duty dimming relay shall be provided to reduce the voltage to the lamps at night. Heavy duty relays shall be designed for continuous duty. Relays shall operate during ambient temperatures from -1 8°C to 71 “C (0” to 160°F). Each relay shall operate in the 8-pin Jones-type socket shown on the plans. Relays shall be provided with double-pole, double-throw contacts. Contact points shall be of fine silver, silver-alloy, or superior alternative material. Contact points and contact arms shall be capable of operation for 250,000 cycles with 20 A of tungsten load per contact at 120 V, 60 Hz AC. Coils shall have a power consumption of 10 V.A or less and shall be designed for continuous duty on 120 volts AC. Heavy duty relays shall be enclosed with a removable, clear plastic cover. 209-5 DETECTORS 209-5.01 Vehicle Detectors. Vehicle detectors shall be the type or types shown on the plans. All sensor units, control units, and amplifiers shall meet the requirements of California Test 675. The units shall not be affected by transient voltages when tested in accordance with California Test 667. After a power interruption the units shall return to normal operation within one minute. Each unit shall be provided with a light or meter, for each output circuit, to indicate when the detector is detecting a vehicle. Each detector shall operate over the range of voltages from 100 volts to 135 volts at 60 Hz. Circuitry shall be solid-state except relays with normally closed contacts may be used for the output circuit. Units shall be designed to provide ease of maintenance with easily accessible electronic components. Each detector shall provide vehicle detection without readjustment from -18°C to 71°C (0” to 160°F). Units shall use printed circuit boards designed to facilitate identification of components. This shall be done by either part identification markings or by providing a pictorial diagram showing physical location and identification of each component. Each printed circuit board shall have the following minimum quality requirements: NEMA FR-4 glass cloth base epoxy resin board, 1.5 mm (1/1() minimum thickness, organic solder masking and gold plated contacts. lntercomponent wiring shall be copper track with a minimum mass of 600 g/m2 (2 odft?). Printed circuit design shall be such that components may be removed and replaced without permanent damage to boards or tracks. Splices shall conform to the provisions in Section 209-2.09, ‘Wiring.” 209-5.01 A Inductive Loop Detectors. Inductive loop detectors shall conform to the following: 209-5.01 A(l) General. The term “inductive loop detector” applies to a complete installation consisting of a loop or group of loops installed in the roadway, as shown on the plans, lead-in cable and a sensor unit with power supply installed in a controller cabinet. @ Revised 10/08/03 Contract No. 3667-9 Page 126 of 1 54 Pages 209-5.01 A(3) Sensor Unit Construction. “Card” type sensor units shall conform to the requirements in “Traffic Signal Control Equipment Specifications,’’ issued by the State of California, Department of Transportation, and to all addendums thereto current at the time of project advertising. Shelf mounted sensor units shall conform to the requirements in Section 11 of the NEMA Standards Publication No. TS 1. Capacitors or inductors necessary for loop tuning shall not be mounted external to the sensor unit. 209-5.01 A(4) Construction Materials. Conductor for each inductive loop detector shall be continuous and unspliced and shall conform to one of the following: Type 1 loop wire shall be Type RHW-USE neoprene-jacketed or Type USE cross-linked polyethylene insulated, No. 12, stranded copper wire. The minimum insulation thickness at any point shall be 1 .O mm (40 mils). Type 2 loop wire shall consist of a conductor inside of plastic tubing. The conductor shall be Type THWN or Type XHHW, No. 14, stranded copper wire. The tubing shall be polyethylene or vinyl, rated for use at 105OC, and shall be resistant to oil and gasoline. The tubing shall have a maximum outside diameter of 7 mm (0.27“) and a minimum wall thickness of 0.71 mm (0.028“). The conductors shall not be spliced inside the tubing. Conductors for loop detector lead-in cable shall be 2 No. 16 (19 x 29) stranded tinned copper. Loop detector lead-in cable shall conform to the calculated cross sectional area of ASTM Designation: 6 286, Table 1. The lead-in cable shall conform to one of the following: Type 6 lead-in cable shall be insulated with 0.5 mm (20 mils) of high-density polyethylene. The conductors shall be twisted together with at least 6 turns per meter and the twisted pair shall be protected with a copper or aluminum polyester shield. A No. 20, minimum, copper drain wire shall be provided and connected to the equipment ground within the cabinet. The cable shall be provided with a high-density polyethylene or high-density polypropylene outer jacket with a nominal thickness of 0.8 mm (35 mils). An amorphous interior moisture penetration barrier of nonhydroscopic polyethylene or polypropylene fillers shall be provided. Type C lead-in cable shall conform to International Municipal Signal Association (IMSA) Specification No. 50-2. A No. 20, minimum, copper drain wire shall be provided and connected to the equipment ground within the cabinet. 209-5.01 A(5) Installation Details. Installation and tests shall conform to the details and notes shown on the plans. Unless shown otherwise each loop shall consist of 3 turns of conductor as specified in Section 209-5.01 A(4), “Construction Materials.” Slots cut in the pavement shall be washed clean, blown out and thoroughly dried before installing conductors. Residue resulting from slot cutting operations shall not be permitted to flow across shoulders or lanes occupied by public traffic and shall be removed from the pavement surface before any residue flows off of the pavement surface. Residue from slot cutting operations shall be disposed of outside the highway right of way in accordance with Section 7-8.1 , “Cleanup and Dust Control.” After conductors are installed in the slots cut in the pavement, the slots shall be filled with sealant to within 3 mm (’/;I) of the pavement surface. The sealant shall be at least 25 mm (1“) thick above the top conductor in the saw cut. Before setting, surplus sealant shall be removed from the adjacent road surfaces without the use of solvents. The sealant for filling slots shall conform to the following: 4w ks Revised 10/08/03 Contract No. 3667-9 Page 127 of 154 Pages Property Measuring Standard (ASTM Designation) ASTM D 3407, Sec. 5 Cone Results Conditions 3.5 mm, max. 25"C, 150 g, 5 s I I . Softening I ASTM D 36 I 82 "C, min. I Penetration Flow, 60°C Resilience ASTM D 3407, Sec. 6 ,ASTM D 3407, Sec. 8 25%, min. 25°C 5 mm, max. Point, Ductility, Flash Point, The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type melting unit. Temperature of the heat transfer medium shall not exceed 245°C (475°F). Application of the hot- melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied when the pavement surface temperature is greater than 4°C (40°F). Hot-melt sealant shall be packaged in containers clearly marked "Detector Loop Sealant'' and specifying the batch and lot number of the manufacturer. ASTM D 113 300 mm, min. 25"C, 50 mm/min ASTM D 92 288 "C, min. Loop conductors shall be installed without splices and shall terminate in the nearest pull box. The loops shall be joined in the pull box in combination of series and parallel so that optimum sensitivity is obtained at the sensor unit. Final splices between loops and lead-in cable shall not be made until the operation of the loops under actual traffic conditions is approved by the Engineer. All loop conductors for each direction of travel for the same phase of a traffic signal system, in the same pull box, shall be spliced to a detector lead-in cable which shall be run from the pull box adjacent to the loop detector to a sensor unit mounted in the controller cabinet. All loop conductors for traffic monitoring shall terminate in a pull box or terminal strip in the traffic monitor station cabinet when a cabinet of that type is installed. Conductors for inductive loop traffic signal and traffic monitoring installations shall be identified and banded, in pairs, by lane, in the pull box adjacent to the loops and near the termination of the conductors in the controller or traffic monitoring station cabinet. Bands shall conform to the provisions in Section 209-2.09, "Wiring." COC, "C Viscosity, Brookfield Thermosel, If asphalt concrete surfacing is to be placed, the loop conductors shall be installed prior to placing the uppermost layer of asphalt concrete. The conductors shall be installed, as shown on the plans, in the compacted layer of asphalt concrete immediately below the uppermost layer. Installation details shall be as shown on the plans, except the sealant shall fill the slot flush to the surface. ASTM D 4402 2.5-3.5 Paas No. 27 Spindle, 20 rpm, 1 9ooc, 209-5.01 6 Emergency Vehicle Pre-Emption Detector System. Each emergency vehicle preemption detector system shall conform to the details shown on the plans and these special provisions and shall consist of an optical emitter assembly or assemblies located on the appropriate vehicle and an optical detector/discriminator assembly or assemblies located at the traffic signal. Each system shall permit detection of Class II emergency vehicles. Class II emergency vehicles shall be capable of being detected at any range up to 2,500 feet from the optical detector. @ Revised 10/08/03 Contract No. 3667-9 Page 128 of 154 Pages 209-5.01 B(1) Optical Emitter Assembly. unit, an emitter control unit and connecting cables and shall conform to the following: Each optical emitter assembly, including lamp, shall be designed to operate over an ambient temperature range of -34~C to 74~C at both modulation frequencies and to operate continuously at the higher frequency for a minimum of 3,000 hours at 25pC ambient before failure of lamp or any other component. Each optical emitter assembly shall consist of an emitter Each emitter unit shall be controlled by a single, maintained-contact switch on the respective emitter control unit. The switch shall be capable of being positioned in a readily accessible location to the vehicle driver. The control unit shall contain a pilot light to indicate that the emitter power circuit is energized and shall be capable of generating only Class II modulating code. Functional Requirements. Each emitter unit shall transmit optical energy in one direction only. The signal from each emitter unit shall be capable of being detected at a distance of 2,500 feet when used with a standard optical detection/discriminator assembly. The modulation frequency for Class II signal emitters shall be 14.035 Hz k 0.003 Hz. The standard optical detection/discriminator assembly to be used in conducting the range tests shall be available from the manufacturer of the system. A certified performance report shall be furnished by the contractor with each assembly. The emitter unit shall be configured with a grating to provide precise directionality control. Electrical Requirements. Each optical emitter assembly shall be capable of providing full light output with input voltages between 10 and 16 volts DC. An optical emitter assembly shall not be damaged by input voltages up to 7.5 volts DC about the supply voltage. The optical emitter assembly shall not generate voltage transient, on the input supply, which exceeds the supply voltage by more than 4 volts. Each optical emitter assembly shall not consume more than 100 watts at 17.5 volts DC and shall have a power input circuit breaker rated at 10 to 12 amperes, 12 volts DC. The design and circuitry of each emitter unit shall permit its use on vehicles with either negative or positive ground without disassembly or rewiring of the unit. Mechanical Requirements. Each emitter unit shall be housed in a weatherproof, corrosion- resistant housing. The housing shall be provided with facilities to permit mounting on various types of vehicles and shall have provision for proper alignment of the emitter unit and for locking of the emitter unit into proper alignment. Each emitter control unit shall be provided with appurtenant hardware to permit its mounting in or on an emergency vehicle or mass transit vehicle. Where required for certain emergency vehicles, the emitter control unit and all exposed controls shall be weatherproof. Each emitter shall include a multi-purpose port compliant with the SAE J1708 communication standard to enable unit configuration to be set into the emitter and read from the emitter. 209-5.01 B(2) Optical Detection/Discriminator Assembly. Optical detectionldiscriminator assembly shall consist of one or more optical detectors, connecting cable and a discriminator module and conform to the following: Each such assembly, when used with standard emitters, shall have a range of up to 2,500 feet for Class II signals. Standard emitters for Class II signals shall be available from the manufacturer of the system. Range measurements shall be taken with all range adjustments on the discriminator module set to “maximum”. Revised 10/08103 Contract No. 3667-9 Page 129 of 154 Pages 209-5.01 B(3) Optical Detector. Each optical detector shall be a waterproof unit capable of receiving optical energy from one or two separately aimable directions. The horizontal angle between the two directions shall be variable from 5 degrees to 180 degrees. The reception angle for each photocell assembly shall be a maximum of 8 degrees in all directions about the aiming axis of the assembly. Measurements of reception angle will be taken at a range of 2,500 feet for a Class II emitter. All internal circuitry shall be solid state and electrical power shall be provided by the associated discriminator module. Each optical detector shall be contained in a housing, which shall include one or two rotatable photocell assemblies, an electronic assembly and a base. The base shall have an opening to permit its mounting on a mast arm. Each optical detector shall weigh no more than 2.5 pounds and shall present a maximum wind load area of 36 square inches. The housing shall be provided with weep holes to permit drainage of condensed moisture. Each optical detector shall be installed, wired and aimed as specified by the manufacturer. 209-5.01 B(4) Optical Detector Cable. Optical detector cable shall meet the requirements of IPCEA-S-61-402/NEMA WC 5, Section 7.4, 600 volt control cable, 759C, Type B and the following: The cable shall contain three conductors, each of which shall be AWG #20 (7x28) stranded, tinned copper with low-density polyethylene insulation. Minimum average insulation thickness shall be 25 mils. The insulation of individual conductors shall be color coded as follows: Yellow Detector Signal #1 Blue Detector Signal #2 Orange Power (+) Bare (Drain) - Common or Ground The shield shall be either tinned copper braid or aluminized polyester film with a nominal 20 percent overlap. Where the film is used, a AWG #20 (7x28) standard, tinned, bare drain wire shall be place between the insulated conductors and the shield and in contact with the conductive surface of the shield The jacket shall be black polyvinyl chloride with a minimum rating of 600 volts and 80~C and a minimum average thickness of 45 mils. The jacket shall be marked as required by IPCEA/NEMA. The finished outside diameter of the cable shall not exceed 0.3 inches. The capacitance of the optical detector cable, as measured between any conductor and the other conductors and the shield, shall not exceed 14.3 microfarads per 1000 feet. The characteristic impedance of the optical detector cable shall be 0.6 ohms per 1000 feet. 209-5.01 B(5) Discriminator Module. Each discriminator module shall be designed to be compatible and usable with Model 170 controller unit and to be mounted in the input file of a Model 332 controller cabinet, and shall conform to the requirements of Chapter 1 of the State of California, Department of Transportation, “Traffic Signal Control Equipment Specifications”, dated January 1989, and to all addenda thereto current at the time of project advertisement. Revised 10/08/03 Contract No. 3667-9 Page 130 of 154 Pages Each discriminator module shall be capable of operating one or two channels and shall be capable of: 1. Receiving Class II signals at a range of up to 2,500 feet. e 2. Decoding the signal on the basis of frequency at 14.035 Hz k 0.003 Hz for Class II signals. 3. Establishing the validity of received signals on the basis of frequency and length of time received. A signal shall be considered valid only when received for more than 0.50 seconds. No combination of Class I signals shall be recognized as a Class II signal regardless of the number of signals being received, up to a maximum of ten signals. Once a valid signal has been recognized, its effect shall be held by the module in the event of temporary loss of the signal for a period adjustable from 4.5 seconds to 11 seconds in at least 2 steps at 5 k 0.5 seconds and 10 k 0.5 seconds. 4. Providing an output for each channel that will result in "low" or grounded condition of the appropriate input of a Model 170 controller unit. For Class II signals the output shall be steady, Each discriminator module shall be powered from 115 volt (95 volts AC to 135 volts AC), 60 Hz mains and will contain an internal, regulated power supply that supports up to twelve optical detectors. Electric power, one detector input for each channel and one output for each channel, shall terminate at the printed circuit board edge connector pins listed below. Board edge connector pin assignments shall be as follows: Pins A D E - F K L M N Function Ground Channel A primary detector input Detector 24 VDC power output Channel A output, collector (+) Channel A output, emitter (-) Channel B primary detector input Detector ground Earth ground AC - (in) AC + (in) Pins P R S T U V w X Y Z - Function Not used Detector 24 VDC power output Not used Not used Not used Detector ground Channel B output collector (+) Channel B output emitter (-) Not used Not used Two auxiliary inputs for each channel shall enter each module through the fr.ont panel connector. Pin assignment for the connector shall be as follows: - Pins Function 13 14 15 28 Auxiliary detector 2 input, Channel A Auxiliary detector 1 input, Channel B Auxiliary detector 2 input, Channel B Auxiliary detector 1 input, Channel A Each channel output shall be an optically isolated NPN open collector transistor capable of sinking 50 milliamperes at 30 volts and shall be compatible with Model 170 controller unit inputs. Each discriminator module shall be provided with means of preventing transients received by the detector from affecting the Model 170 controller assembly. ?@ Revised 10/08103 Contract No. 3667-9 Page 131 of 154 Pages Each discriminator module shall have a single connector board, shall be capable of being inserted into the input file of a Model 332 cabinet and shall occupy one slot width of the input file. The front panel of each module shall have a handle to facilitate withdrawal and the following controls and indicators for each channel: 1. A Command (High) and Advantage (Low) solid-state LED indicator for each channel to display active calls. 2. A test switch for each channel to test proper operation of Command or Advantage priority. 3. A single confirmation light control output for each channel. These outputs shall be user configurable through software for a variety of confirmation light sequences. The front panel shall be provided with a single circular, bayonet-captured, multi-pin connector for two auxiliary detector inputs for each channel. Connector shall be a mechanical configuration equivalent to a D-Shell44-Pin front panel. Wiring for a Model 332 cabinet shall conform to the following: Slots 12 and 13 of the input file “J” shall be wired to accept a two-channel module. Field wiring for the primary detectors, except 24-volt DC power, shall terminate on either terminal board TB-9 in the controller cabinet or on the rear of input file “J”, depending on cabinet configuration. Where TB-9 is used, position assignments shall be as follows: Position Assiqnment 4 Channel A detector input, 1 st module (Slot J-12) 5 7 8 Channel B detector input, 1 ‘‘ module (Slot J-12) Channel A detector input, 2”d module (Slot J-13) Channel B detector input, 2”d module (Slot J-13) The 24 volt cabinet DC power shall be available at Position 1 of terminal board TB-1 in the controller cabinet. All field wiring for the auxiliary detectors shall terminate on terminal board TB-0 in the controller cabinet. Position assignments are as follows: Position Assiqnment 7 +24VDC from (J-13EI 8 Detector ground from’ (J-l3K) 9 10 11 12 Channel A auxiliary detector input 1 Channel A auxiliary detector input 2 Channel B auxiliary detector input 1 Channel B auxiliary detector input 2 The contractor shall demonstrate that all of the components of the system will perform satisfactorily as a system. Satisfactory performance shall be determined using the following test procedure: 1. 2. 3. 4. Each system to be used for testing shall consist of an optical emitter assembly, an optical detector, at least 200 feet of optical detector cable and a discriminator module. The discriminator modules shall be installed in the proper input file slot of Model 332 controller cabinet. The controller cabinet, together with a Model 170 controller unit with the appropriate operating program, a Model 21 0 monitor unit and 120 volt AC power, will be available as shown on the plans and as indicated elsewhere in these special provisions. One test shall be conducted using a Class II signal emitter and a distance of 2,500 feet between the emitter and the detector. All range adjustments on the module shall be set to “Maximum” for each test. Each test shall be conducted for a period of one hour, during which the emitter shall be operated for 30 cycles, each consisting of a one minute “on” interval and a one minute “off” interval. During the total test period: (A) the emitter signal shall cause the proper response from the Model 170 controller unit during each “on” interval and (B) there shall be no improper operation of either the Model 170 controller unit or the monitor during each “off‘ interval. @ Revised 10/08/03 Contract No. 3667-9 Page 132 of 154 Pages 209-5.01C Video Detection System. The video detection system shall consist of one (1) video camera and one (1) video detection processor (VDP) for each vehicle approach. A video monitor and a pointing device shall be housed in the controller cabinet. The system shall include software that detects vehicles in multiple lanes using only the video image. Detection zones shall be defined using only a video menu and a pointing device to place zones on a video image. A minimum of 24 detection zones per camera shall be available. 209-5.01 C(1) Functional Requirements. The VDP shall process video from a single source. The source can be a video camera or a video tape player. The video shall be input to the VDP in RS170 format and shall be digitized and analyzed in real time. The VDP shall detect the presence of vehicles in up to 24 detection zones per camera. A detection zone shall be approximately the width and length of one car. Detection zones shall be programmed via a menu displayed on a video monitor and a pointing device connected to the VDP. The menu shall facilitate placement of the detection zones and setting of zone parameters. A separate computer shall not be required for programming detection zones or to view system operations. The VDP shall store up to three different detection zone patterns. The VDP shall be able to switch to any one of the three different detection zone patterns within one second of user request via menu selection with the pointing device. The VDP shall detect vehicles in real time as they travel across each detection zone. The VDP shall have an RS-232 port for communications with an external computer. The VDP shall accept new detector patterns from an external computer through the RS-232 port when that computer uses the appropriate communications protocol for downloading detector patterns. The VDP shall send its detector patterns to an external computer through the RS-232 port when requested when that computer uses the appropriate communications protocol for uploading detector patterns. A Windows-based software program designed for local or remote connection and providing video capture, real-time detection indication and detection zone modification capability shall be provided with the system. The camera system shall be able to transmit an NTSC video signal, with minimal signal degradation, up to 300m (1000 ft). The VDP shall default to a safe condition, such as a constant call to each active detection channel, in the event of unacceptable interference in the video signal. The system shall be capable of automatically detecting a low visibility condition such as fog and respond by placing all defined detection zones in a constant call mode. A user-selected output shall be active during the low visibility condition that can be used to modify the controller operation if connected to the appropriate controller input modifier(s). The system shall automatically revert to normal detection mode when the low visibility condition no longer exists. 209-5.01 C(2) Operational Requirements. A minimum of 24 detection zones per camera shall be supported and each detection zone can be sized to suit the conditions and the desired vehicle detection region. A single detection zone shall be capable of replacing multiple loops and the detection zone may be AND’ed or OR’ed together to indicate vehicle presence on a single phase of traffic movement. Placement of detection zones shall be done by using a pointing device and a graphical interface built into the VDP and displayed on a video monitor. No separate computer shall be required to program the detection zones. Up to three detection zone patterns shall be saved within the VDP memory and this memory shall be preserved during power outages. The selection of the detection zone pattern for current use shall be done through a menu system. It shall be possible to activate a detection zone pattern for a camera from VDP memory and have the detection zone pattern displayed within one second of activation. When a vehicle is detected crossing a detection zone, the detection zone will flash a symbol on the screen to confirm the detection of the vehicle. Detection shall be at least 98% accurate in good weather conditions and at least 96% accurate under adverse weather conditions (rain, snow or fog). Detector placement shall not be more distant from the camera than a distance of fifteen times the mounting height of the camera. 43 Revised 10/08/03 Contract No. 3667-9 Page 133 of 154 Pages The VDP shall provide up to eight channels of vehicle presence detection through a NEMA TS1 port. The VDP shall provide dynamic zone reconfiguration (DZR) to enable normal detector operation of existing zones except the one being added or modified during the setup process. The VDP shall output a constant call on any detection channel when the corresponding zone is being modified. Detection zone outputs shall be configurable to allow the selection of presence, pulse, extend and delay outputs. Timing parameters of pulse, extend, and delay outputs shall be user definable between 0.1 and 25.0 seconds. Up to six detection zones shall be capable of counting the number of vehicles detected. The count value shall be internally stored for later retrieval through the RS-232 port. The data collection interval shall be user definable in periods of five, fifteen, thirty or sixty minutes. 209-5.01C(3) Hardware Requirements. The VDP shall be housed in a durable metal enclosure suitable for shelf mounting in the side rails of the controller cabinet. The VDP enclosure shall not exceed 180mm (7.1 in) in length and 157mm (6.2 in) in depth. The VDP shall operate satisfactorily in a temperature range of -34°C to +74"C (-29°F to +165"F) and a humidity range of O%RH to 95% RH, non-condensing. The VDP shall be powered by 24 volts DC. VDP power consumption shall not exceed 10 watts. The VDP shall include an RS-232 port for serial communications with a remote computer. This port shall be a 9-pin "D" subminiature connector on the front of the VDP. The front of the VDP shall include one BNC video input connection suitable for RS170 video inputs. The video input shall include a switch-selectable 75-ohm or high impedance termination to allow camera video to be routed to other devices, as well as input to the VDP for vehicle detection. The front of the VDP shall include one BNC video output providing real time video output that can be routed to other devices. 209-5.01C(4) Video Detection Camera. The video camera shall be furnished by the VDP supplier and shall be qualified by the supplier to ensure proper system operation. The camera shall produce useable video image of the bodies of vehicles under all roadway lighting conditions, regardless of time of day. The minimum range of scene luminance over which the camera shall produce a useable video image shall be the minimum range of night time to day time but not less than the range of 0.1 lux to 10,000 lux. The camera shall use a CCD sensing element and shall output monochrome video with resolution of not less than 380 lines vertical and 380 lines horizontal. The camera shall include an electronic shutter control based upon average scene luminance and shall be equipped with a factory adjusted manual iris. The camera shall include a variable focal length lens with variable focus that can be adjusted, without opening the camera housing, to suit the site geometry by means of a portable interface device designed for that purpose and manufactured by the detection system supplier. The horizontal field of view shall be adjustable from 8.1" to 45.9". A single camera configuration shall be used for all approaches in order to minimize setup time and spares required by the user. The camera electronics shall include AGC to produce a satisfactory image at night. The camera shall be housed in a weather-tight sealed enclosure. The camera enclosure shall be able to rotate to allow proper alignment between the camera and the traveled road surface. The camera enclosure shall be equipped with a sun shield. The sun shield shall include a provision for water diversion to prevent water from flowing in the camera's field of view. The camera enclosure with sun shield shall be less than 170mm (6 in) in diameter, less than 380mm (15 in) long, and shall weigh' less than 13.3kg (6 pounds) when the camera and lens are mounted inside the enclosure. The camera enclosure shall include a thermostatically controlled heater to assure proper operation of the lens at low temperatures and to prevent moisture condensation on the optical faceplate of the enclosure. When mounted outdoors in the enclosure, the camera shall operate satisfactorily in range of -34°C to +60°C (-29°F to +14O"F) and a humidity range of 0% RH The camera shall be powered by 120/240 VAC, 50/60 Hz. Power consumption shall less under all conditions. a temperature to 100% RH. be 15 watts or @ Revised 10/08/03 Contract No. 3667-9 Page 134 of 154 Pages Recommended camera placement height shall be 10m (33 ft) above the roadway, and over the traveled way on which vehicles are to be detected. For optimum detection, the camera should be centered above the traveled roadway. The camera shall view approaching vehicles at a distance not to exceed 1 OOm (350 ft) for reliable detection (height:distance ration of 1O:lOO). Camera placement and field of view shall be unobstructed and as noted in the installation documentation provided by the supplier. The camera enclosure shall be equipped with separate, weather-tight connections for power and video cables at the rear of the enclosure. These connections may also allow diagnostic testing and viewing of the video signal at the camera while the camera is installed, using a lens adjustment module supplied by the VDP supplier. Video and power shall not be connected within the same connector. The video signal output by the camera shall be black and white in RS170 or CClR format. The video signal shall be fully isolated from the camera enclosure and power cabling. 209-5.01 C(5) Installation Requirements. The coaxial cable to be used between the camera and the VDP in the controller cabinet shall be Belden 8281 or a 75 ohm, precision video cable with 20 gauge solid bare copper conductor (9.9 ohms/M), solid polyethylene insulating dielectric, 98% (min) tinned copper double-braided shield and black polyethylene outer covering. The signal attenuation shall not exceed 0.78 dB per 30m (1 00 ft) at 10 MHz. Nominal outside diameter shall be 8mm (0.304 in). The coaxial cable shall be a continuous, unbroken run from the camera to the VDP. This cable shall be suitable for installation in conduit or overhead with appropriate span wire. 75 ohm BNC plug connectors shall be used at both the camera and controller. The coaxial cable, BNC connector and crimping tool shall be approved by the supplier of the video detection system, and the manufacturer’s instructions must be followed to ensure proper connection. The power cabling shall be 16 AWG three conductor cable. The cabling shall comply with the National Electric Code, as well as local electrical codes. Cameras may acquire power from the luminaire if necessary. The video detection system shall be installed by supplier factory certified installers and as recommended by the supplier and documented in the installation materials provided by the supplier. Proof of factory certification shall be provided. 209-5.01 C(6) Warranty. The supplier shall provide a limited two year warrant on the video detection system. See supplier’s standard warranty included in the Terms and Conditions of Sale documentation. During the warranty period, technical support shall be available from the supplier via telephone within four hours of the time a call is made by the user. This support shall be made available from factory certified personnel or factory certified installers. During the warranty period, updates to the VDP software shall be made available from the supplier without charge. 0 209-5.01 C(7) Maintenance and Support. The supplier shall maintain an adequate inventory of parts to support maintenance and repair of the video detection system. These parts shall be made available for delivery within 30 days of placement of an acceptable order at the supplier’s current pricing and terms of sale for said parts. The supplier shall maintain an ongoing program of technical support for the video detection system. This technical support shall be available via telephone, or via personnel sent to the installation site upon placement of an acceptable order at the supplier’s current pricing and terms of sale for on site technical support services. Installation or training support shall be provided by a factory authorized representative. All product documentation shall be written in the English language. The contractor shall ensure the presence of a factory authorized representative at the time of traffic signal turn-on. 209-5.02 Pedestrian Push Button Assemblies. Where shown on the plans, pedestrian push button assemblies of substantial tamper-proof construction and signs shall be furnished and installed. The housing shall be either die-cast or permanent mold cast aluminum, or when specified shall be ultraviolet stabilized, self-extinguishing structural plastic. Plastic housings shall be black matching Color No. 17038, 27038 or 37038 of Federal Standard No. 5958, and shall be colored throughout. The assembly shall be rainproof and shall be shockproof in any weather condition. The pedestrian push button switch shall be a phenolic enclosed precision snap-acting type, single- pole, double-throw, switching unit, with screw type terminals, rated 15 A at 125 volts AC, and shall have the following characteristics: 0 @ Revised 10/08/03 Contract No. 3667-9 Page 135 of 154 Pages 1. 2. 3. 4. 5. 6. Switching unit shall have a stainless steel plunger actuator and shall be provided with U-frame to permit recessed mounting in push button housing. Switch shall have an operating force of 2.5 N (9 oz.) to 3.6 N (1 3 oz.) and a minimum release force of one newton (4 oz.). Pretravel shall be 0.4 mm (1/64“) maximum. Over travel shall be 6 mm (7/32L‘) minimum. Differential travel shall be 0.01 mm (0.0004”) to 0.05 mm (0.002”). Actuator shall have a minimum diameter of 50 mrn (2“). Where a pedestrian push button is attached to a pole, the housing shall be shaped to fit the curvature of the pole and secured to provide a rigid installation. Saddles shall be provided to make a neat fit when required. Where a pedestrian push button is to be mounted on top of a Size 65 (21/2”) diameter post, the housing shall be provided with a slip-fitter fitting and screws for securing rigidly to the post. Pedestrian push button signs shall be porcelain enameled metal or structural plastic. Push button and sign shall be installed on the crosswalk side of the pole. Arrows on push button signs shall point in the same direction as the corresponding crosswalk. Where Type A push buttons are specified, each push button assembly shall be equipped with red and green indicator lamps. Lamps shall be so connected that, when the push button has been activated, the red lamp shall be energized and continue so until the next pedestrian walk interval, at which time the green lamp shall be energized in lieu of the red lamp. At the termination of the pedestrian walk interval, the lamps shall be de-energized until the next actuation of the push button. Lenses for the lamps shall have a visible diameter of approximately 32 mm (l’//) and a length of approximately 22 mm (7/811). On the Type A or Type B push button assembly, the sign shall attach to and be securely supported by the framework. With Type C pedestrian push buttons, the instruction sign shall be mounted, using 2 straps and saddle brackets, on the same standard as the push button assembly. Straps and saddle brackets shall be as shown on the plans and shall be corrosion-resisting chromium nickel steel conforming to the specifications of ASTM Designation: A 167, Type 302. Bolts shall be stainless steel with a chromium content of at least 17 percent and a nickel content of at least 8 percent. Bolts shall NOT be theft-proof. 209-7 REMOVING, REINSTALLING OR SALVAGING ELECTRlCAL EQUIPMENT 209-7.01 Removing Electrical Equipment. Attention is directed to Section 7-9, “Protection and Restoration of Existing Improvements.” Existing electrical equipment shown on the plans or specified in these special provisions to be removed and not reused or salvaged, and pull boxes, conduit and detector frames not reused, shall become the property of the Contractor and shall be removed from the street right of way in accordance with the provisions in 300-1, “Clearing and Grubbing,” except, if not interfering with other construction, underground conduit may be abandoned in place after all conductors have been removed. Care shall be exercised in salvaging equipment so that it will not be damaged or destroyed and will remain in its existing condition whenever possible. Mast arms shall be removed from standards. Luminaires, signal heads, and signal mounting assemblies shall be removed from standards and mast arms. Attention is directed to the provisions in Section 7-9, “Protection and Restoration of Existing Improvements” and 300-1.2, “Preservation of Property.” The Contractor will be required to repair or replace, at the Contractor’s expense, any electrical equipment to be salvaged which, as determined by the Engineer, has been damaged or destroyed by reason of the Contractor’s operations. Attention is directed to the provisions in Section 209-2.03, “Foundations,” regarding foundations to be abandoned or removed. Holes resulting from removing pull boxes and detector frames shall be filled with material equivalent to the surrounding material. ?@ Revised 10/08/03 Contract No. 3667-9 Page 136 of 154 Pages 209-7.02 Reinstalling Removed Electrical Equipment. When removed electrical equipment is to be reinstalled, the Contractor shall furnish and install all necessary materials and equipment, including signal mounting assemblies, anchor bolts, nuts, washers and concrete as required to complete the new installation. All traffic signal and flashing beacon faces to be reinstalled or to be part of a modified system shall be cleaned and relamped. All luminaires and sign lighting fixtures to be reinstalled shall be cleaned and relamped. Existing materials required to be relocated and found to be unsatisfactory by the Engineer shall be replaced by new material and the cost therefore will be paid for as extra work as provided in Section 3-3, “Extra Work.” 0 209-8 PAYMENT 209-8.01 Payment. The contract bid prices for Video Detection and Traffic Signal Detector Loops shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing, energizing, and integrating the systems, as shown on the plans, as specified in these special provisions, and as directed by the Engineer, including any necessary pull boxes (except when the type required is shown as a separate contract item); excavation and backfill; concrete foundations (except when shown as a separate contract item); pedestrian barricades; installing Agency-furnished sign panels on pedestrian barricades, on flashing beacon standards, and on traffic signal mast arms; restoring sidewalk, pavement and appurtenances damaged or destroyed during construction; salvaging existing materials; and making all required tests. Full compensation for all additional materials and labor, not shown on the plans or specified, which are necessary to complete the installation of the various systems, shall be considered as included in the prices paid for the systems, or units thereof, and no additional compensation will be allowed therefore, except as provided in Section 209-1.05, “Maintaining Existing and Temporary Electrical Systems.” When shown as a contract item, the contract price paid per meter for cast-in-drilled-hole concrete pile (signal foundation) shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in constructing reinforced concrete pile foundations of the size shown on the Engineer’s Estimate, including drilling holes, disposing of the material resulting from drilling holes, furnishing and placing anchor bolt assemblies and reinforcing steel, complete in place, as shown on the plans, and as specified in these special provisions and as directed by the Engineer. When shown as a contract item, non-reinforced portland cement concrete foundations will be measured and paid for in the manner as provided in Section 303-1.1 1 , “Payment.” When shown as a separate contract item by the lump sum or per bid item linear measurement, interconnection conduit and conductor shall include all interconnection conductors, but shall only include conduit and pull boxes containing interconnection conductors and no other conductors. The quantity of interconnection conduit and conductor to be paid for by the lump sum bid or the bid item linear measurement shall be the length of that conduit. Compensation for conduit containing interconnection conductors and other conductors shall be considered as included in the contract price paid for the item requiring the other conductors. Full compensation for furnishing, installing, maintaining and removing falsework lighting equipment shall be considered as included in the contract prices paid for the items of work involved in the structure which requires the falsework lighting and no additional compensation will be allowed therefore. 0 Revised 10/08/03 Contract No. 3667-9 Page 137 of 154 Pages SECTION 21 0 - PAINT AND PROTECTIVE COATINGS and 3 m (1 0’) Post Spacing Fencina Erosion Control Fence with 1.8 m (6’) Post Spacing and No Wire 210-1 PAINT. 200w s 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follows: Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chevrons, and curbs shall be rapid dry water borne conforming to CALTRANS Specification No. PTWB-01. Paint for pavement legends, pavement symbols, pavement arrows, cross walks, parking stall markings and stop bars shall be alkyd thermoplastic conforming to CALTRANS Specification No. 8010-19A. Glass beads shall be applied to the surface of the rapid dry water borne paint and the molten thermoplastic material and shall conform to the requirements of CALTRANS Specification No. 801 0-004 (Type 11). CALTRANS Specifications for water borne paint, thermoplastic material and glass beads may be obtained from the CALTRANS Transportation Laboratory, P.O. Box 19128, Sacramento, CA 9581 9, telephone number (91 6) 227-7000. SECTION 213 - ENGINEERING FABRICS 213-2 GEOTEXTILES. 213-2.1 General. approved equal. Geotextile types shall be used for the applications listed in Table 21 3-2.1 (A) Add the following: Geotextile used for base stabilization shall be Mirafi 600X or TABLE 213-2.1(A) GEOTEXTILE APPLICATIONS Application of Geotextile Separation of Soil and Street Structural Section Separation of Soil and Subsurface Aggregate Drain Reinforcement of Street Structural Section L Remediation and Separation of Soil Reinforcement of Soil Drainage at the Interface of Soil Structures Drainaae at the Interface of Soil and Structures Rock Slope Protection Fabric for Rock Sizes Below 225 kg (% Ton) Rock Slope Protection Fabric for Rock Sizes Including and Above 225 kg (% Ton) Plant Protection Covering Erosion Control Fence with 14 AWG - 150 mm x 150 mm (6”x6”) Wire ~~ ~ Type Designation 9ow s 180N 200w s 270W S 270W S NIA NIA 180N 250N 90N 9ows @ Revised 10/08/03 Contract No. 3667-9 Page 138 of 154 Pages SECTION 214 PAVEMENT MARKERS Type TFPM 0 214-5 REFLECTIVE PAVEMENT MARKERS Manufacturer of Distributor DAPCO Davidson Plastics Company, 18726 East Valley Highway, Kent, Washing ton 98032 , Telephone (206) 251 -81 40. Add the following section: 214-5.1 Temporary Reflective Pavement Markers. Temporary pavement markers shown on the plans and required in the specifications shall be one of the types shown in Table 214-5.1 (A), or equal thereto. Type Safe-Hit SH236MA Carsonite "Super Duck" SDF-436 Repo "The Replaceable Post" Manufacturer of Distributor Safe-Hit Corporation 1930 West Winton Avenue, Building #11 Hayward, CA 94545 Telephone (41 5) 783-6550 Carsonite International Corporation 2900 Lockheedway Carson City, NV 89701 Telephone (702) 883-51 04 Western Highway Products P.O. Box 7 Stanton, CA 90680 Add the following section: 14-52 Permanent Reflective Channelizer. Reflective Channelizer shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Reflective channelizer posts shall be orange in color. Reflective channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm in size. The reflective sheeting shall be visible at 300 m at night under illumination of legal high beam headlights, bv persons with vision of or corrected to 20/20. Reflective channelizer shall be one of the types shown In Table 21 4-5.2(A), or equal thereto. 0 TABLE 214-5.2(A) The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of Section 2-5.3.3 "Submittals". Said certificate shall certify that the permanent reflective channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the engineer and were manufactured in accordance with the approved quality control program. Revised 10/08/03 Contract No. 3667-9 Page 139 of 154 Pages SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-2 UNCLASSIFIED EXCAVATION. 300-2.1 General. add the following: Unclassified excavation shall include removal and disposal of material, recompaction, mixing, grading for mitigation work, trenching and backfilling of storm drains, sewers, other utilities, disposal of unsuitable materials, all cut and fill including removal and recompaction of unsuitable soil, salvaging clean excavated material and filling areas to the required grades and cross section. Unclassified excavation shall be utilized onsite to make all fills shown on the plans. Unclassified excavation shall also include scarification and moisture adjustment and compaction of the top 300 mm (1') of the subgrade in the roadway prism in cut areas to 95 percent relative compaction, wetland mitigation grading and attendant work, export of remaining excess material to a disposal site or spoil area acquired by the Contractor and pumping and disposal of storm and ground water. 300-2.2 Unsuitable Material. 300-2.2.1 General. add the following: Unsuitable material removal and recompaction shall consist of excavating, disposing of, and recompacting loose soils in areas as directed by the Engineer. The existing loose soils shall be removed by the Contractor until a firm unyielding surface is exposed or to a depth determined by the Engineer. If the excavated material contains 4%, or more, water than the optimum moisture content the Contractor shall blend the wet soil with soils having a lower moisture content and/or spread the excavated material in a manner that enables the material to dry to optimum moisture content. The cost of spreading and/or drying shall be included in the contract unit price for "Remove and Replace 5" AC on 7" AB". The excavated material shall be placed and compacted in accordance with section 300-4 of the specifications except that section 300-4.9, Measurement and Payment, shall not apply. 300-2.2.1 General. add the following to the first paragraph: Such direction may include, but is not limited to, directing the Contractor to blend, adjust moisture content of, rework, and place unsuitable soils at specific locations or elevations on the site. Add the following section: 300-2.2.3 Compressible Soil. Compressible soils such as existing uncontrolled or unacceptable fill, alluvium, and colluvium may exist within portions of the Project site. Where required by the Engineer, the Contractor shall remove such compressible soils from areas to receive fill or from areas upon which surface improvements are to be placed. The removal and disposal of such compressible soils shall be paid for at the Contract Unit Price for "Remove and Replace 5" AC on 7" AB" unless it is considered otherwise unsuitable by the Engineer in which case it may be paid for in accordance with section 300-2.2.1. # Revised 10/08/03 Contract No. 3667-9 Page 140 of 154 Pages 300-2.2.4 Instability of Cuts. Add the following: The Contractor shall remove additional material as directed by the Engineer to improve the stability of excavated cuts. The removal of such excavated material shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer, in which case it will be paid for in accordance with Subsection 300-2.2.1. 300-2.5 Slopes. add the following: The hinge points (the top and bottom) of slopes shall be located within 75 mm (0.25’) of the locations shown on the plans. 300-2.5 Slopes. add the following: after the first sentence of the first paragraph: A slope shall be defined as any area steeper than three horizontal to one vertical. 300-2.6 Surplus Material. add the following: The Contractor shall haul and dispose of all surplus material from the project. The Contractor shall utilize highway legal haul trucks for this export of material from the project site and to a site secured by the Contractor. No earth moving equipment or special construction equipment, as defined in section 565 of the California Vehicle Code, will be allowed for hauling material on public streets. 300-2.8 Measurement. delete the second paragraph relating to materials removed from stockpiles and add the following: Unclassified Excavation shall be measured based on the volume it occupies in its original position before excavating. The measurement shall be from the original ground contours after clearing and grubbing and the bottom of areas of excavation to the design elevations shown on the plans or actual ground contours existing in borrow sites after excavation or those for removal and recompaction of alluvial and colluvial materials or those for materials excavated to improve the stability of cuts, whichever is lower in elevation. No excavated material which is re-excavated will be measured for payment. Materials excavated or otherwise removed as all or part of any other bid item shall not be measured as Unclassified Excavation. 300-2.9 Payment. add the following: Payment for work performed as Unclassified Excavation shall be included as part of the bid item “Remove and Replace 5” AC on 7” AB..” Payment for removal and disposal of unsuitable material shall be included as part of the bid item “Remove and Replace 5” AC on 7” AB..” No allowance for shrinkage or swell will be considered. Payment for Unclassified Excavation shall include costs of surveying, staking, preparation of earthwork quantity reports, placement, compaction, soil remediation, moisture adjustment and water therefore, rework of compressible soils, slope rounding, grading, stockpiling, access road, temporary detour roads, earthen swales and drainage channels as shown on the drawings or required by the contract documents. Add the following section: 300-2.1 0 Grading Tolerance. The Contractor shall finish excavated areas other than slopes and subgrade below structures, within the roadway and sidewalk areas within 30 mm (0.1’) of the grades shown on the plans. Subgrade tolerances shall conform to the requirements of section 301 -1.4 SSPWC. e Revised 10/08/03 Contract No. 3667-9 Page 141 of 154 Pages SECTION 301 - TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION. 301-1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Change each instance reading “1 50mm (6 inches)” to “300 mm (1 2”)”. 301-1.3 Relative Compaction. Delete the first paragraph and substitute the following: The Contractor shall compact the upper 300 mm (12”) of subgrade beneath areas to be paved, have base or subbase material placed on them, or curb, gutter, curb and gutter, alley pavement, driveway or sidewalk constructed over them to no less than 95 percent maximum dry density as determined by ASTM test D-1557-91. 301-1.7 Payment. Modify the first paragraph as follows: Payment for subgrade preparation shall be included in the contract bid price for which the subgrade is prepared and shall include all labor, materials; including water, operations and equipment to scarify, adjust moisture, compact or recompact the subgrade, both in cut areas and in fill areas, and no further compensation will be allowed. SECTION 302 - ROADWAY SURFACING 302-4.4 Public Convenience and Traffic Control. Add the following: The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to, mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling Coast Waste Management at (760) 929-9417. At least two weeks prior to work, Contractor shall send notification letters to all property addresses on which work shall occur. Obtaining the appropriate addresses shall be the contractor’s responsibility. Letters shall be as shown in bold type as follows, with the appropriate information specific to the work inserted at the locations indicated in the brackets and italicized. (Name of Contractor) (Address of Contractor) (Contractor% License Number) (Date) As a part of the City of Carlsbad’s ongoing program to maintain its streets, your street will be paved, beginning in two or three weeks. This process requires that your street be closed for one day starting at 7:OO a.m. and continuing until the Contractor removes the traffic control devices. You will be notified 72 hours in advance of the day your street will be closed by a brightly colored 3 Y2’ x 8 l/P card attached to your doorknob. You will also notice temporary no parking signs on your street with a specific no parking date written on it. e Revised 10/08/03 Contract No. 3667-9 Page 142 of 154 Pages A successful street maintenance program depends on your cooperation. Please do not drive, walk, play, skate or allow pets on the street. Furthermore, please do not wash your car or turn on any sprinklers while you are waiting for the street to be opened. If you don’t plan to leave your home before 7:OO a.m. on the day your street will be paved, and you need to use your vehicle later in the day, please park your car on an adjacent street in your neighborhood that is not signed as a no parking zone. When walking to and from your car, remember not to walk on the street. 0 (Name of Contractor) is the Contractor that will be performing the resurfacing work for the City and you may call them at (24 hour per day attended telephone number in the 760 area code) for any questions you may have about the project. Paving of your street will not occur on the day your trash is collected. On the day your street is worked on, mail delivery may be delayed until the next day. You will not know the exact date your street will be closed until you receive the 3 l/P x 8 1/2J card. If you have a moving company scheduled to come to your house within the next two weeks, please call and inform the Contractor of the date. If you have any concerns which are not addressed by the Contractor, please call the City’s Engineering Inspection Department at 438-1 161, extension 4323. They will assist you in resolving the concerns. The City of Carlsbad has some of the finest streets in the county due to the concern and cooperation of citizens like you. Your cooperation is greatly appreciated.” During paving operations, the Contractors schedule shall be designed to provide residents and business owners whose streets are to be paved sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The Contractor shall deliver the notification which shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor’s permanent office or field office and the other number shall be a 24 hour number answered by a representative of the Contractor who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. Revised 10/08/03 Contract No. 3667-9 Page 143 of 154 Pages For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-112 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 Ib. card stock. The printing on the notice shall be no smaller than 12 point. The precut notices shall be as shown on the example provided in Appendix “A, with the day of the week circled and appropriate information specific to the work inserted at the locations indicated in the italicized font. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for Public Notification of Work and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. 302-5 ASPHALT CONCRETE PAVEMENT. 302-5.1 General. add the following: The Contractor shall treat all vegetation within the limits of the paved area to receive asphalt concrete paving with a post emergent herbicide. Herbicide shall be applied at least 2 (two) working days prior to paving the area. Allowance for the two day period shall be shown in the schedule required per section 6-1. 302-5.2.5 Pavement Transitions. add the following: The Contractor shall ramp the approaches and termini to all structures and vertical joints in the cold-milled area which are transverse to through traffic with temporary asphalt concrete pavement as specified in section 306-1 5.1. Ramps shall be constructed the same day as cold milling and removed the same day as permanent paving. Ramp dimensions and compaction shall be as approved by the Engineer. 302-5.4 Tack Coat. add the following: The Contractor shall place a tack coat between the successive interfaces of existing pavement and new pavement when, in the opinion of the engineer, the Contractor has failed to maintain or prepare each existing or previously laid course of asphalt receiving the subsequent course of asphalt in a sufficiently clean state and the asphalt receiving the new pavement course is dirty enough to impair bonding between the next lift of asphalt. 302-5.5 Distribution and Spreading. modify as follows: After second sentence of sixth paragraph, add: The Contractor shall provide the spreading and finishing machine used to construct the asphalt concrete surface course with an automatic screed control for surface course paving. The automatic screed control shall be 9 m (30’) minimum length. The paving machine shall be operated by an operator and two full-time screed men during all paving. The Contractor shall provide an on-site backup paving during all paving operations. A backup asphalt windrow pickup machine (ASPWP) will be required at all times when a ASPWP is used. Additionally, a front end loader will be required during all ASPWP paving. The surface course shall be 50 mm (2”) thick. Leveling courses will be required in a variable thickness pavement section. 302-5.6.1 General. modify as follows: Second paragraph, Part (Z), add: Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer. modify as follows: After last paragraph, add: Unless directed otherwise by the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this section. 302-5.8 Manholes (and other structures). delete the first paragraph and replace with the following: When placing the overlay the Contractor shall pave over appurtenances in the roadway which includes sanitary and storm access covers, water valve boxes, air vents, sewer dead end boxes and survey monument boxes. Each appurtenance shall be treated or covered to prevent adhesion of the overlay. Each appurtenance shall be located and raised within 72 hours after the overlay is placed and shall be thoroughly cleaned of any and all construction debris which may have entered due to the Contractor’s operation. The contractor shall adjust all CMWD water valve boxes per CMWD Standard Drawing No. W11 or CMWD Standard Drawing No. W13. All City of Carlsbad sanitary sewer access covers shall be adjusted per CMWD Drawing No. S1. All storm sewer access covers shall be adjusted per SDRSD D-1 0. Riser rings or extensions shall not be used for the adjustment of these appurtenances. Revised 10/08/03 Contract No. 3667-9 Page 144 of 154 Pages Raising and adjusting to grade all appurtenances in the roadway shall be paid for at the contract unit price per each as shown in the Bid. Such price shall constitute full compensation for all labor, materials, and equipment necessary for completing the work as described in these specifications and plans. 302-5.9 Measurement and Payment. add the following: Payment for asphalt concrete shall be at the unit price bid per ton. No additional payment shall be made for any tack coat, nor sand blotter. Add the following section: 302-1 1 ASPHALT PAVEMENT REPAIRS AND REMEDIATION Add the following section. 302-11.1 General. Asphalt pavement Repairs and Remediation shall consist of the repair and restoration of existing asphalt pavement. Repair of asphalt pavement shall consist of the saw cutting, removal and disposal of existing asphalt pavement in conformance with section 300-1.3, compaction of existing subgrade in conformance with section 301-1, grading and compaction of base material in conformance with section 301 -2, application of grade SS-1 h emulsified asphalt and the placement of asphalt concrete base and wearing courses as specified herein. Damage to existing traffic loops caused by pavement repairs or grinding will require immediate replacement of the traffic loops unless video detection has been set up and the loops are unnecessary. If pavement fabric or petromat is encountered during any pavement repairs or grinding, the Contractor shall remove and dispose of it. The cost of the work described in this section shall be included in the bid price for the repair itself or cold milling (grinding). Add the following section. 302-11.2 Remove and Replace 5”AC on 7”AB. Work for this bid item shall consist of removing asphalt concrete and/or aggregate basekubgrade to 12 inches below existing asphalt surface, disposing of removed material, and replacing the material so removed with asphalt concrete and base. The area shown on the plans or set forth in the bid item are for estimating purposes only. Actual quantity will be as measured in the field. The Engineer will designate and mark the final limits of the asphalt patch area by outlining the area to be patched. The Contractor shall cut such areas to straight lines in square or rectangular areas as marked. The area so cut’shall have two of the sides at right angles to the direction of traffic. The excavated faces of the basehubgrade shall be straight and vertical. The Contractor shall compact the upper 12 inches of subgrade to 95% relative compaction. A tack coat of SS-1 h emulsified asphalt sFall be applied uniformly to all asphalt to asphalt contact surfaces at a rate of 0.25 Um to 0.45 Um (0.05 to 0.10 gallons per square yard) in accordance with subsection 302-5.4, SSPWC. The Contractor shall fill and compact areas designated to be removed with 5” AC on 7” AB. The Contractor is required to use a self-propelled paving machine for areas 10 feet wide and wider. Asphalt concrete shall be B-AR-4000. The asphalt concrete so constructed shall have a finish surface and density conforming to subsection 302-5.6.2 SSPWC. Add the following section. 302-11.3. Grind and Patch. The area shown on the plans or set forth in the bid items is for estimating purposes only and the final quantities will be as measured in the field by the Engineer. The Engineer will designate and mark the final limits of the grind and patch areas in the field by outlining the area to be patched with paint. The Contractor shall cold mill the asphalt concrete in the designated area to the depth required per the requirements of subsection 302-5.2 of the SSPWC. The Contractor shall sweep the street, keep dust to a minimum, and remove and dispose of the grindings at the Contractor’s expense. A tack coat of SS-lh emulsified asphalt sQall be applied uniformly to all asphalt-to-asphalt contact surfaces at a rate of 0.25 Um2 to 0.45 Urn (0.05 to 0.10 gallons per square yard) in accordance with subsection 302-5.4, SSPWC. The Contractor shall fill the cold-milled area with asphalt concrete and compact so that the finished surface of the AC is flush with the surrounding pavement. The Contractor is required to use a self-propelled paving machine for areas 10 feet wide and wider. Asphalt concrete shall be B-AR-4000. The asphalt concrete so constructed shall have a finish surface and density conforming to subsection 302-5.6.2 SSPWC. t? Revised 10/08/03 Contract No. 3667-9 Page 145 of 154 Pages Add the following section. 302-1 1.4 Asphalt Concrete Leveling Course. This work shall consist of furnishing, placing, and compacting asphalt concrete pavement to the thicknesses indicated on the plans and shall conform to Sections 203 and 302-5 of the SSPWC and these Supplemental Provisions. The leveling course shall be placed with a self-propelled paving machine. Asphalt concrete for the leveling courses shall be 3/8” Medium - AR4000 and shall conform to Sections 203 and 302-5 of the SSPWC and these Supplemental Provisions. No recycled aggregate shall be used. The aggregate shall be virgin crushed rock. The aggregate shall conform to 203-6.2.2 of the SSPWC. Asphalt concrete shall not be placed when the atmospheric temperature is below 55 degrees F or during unsuitable weather as decided by the Engineer. Add the following section. 302-1 1.5 Cold Milling. The Contractor shall cold mill or grind the existing AC to the width and depth as shown on the plans. In the field, the Engineer may change the width and depth of the cold milling at his discretion. If the Contractor’s cold milling severs any traffic detection loops, the Contractor shall replace them immediately at the Contractor’s expense. If the Contractor encounters pavement fabric or petromat during cold milling, the Contractor shall remove and dispose of the pavement fabric or petromat. The cost of this work shall be included in the Contractor’s bid price for cold milling. Add the following section. 302-11.6 Crack Sealing. The Contractor shall wash, blow out and thoroughly dry all cracks designated to be sealed before installing elastomeric sealant material. The Contractor shall dispose debris from crack cleaning outside the public way in accordance with Section 7-8.1, “Cleanup and Dust Control.” The hot-melt rubberized asphalt shall be melted in a jacketed, double boiler type melting unit. Temperature of the heat transfer medium shall not exceed 245°C (475°F). Application of the hot-melt sealant shall be made with a pressure feed applicator or pour pot. Sealant shall be applied when the pavement surface temperature is greater than 4°C (40°F). Containers of hot-melt sealant shall be delivered to the job-site in unopened containers that are clearly marked with data showing the manufacturer’s name, the product designation and the manufacturer’s batch number and lot numbers. The level of the sealant shall be flush with the surface of the existing pavement. All excess sealant shall be removed from the crack with a minimum overlap onto adjacent pavement. Add the following section. 302-1 1.7 Modify PCC Curb Inlet. The bid item “Modify PCC Curb Inlet and Pave with 5” AC” shall include sawcutting concrete and pavement, removing and disposing of construction debris, recompacting existing base or subgrade to 95% relative compaction, removing and replacing 40 feet of curb and gutter for each inlet to be modified per SDRSD G-2, and installing AC pavement to match the existing grade. The Engineer will mark the limits in the field and indicate which curb inlets are to be modified. The asphalt concrete shall comply with the requirements of the SSPWC and these Supplemental Provisions. The Detail for this work is shown on Sheet 6 of 18, Drawing No. 420-1. The price bid for each curb inlet to be modified shall include full compensation for all labor, materials, tools, equipment, incidentals, and for doing all work as described in this section and as shown on the Detail. The price bid per curb inlet shall include the curb and gutter and the asphalt concrete and no additional payment will be made for those items. Revised 10/08/03 Contract No. 3667-9 Page 146 of 154 Pages Add the following section. 302-1 1.8 Measurement and Payment. Quantities of pavement repairs as set forth in the bid items are for estimating purposes only. Final quantities will be as designated and measured in the field. The Engineer will designate and mark the limits of the repairs. Full compensation for conforming to the requirements of constructing pavement repairs shall include but not be limited to: furnishing all labor, tools, equipment, and materials necessary for doing the work as outlined in the appropriate section, including, saw cutting and removing and disposing 300 mm (1’) thick section of existing asphalt concrete, aggregate basekubbase and basement soil as designated by the engineer, placement of asphalt concrete, compaction of subbase and asphalt concrete, placement of SS-1 h asphalt emulsion and all other work incidental to the pavement repairs shall be considered as included in the contract unit price bid and no additional compensation will be allowed therefore. Payment for the asphalt concrete leveling course shall be made as shown in the bid schedule which shall include full compensation for all labor, materials, tools, equipment, incidentals, and for doing all work involved in furnishing and placing the asphalt concrete as called for in the SSPWC and these Supplemental Provisions. No additional compensation shall be made therefore. The price bid for each curb inlet to be modified shall include full compensation for all labor, materials, tools, equipment, incidentals, and for doing all work as described in this section and as shown in the Detail on Sheet 6 of the Plans. The price bid per curb inlet shall include the curb and gutter and the asphalt concrete and no additional payment will be made for those items. The bid price for cold milling shall include removing and disposing of pavement fabric when encountered. Full Compensation for conforming to the requirements of crack sealing shall include but not be limited to, furnishing all labor, materials, tools, equipment, and incidentals necessary to do the work. Crack cleaning, roadway clean up, application of sealant, removal of excess sealant and all other work incidental to crack sealing shall be considered as included in the contract unit price bid and no additional compensation will be allowed therefore. 0 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION. 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. 303-5.1.1 General. Add the following: All concrete curbs, gutters, sidewalks, cross gutters, ramps and driveways shall be installed per the City of Carlsbad Standards and the San Diego Regional Standard Drawings. All concrete curbs, gutters, sidewalks, cross gutters, ramps and driveways shall include the placement and compaction of 6” of aggregate base unless deemed unnecessary by the engineer. The cost of the installation of aggregate base and all associated work shall be included in the bid price for the concrete work. Traffic Plates shall be used over new concrete when requested by the Engineer. At the Engineer’s discretion, high early strength concrete may be substituted for traffic plates. The cost of traffic plates or high early strength concrete shall be included in the bid price for the concrete work. t”4 Revised 10/08/03 Contract No. 3667-9 Page 147 of 154 Pages 303-5.5.2 Curb. add the following: The Contractor shall stamp the curb face with 75 mm (3”) high block letters directly above the point that it is crossed by underground facilities with the marking specified in Table 303-5.5.2(A) Type of underground facilities Water Service Lateral Sewer Service Lateral Irrigation Water Lateral or Sleeve Marking W S RW 303-5.9 Measurement and Payment. add the following: Curb and gutter, and curb, shall be considered as continuing across driveways and access ramps when constructed adjacent thereto. Neither curb and gutter nor curb will be paid for across the length of local depressions, except that which occurs in gutter transitions at each side of an inlet. The cost of the installation of aggregate base and all associated work shall be included in the bid price for the concrete work. The cost of traffic plates or high early strength concrete shall be included in the bid price for the concrete work. SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS Add the following section: 306-1.1.7 Steel Plate Bridging - With a Non-Skid Surface. This section covers the use of steel plate bridging. The Contractor shall not employ the use or use steel plate bridging or trench plate that does not meet the requirements of this section both in application and circumstance of use. Add the following section: 306-1.1.7.1 Requirements for Use. Alternate construction methods that avoid the use of steel plate bridging shall be used by the Contractor unless otherwise approved by the Engineer. It is recognized that to accommodate excavation work, steel plate bridging may be necessary. All conditions for use of steel plate bridging set forth in the following requirements must be fulfilled as conditions of approval of the use of steel plate bridging. Consideration of steel plate bridging in the review process will take into account the following factors: 1. Traffic volume and composition. 2. Duration of use of the steel plate bridging. 3. Size of the proposed excavation. 4. Weather conditions. The following formula shall be used to score the permitted use of steel plate bridging: PS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED (krnh) + SLOPE X 1001 X LANES 1000 8 PS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED lmDh) + SLOPE X 1001 X LANES 1000 5 e Revised 10l08103 Contract No. 3667-9 Page 14% of 154 Pages where: - DAYS - WEEKEND = NIGHTS = WEATHER = SPEED = - SLOPE - - LANES - plate score. average daily traffic as defined in the CALTRANS Traffic Manual. equivalent wheel loads as defined in the CALTRANS Traffic Manual. total number of 24 hour periods during which the plates will be utilized at the site being considered. total number of Saturdays, Sundays and holidays that the plates will be utilized at the site being considered. total number of overnight periods that the plates will be in place, exclusive of Saturday, Sunday and holiday nights. total number of 24-hour periods that the plates will be utilized at the site being considered when the possibility of rain exceeds 40 percent. the design speed in kilometers per hour or miles per hour, as applicable in the formulae above, of the street where the plates are to be installed. This number shall not be reduced for construction zone speed reductions. the quotient of the vertical differential divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locations spanning a distance of 15 m (50') up and downstream of the position of the proposed steel plate bridging . the number of lanes where plates will be used. When the computed value of the plate score exceeds 50, steel plate bridging shall not be used unless, and at the sole discretion of the Engineer, the Engineer determines that no alternative method of construction is possible in lieu of using steel plate bridging or that other overriding considerations make the use of steel plate bridging acceptable. Alternatives considered to bridging shall include, but not be limited to, detouring traffic, construction detour routes, tunneling, boring and other methods of trenchless construction. Unless specifically noted in the provisions of the Engineer's approval, the use of steel plate bridging at each location so approved shall not exceed four (4) consecutive working days in any given week. Add the following section: 306-1.1.7.2 Additional Requirements. In all cases when the depth of the trench exceeds the width of the steel plate bridging resting on each side of the pavement adjacent to the trench, safety regulations require or the Engineer determines that shoring is necessary to protect the health or safety of workers or the public the Contractor shall install shoring conforming to Section 7-10.4.1 of the Standard Specifications. The trench shoring shall be designed and installed to support the steel plate bridging and traffic loads. All approvals for design, substitution of materials or methods shall be submitted by the Contractor in accordance with all provisions of section 2-5.3 Shop Drawings and Submittals. The Contractor shall backfill and resurface excavations in accordance with section 306-1.5. Add the following section: 306-1.1.7.3 Installation. When backfilling operations of an excavation in the traveled way, whether transverse or longitudinal cannot be properly completed within a work day, steel plate bridging with a non-skid surface and shoring may be required to preserve unobstructed traffic flow. In such cases, the following conditions shall apply: a) Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the b) Steel plates used for bridging must extend a minimum of 610 mm (2') beyond the edges of c) Steel plate bridging shall be installed to operate with minimum noise. sole discretion of the Engineer, it is approved as specified hereinbefore. the trench. When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall install using either Method (1) or (2) depending on the design speed of the portion of street where the steel plate bridging is proposed for use. E"4 Revised 10/08/03 Contract No. 3667-9 Page 149 of 154 Pages Method 1 [For speeds more than 70 Km/hr (45 MPH)]: The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. The cold milling shall produce a flat surface that the plate shall rest on with no horizontal or vertical movement. Horizontal gaps between the unmilled pavement and the plate shall not exceed 25 mm (1”) and shall be filled with elastomeric sealant material which may, at the contractor’s option, be mixed with no more that 50%, by volume, of Type I aggregate conforming to the requirements of tables 203-5.2(8) and 203-5.3(A) . Method 2 [For speeds 70 Km/hr (45 MPH) or less]: Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway and shall be secured against displacement by using two adjustable cleats that are no less than 50 mm (2”) shorter than the width of the trench bolted to the underside of each plate and located within 150 mm (6”) of the beginning and end of the trench for plates at the beginning and end of the trench, a minimum of two 300 mm long by 19 mm diameter (12” x W) steel bolts placed through the plate and driven into holes drilled 300 mm (12”) into the pavement section, or other devices approved by the Engineer. Subsequent plates shall be butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope 8.5% with a minimum 300 mm (12”) taper to cover all edges of the steel plates. When steel plates are removed, the dowel holes in the pavement section shall be completely filled with elastomeric sealant material. At the Contractor’s option, the methods required for Method 1 may be used. If the Contractor so elects, all requirements of Method 1 shall be used. The Contractor shall maintain the steel plates, shoring, and asphalt concrete ramps and maintain and restore the street surface during and after their use. Maximum Trench Width (’) 0.3m (IO”) 0.6 m (23”) 0.8 m (31”) 1 .O m (41”) 1.6 m (63”) Minimum Plate Thickness 13 mm (’/”’) 1 9 mm (d/4’1) 22 mm (‘/81)) 25 mm (1”) 32 mm (1 34”) Revised 10/08/03 Contract No. 3667-9 Page 150 of 154 Pages SECTION 310 - PAINTING 310-5 PAINTING VARIOUS SURFACES. 310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth paragraph as follows: The Contractor shall furnish all equipment, materials, labor, and supervision necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks, and other designated markings in accordance with the Plans, or for approved temporary detours essential for safe control of traffic through and around the construction site. The Contractor shall remove by wet grinding all existing or temporary traffic markings and lines that may confuse the public. When temporary detour striping or markings are no longer required, they shall be removed prior to painting the new traffic stripes or markings. 31 0-5.6.3 Equipment. Delete the ninth paragraph and substitute the following: The Contractor shall provide a wet grinding machine with sufficient capacity to completely remove all existing or temporary traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced by grinding the existing or temporary traffic striping or markings on pavement shall not exceed variations from a uniform plane more than 3 mm (’/8)1) in 3 m (10’) when measured parallel to the centerline of the street or more than 6 mm (I/;) in 3 m (10’) when measured perpendicular to the centerline of the street. The use of any equipment that leaves ridges, indentations or other objectionable marks in the pavement shall be discontinued, and equipment capable of providing acceptable surface shall be furnished by the Contractor. This equipment shall meet all requirements of the air pollution control district having jurisdiction. 31 0-5.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: The Contractor shall remove all existing markings and striping, either permanent or temporary, which are to be abandoned, obliterated or that conflict with the plans by wet grinding methods. Removal of striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain or water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any other masking method other than a minimum 30mm (0.1 0’) thick asphalt concrete overlay is not permitted. 31 0-5.6.7 Layout, Alignment, and Spotting. Modify the first paragraph as follows: The Contractor shall establish the necessary control points for all required pavement striping and markings by surveying methods. No layout of traffic striping shall be performed by the Contractor before establishment of the necessary control points. The Contractor shall establish all traffic striping between these points by string line or other method to provide striping that will vary less than 80mm per 100m (1/2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight stripes deviating more than 80mm per lOOmm (1/ 2 inch in 50 feet) by wet grinding, and then correcting the markings. The Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the work progresses. 31 0-5.6.8 Application of Paint. Modify the second paragraph as follows: The Contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer. The Contractor shall paint the ends of each median nose yellow. Add the following to the eighth paragraph: The Contractor shall apply temporary traffic stripes in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are clearly visible both day and night. 0 @ Revised 10/08/03 Contract No. 3667-9 Page 151 of 154 Pages 310-5.6.1 0 Measurement and Payment. Modify the first paragraph as follows: Final and temporary traffic striping, curb markings and pavement markings as shown on the plans and required by the specifications shall be included in the appropriate bid item, and no additional compensation will be allowed therefore. Reapplication of temporary stripes and markings shall be repainted at the Contractor’s expense, and no additional compensation will be allowed therefore. The prices bid shall include all labor, tools, equipment, materials, and incidentals for doing all work in installing the final and temporary traffic striping. SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT. Add the following to the third paragraph: 4) When being installed on asphalt concrete pavement sooner than 14 days after placement of the asphalt concrete pavement course on which the pavement markers are to be placed. Add the following section: 312-1.1 Reflective Channelizer Placement and Removal. The Contractor shall place and remove reflective channelizers the same as for pavement marker placement and removal. The Contractor shall place the channelizers uniformly, straight on tangent alignment and on a true arc on curved alignment to the same tolerances of position as for application of paint in section 310-5.6.8. The Contractor shall perform all layout work necessary to place the channelizers to the proper alignment. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. When reflective channelizers are removed the pavement surface shall be restored to the same color and surface finish as the adjacent pavement. SECTION 313 - TEMPORARY TRAFFIC CONTROL DEVICES Add the following section: 31 3-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. Add the following section: 313-1.1 General. The Contractor shall supply and install temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances at the locations shown on the plans and as required in the specifications, complete in place prior to opening the traveled way served by said final and temporary traffic pavement markers, signing, railing (type K) and appurtenances to public traffic. 313-1.2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer’s instructions. Temporary reflective raised pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary reflective raised pavement markers in areas where removal of the markers will be required. Pavement striping, legends and markers which conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflective raised pavement markers for temporary pavement marking, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the section 31 2 “Pavement Marker Placement and Removal”, except the 14-day waiting period before placing the pavement markers on new asphalt concrete surfacing as specified in section 31 2-1 “Placement”, shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Revised 10/08/03 Contract No. 3667-9 Page 152 of 154 Pages Add the following section: 313-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Channelizer posts shall be orange in color. Channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm (3” x 12”) in size. The reflective sheeting shall be visible at 300 m (1000’) at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. The channelizer bases shall be cemented to the pavement in the same manner as provided for cementing pavement markers to pavement in section 312-1, “Placement.” Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and location shown on the plans and as directed by the Engineer. The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on curved alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of section 4-1 5, ”Certification”. Said certificate shall certify that the channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality control program approved by the Engineer. Add the following section: 313-2 TEMPORARY TRAFFIC SIGNING. Add the following section: 31 3-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. Add the following section: 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking being discovered during non-working hours or, when the marking is discovered during working hours, within 2 hours of such discovery of marking. Add the following section: 313-4 MEASUREMENT AND PAYMENT. Temporary traffic pavement markers, temporary channelizers, temporary signing, temporary railing (type K), temporary crash cushions and temporary appurtenances shown on the plans or traffic control plans, or required in the specifications are a part of the lump-sum bid item for traffic control and payment therefore shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in applying, installing, maintaining, and removing temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances, complete in place, as shown on the plans, or traffic control plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. Payment for temporary crash cushions, concrete barriers and the signs and reflectors marking them shall include the installation, grading for installation, grading for the approach path, maintenance, painting and re-painting, replacement of damaged units and removal and shall also be included in the lump-sum price bid for traffic control. Payment for installation and/or relocation of K-rails and crash cushions when not shown on the plans and requested by the Engineer shall be made per section 3-3, Extra Work, SSPWC. e Revised 10/08/03 Contract No. 3667-9 Page 153 of 154 Pages APPENDIX “A” I CITY OF CARLSBAD ROAD WORK ABC CONTRACTORS OFFICE # (76O)XXX-XXXX FIELD # (76O)XXX-XXXX Dear resident: As a part of the City of Carlsbad’s ongoing program to maintain its streets, your street will be repaired and resurfaced with asphalt concrete. Your street, from XXX St. to XXX Ave. will be restricted from: Beginning Date: XX/XX/XX Ending Date: XX/XX/XX from 7:OOA.M. to 5:OO P.M. If you don’t plan to leave your home by 7:OO A.M. 01: the above date please park your car on an adjacent street in your neighborhood that will not be resur- faced. Streets scheduled for resurfacing can be de- termined by calling either the Contractor or the City of Carlsbad’s Project Inspector. When walking to and from your car, remember not to walk on the newly overlaid street or you will have black residue on the bottom of your shoes. Please do not drive, walk on, walk pets, play, or skate on the newly over- laid asphalt. Also, please refrain from watering you1 lawns, washing cars, etc., approximately 6-8 hours after the asphalt is laid as running water will cause damage to the new surface. ABC is the Contractor that will be performing the resurfacing work for the city and you may call them at the above phone number if you have any ques- tions regarding the project. Resurfacing of your street will not occur on the day your trash is col- lected. Mail delivery may be delayed if the postman cannot reach the mailbox that day. If you have a moving company scheduled for that day please call and inform the Contractor of the date. If you have any concerns which cannot be addressed by the Contractor, you may call the City’s Project Inspector 8 (xxx) xxx-xxxx. Thank you for your cooperation as we work to make a better City of Carlsbad. - %# Revised 10/08/03 Contract No. 3667-9 Page 154 of 154 Pages